Loading...
HomeMy WebLinkAboutC2018-314 - 2/27/2018 - Approved C2018-314 2/27/18 M2018-034 Clearfield Construction LLC 00 52 23 AGREEMENT This Agreement,for the Project awarded on February 27,2018, is between the City of Corpus Christi (Owner)and Clearfield Construction, LLC (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: NASCC Fence Replacement Project E17008 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LNV,Inc. • 801 Navigation Blvd.,Suite 300 Corpus Christi,TX 78408 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.,#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 90 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 120 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 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 Agreement 00 52 23-1 NASCC Fence Replacement Project,#E17008 Rev 06-22-2016 SANNFfl CONTRACT DOCUMENTS FOR CONSTRUCTION OF N .A.S.C.C. FENCE REPLACEMENT PROJECT PROJECT NUMBER E17008 f �p.aae.a..m®ooF�911 o�.................aRMILLER me�eeameeeemoeaeeoemeoetQo/ E 0 City o f Corpus Christi L14V engineers I architects I surveyors TBPE FIRM NO. F-366 Record Drawing Number PBG 834 October 31, 2017 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 01-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev 01-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest(Rev 01-13-2016) 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience(Rev 06-22-2016) 00 52 23 Agreement(Rev 06-22-2016) 00 61 13 Performance Bond (Revo1-13-2016) 00 61 16 Payment Bond (Rev 01-13-2016) 00 72 00 General Conditions (Rev3-23-2015) 00 72 01 Insurance Requirements(Rev06-22-2016) 00 72 02 Wage Rate Requirements(Rev 06-12-201x) 00 72 03 Minority/MBE/DBE Participation Policy(Rev01-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 011100 Summary of Work(Rev 01-13-2016) 012310 Alternates and Allowances 012900 Application for Payment Procedures(Rev 03-11-2015) 012901 Measurement and Basis for Payment(Rev 01-13-2016) 013100 Project Management and Coordination (Rev 01-13-2016) 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 013500 Special Procedures Table of Contents 000100-1 NASCC Fence Replacement Project,#E17008 Rev 06-22-2016 Division/ Title Section 014000 Quality Management 015000 Temporary Facilities and Controls 01 57 00 Temporary Controls 017000 Execution and Closeout Requirements Part S Standard Specifications 021 SITE PREPARATION 021020 Site Clearing and Stripping 021040 Site Grading 021080 Removing Abandoned Structures 022 EARTHWORK 022020 Excavation and Backfill for Utilities 022021 Control of Ground Water 022022 Trench Safety for Excavations 022080 Embankment 022100 Select Material 022420 Silt Fence 025 ROADWAY 025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement 025608 Inlets 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks and Driveways 025802 Temporary Traffic Controls During Construction 027 WASTEWATER&STORM WATER 027402 Reinforced Concrete Pipe Culverts 028 SITE IMPROVEMENTS& LANDSCAPING 028020 Seeding 030 CONCRETE, GROUT 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 050 METALS 055420 Frames,Grates, Rings and Covers Table of Contents 000100-2 NASCC Fence Replacement Project,#E17008 Rev 06-22-2016 Division/ Title: Section Part T Technical Specifications 01 14 00 Work Restrictions Permit App Application for Excavation Permit T-028350 Chain Link Security Fence t END OF SECTION Table of Contents 000100-3 NASCC Fence Replacement Project,#E17008 Rev 06-22-2016 DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 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: NASCC Fence Replacement Prosect Owner's Proiect Identification No. E17008 A. The proposed improvements include clearing vegetation from the site,setting new fence and gate posts in concrete footings,installing new chain-link fence fabric and barbed wire extension, installing new chain-link gates with barbed wire extension, removing the existing chain-link security fencing and gates,and constructing minor storm water improvements. Temporary and permanent storm water pollution prevention and sedimentation control measures are also be included. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$316,000. The Project is to be substantially complete and ready for operation within 98 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2:00 pm on Wednesday, December 20,2017 to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form,the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: Invitation to Bid and Instructions to Bidders 002113- 1 NASCC Fence Replacement Project,#E17008 Rev 01-13-2016 City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid - NASCC Fence Replacement Project, Project No. E17008 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at 2:00 pm on Wednesday, December 20, 2017, at the following location: City Hall Building— City of Corpus Christi Third Floor Engineering Services Smart Board Conference Room, located through the Parks and Recreation Department entry 1201 Leopard Street Corpus Christi,Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 4— PRE-BID CONFERENCE 4.01 A mandatory pre-bid conference for the Project will be held on Tuesday, December 12,2017 at 10:00 am at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 3rd floor, Engineering Services 1201 Leopard Street, Corpus Christi,Texas 78401 Bids will not be accepted from Bidders who do not attend the conference. It is the Bidders' responsibility to sign in at the pre-bid conference to verify their participation. ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. Invitation to Bid and Instructions to Bidders 002113-2 NASCC Fence Replacement Project,#E17008 Rev 01-13-2016 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6— EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents,Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents,Addenda, and the related supplemental data, that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7— INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents,Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. 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. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. Invitation to Bid and Instructions to Bidders 002113-3 NASCC Fence Replacement Project,#E17008 Rev 01-13-2016 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8— BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of 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 3. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee,without qualification or condition, that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract,the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Invitation to Bid and Instructions to Bidders 002113-4 NASCC Fence Replacement Project,#E17008 Rev 01-13-2016 Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 9— PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days,thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Invitation to Bid and Instructions to Bidders 002113-5 NASCC Fence Replacement Project,#E17008 Rev 01-13-2016 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—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 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 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner, the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 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 16—MINORITY/MBE/DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE/ DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. Invitation to Bid and Instructions to Bidders 002113-6 NASCC Fence Replacement Project,#E17008 Rev 01-13-2016 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and 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. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of 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 (1) 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. ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 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 21—BIDDER'S CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding 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. Invitation to Bid and Instructions to Bidders 002113-7 NASCC Fence Replacement Project,#E17008 Rev 01-13-2016 ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24-REJECTION OF BID 24.01 The following will because to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 8. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. Invitation to Bid and Instructions to Bidders 002113-8 NASCC Fence Replacement Project,#E17008 Rev 01-13-2016 F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate, through submission of the Statement of Experience,the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of(i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources, workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113-9 NASCC Fence Replacement Project,#E17008 Rev 01-13-2016 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—Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations Hazard $1,000,000 Per Occurrence 6. Contractual Liability $2,000,000 Aggregate 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, $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 Required if Contract Price>$5,000,000 Contractor's Pollution Liability/ $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental ❑ Required Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation>3 ft Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges ❑ Required Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required 2 Not Required ri Insurance Requirements 00 72 01-1 NASCC Fence Replacement Project,#E17008 Rev 06-22-2016 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. 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 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 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 Insurance Requirements 00 72 01-2 NASCC Fence Replacement Project,#E17008 Rev 0622 2016 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. 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. The expected coverage is that which would be included in a commercially available ISO Commercial General Liability policy and should 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; and 4. 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. If required by Paragraph 1.01, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. 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; Insurance Requirements 00 72 01-3 NASCC Fence Replacement Project,#E17008 Rev 06-22-2016 f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and 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. Industry standard ISO Contractual Liability coverage will meet this obligation. 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. For Projects with a Contract Value that exceeds$5,000,000, 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 Owners Indemnitees as defined in Article 1 of the General Conditions; and 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 Insurance Requirements 00 72 01-4 NASCC Fence Replacement Project,#E17008 Rev 06 22 2016 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. 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 rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 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 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 Insurance Requirements 00 72 01-5 NASCC Fence Replacement Project,#E17008 Rev 06-22 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. 1.05 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 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 Insurance Requirements 00 72 01-6 NASCC Fence Replacement Project,#E17008 Rev06-22-2016 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. 1.06 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. Insurance Requirements 00 72 01-7 NASCC Fence Replacement Project,#E17008 Rev 06-22-2016 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. If requested by the Owner, provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Contractor may block out(redact) any proprietary information or confidential premium pricing information contained in any policy or endorsement furnished under this Contract. 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, 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. 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 Insurance Requirements 00 72 01-8 NASCC Fence Replacement Project,#E17008 Rev 06-22-2016 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. 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; Insurance Requirements 00 72 01-9 NASCC Fence Replacement Project,#E17008 Rev 06-22-2016 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 Insurance Requirements 00 72 01-10 NASCC Fence Replacement Project,#E17008 Rev 06 22-2016 00 30 01 BID FORM Project Name: NASCC Fence Replacement Project Project Number: E17008 Owner: City of Corpus Christi Bidder: OAR: Designer: LNV, Inc. Basis of Bid ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid Part A-General(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 $ - A2 Bonds& Insurance LS 1 $ - A3 Sediment Control (Silt) Fence LF 800 $ - A4 Seeding for Erosion Control SY 1200 $ - A5 IStabilized Construction Entrance I EA 1 $ - SUBTOTAL PART A-GENERAL(Items Al thru AS) $ - Part B-FENCING AND DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 131 Site Clearing&Stripping and Site Grading SY 1633 $ - B2 Remove Existing Chain-Link Fence LF 6470 $ - B3 Remove Existing Double Swing Gate EA 3 $ - 7-ft High Chain-Link Security Fence B4 w/3-Strand Barbed Wire LF 6470 $ - 16-ft Wide Chain-Link Double Swing Gate B5 EA 3 $ - w/3-Strand Barbed Wire B6 Concrete Drainage Inlet EA 1 $ - B7 Finish Grading for Storm Water Runoff SY 9 $ - B8 JAIlowance for Unanticipated Improvements LS 1 $ 18,000.00 $ 18,000.00 SUBTOTAL PART B-FENCING AND DRAINAGE IMPROVEMENTS(Items B1 thru B9) $ 18,000.00 Part C-ADDITIVE ALTERNATE No.1 -MAIN GATE REPAIR (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 Remove main cantilevered double gate LS 1 $ - C2 Reinstall main cantilevered double gate LS 1 $ - C3 Provide traffic control LS 1 $ - C4 4000 psi concrete pad at south end of gate SF 15 $ - 05 Install gate motor and concrete slab LS 1 $ - C6 Install concrete slab at north end of gate SF 180 $ - C7 Install 6" dia. Sched.40 galv. Poles with footings EA 4 $ - C8 Install HD adjustable wheels at front of gate PR 1 $ - C9 Install track wheels at north end of gate PR 1 $ - C10 Install post brace supports EA 2 $ - C11 Remove and replace corroded cross tension cables EA 12 $ - C12 Install monorail carriage wheels and track EA 4 $ - C13 Install roller guides and track wheels on new posts PR 2 $ - C14 Readjust gate for proper alignment and smooth operation LS 1 $ - Bid Form Page 1 of 2 NASCC Fence Replacement Project,#E17008 ADDENDUM No.2 Rev 01-13-2016 ATTACHMENT-2 Page 1 of 2 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT C15 Addresses disturbed areas per plans LS 1 $ - C16 Allowance for Unanticipated Improvements LS 1 $ 3,000.00 $ 3,000.00 SUBTOTAL PART C-ADDITIVE ALTERNATE No. 1-MAIN GATE REPAIR (Items C1 thru C15) I $ 31000.00 Part D(Optional)-ADDITIVE ALTERNATE No.2-MAIN GATE REPAIR V.E.Opt.(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 Install gate motor and concrete slab LS 1 $ - D2 Repair main gate for proper alingment and operation LS 1 $ - D3 Addresses disturbed areas per plans LS 1 $ - SUBTOTAL PART D-ADDITIVE ALTERNATE No.2-MAIN GATE REPAIR V.E. (Items D1 thru D3) $ - Part D (Optional)will require contractor to provide their recommended scope of work defined and accompanied schematic design. A schedule of values will be required to be submitted in quantities format, similar to this bid form,and be attached during Bid Openning. BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A5) $ - SUBTOTAL PART B- FENCING AND DRAINAGE IMPROVEMENTS (Items 131 thru 138) $ 18,000.00 SUBTOTAL PART C-ADDITIVE ALTERNATE No. 1- MAIN GATE REPAIR(Items C1 thru C15) $ 3,000.00 SUBTOTAL PART D-ADDITIVE ALTERNATE No. 2- MAIN GATE REPAIR V.E. Opt.(Itemsdl thru Dxx) $ - TOTAL PROJECT BASE BID(PARTS A AND B) $ Contract Times Bidder agrees to reach Substantial Completion in 1 98 Idays Bidder agrees to reach Final Completion in 1 128 Idays Bid Form Page 2 of 2 NASCC Fence Replacement Project,#E17008 ADDENDUM No.2 Rev 01-13-2016 ATTACHMENT-2 Page 2 of 2 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents,this Bid Proposal is submitted by Clearfield Construction,LLC (type or print name of company) on:Wednesday, December 20,2017 at 2:00 pm for NASCC Fence Replacement Project, Project No. E17008. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below)to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid-NASCC Fence Replacement Project, Project No. E17008 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. ARTICLE 2—BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with Owner on the form included in the Contract Documents,to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 2113 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt z. ►z a4-1moi} Bid Acknowledgement Form 00 30 00-1 NASCC Fence Replacement Project,#E17008 Rev 01-13-2016 �sx� w_,N.. :�._: Y��: �. '.r Y...,�..'1 ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general,local, and Site conditions that may affect cost, progress,and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress,and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions,if any,at or adjacent to the Site;and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site;and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information,observations,and documents on: A. The cost, progress,and performance of the Work; B. The means, methods,techniques,sequences,and procedures of construction to be employed by Bidder;and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations,investigations,explorations,tests,studies,or data are necessary for the performance of the Work at the Contract Price,within the Contract Times,and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder,information and observations obtained from visits to the Site,reports and drawings identified in the Contract Documents,and Bid Acknowledgement Form 003000-2 NASCC Fence Replacement Project,#E17008 Rev 01-13-2016 all additional examinations,investigations,explorations,tests,studies,and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts,errors,ambiguities,or discrepancies that the Bidder has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed,and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid,the Bidder's responsibility,the Bidder's safety record,the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder.The Owner reserves the right to waive any and all irregularities in determining the Bidders'responsibility or value,and whether the Bidder has met the minimum specific project experience requirements,and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid,reject any and all Bids,to waive any and all irregularities in the Bids,or to reject non-conforming,non-responsive or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have,in the opinion of the Owner,changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility,including information submitted per SECTION 00 4516 STATEMENT OF EXPERIENCE,may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement,if discovered after award of the Contract to such Bidder,may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements,including costs and attorney's fees for collecting such costs and damages. Bid Acknowledgement Form 003000-3 NASCC Fence Replacement Project,#E17008 Rev 01-13-2016 ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 98 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 128 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name,state of residency,and federal tax identification number in the Bid Form. 10.02 The Bidder,or the Bidder's authorized representative,shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner,or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s)signing the Bid must have the authority to bind the Bidder to a contract,and if required,shall attach documentation of signatory authority to the Bid Form. Bid Acknowledgement Form 003000-4 NASCC Fence Replacement Project,#E17008 Rev 01-13-2016 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code§1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias")shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency,or as otherwise existing. ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: Clearfield Construction,LLC (typ or ph ted full legal name of Bidder) By: r (Individual's signature) Name: Mariano E.Molina (typed or printed) Title: Partner (typed or printed) Attest: (individual's signature) State of Residency: Texas Federal Tax Id. No. 46-2711663 Address forgiving notices: 5150 Broadway,#170 San Antonio,Texas 78209 Phone: 866-663-5662 Email: infor@clearfieldconstruction.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.) Bid Acknowledgement Form 003000-5 NASCC Fence Replacement Project,##E17008 Rev 01-13-2015 END OF SECTION Bid Acknowledgement Form 003000-6 NASCC Fence Replacement Project,#E17008 Rev 01-13-2016 00 30 01 BID FORM Project -dame: NASCC Fence Replacement Project oject Number: E17008 Owner: City of Corpus Christi L0Bidder: CLEARFIELD Construction,LLC. OAR: Desi ner: LNV,Inc. asis of id ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY Base Bid Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 $ 23,500.00 $ 23,500.00 A2 Bonds&Insurance LS 1 $ 5,880.00 $ 5,880.00 A3 Sediment Control(Silt) Fence LF 800 $ 3.50 $ 2,800.00 A4 Seeding for Erosion Control SY 1200 $ 9.00 $ 10,800.00 AS Stabilized Construction Entrance EA 1 $ 2,800.00 $ 2,800.00 SUBTOTAL PART A-GENERAL litems Al thru A5j $ 45,780.00 Part B-FENCING AND DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 81 Site Clearing&Stripping and Site Grading SY 1633 $ 11.30 $ 18,452.90 B2 Remove Existing Chain-Link Fence LF 6470 $ 2.25 $ 14,557.50 83 Remove Existing Double Swing Gate EA 3 $ 250.00 $ 750.00 B4 7-ft High Chain-Link Security Fence LF 6470 w/3-Strand Barbed Wire $ 23.00 $ 148,810.00 B5 16-ft Wide Chain-Link Double Swing Gate EA 3 w/3-Strand Barbed Wire $ 1,920.00 $ 5,760.00 B6 Concrete Drainage Inlet EA 1 $ 4,500.00 $ 4,500.00 B7 Finish Grading for Storm Water Runoff 5Y 9 $ 180.00 $ 1,620.00 B8 JAIlowance for Unanticipated Improvements LS 1 $ 18,000.00 $ 18,000.00 SUBTOTAL PART B-FENCING AND DRAINAGE IMPROVEMENTS(Items Bl thru B9) 1 $ 212,450.40 Part C-ADDITIVE ALTERNATE No. i -MAIN GATE REPAIR(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 Remove main cantilevered double gate LS 1 $ 750.00 $ 750.00 C2 Reinstall main cantilevered double gate LS 1 $ 1,632.00 $ 1,632.00 C3 Provide traffic control LS 1 $ 700.00 $ 700.00 C4 4000 psi concrete pad at south end of gate SF 15 $ 65.00 $ 975.00 C5 Install gate motor and concrete slab LS 1 $ 18,000.00 $ 18,000.00 C6 Install concrete slab at north end of gate SF 180 $ 12.00 $ 2,160.00 C7 Install 6" dia. Sched. 40 gals. Poles with footings EA 4 $ 600.00 $ 2,400.00 C8 Install HD adjustable wheels at front of gate PR 1 $ 400.00 $ 400.00 C9 Install track wheels at north end of gate PR 1 $ 250.00 $ 250.00 C10 Install post brace supports EA 2 $ 180.00 $ 360-00 C11 Remove and replace corroded cross tension cables EA 12 $ 75.00 $ 900.00 C12 Install monorail carriage wheels and track EA 4 $ 500.00 $ 2,000.00 C13 Install roller guides and track wheels on new posts PR 2 $ 125.00 $ 250.00 C 44 Readjust gate for proper alignment and smooth operation LS 1 $ 1,500.013 $ 1,500.00 ADDENDUM No.2 ATTACHEMENT-2 Bid Form Page 1 of 2 Page i of 2 NASCC Fence Replacement Project,kE17008 R�01-13-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY �. 'EM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY C15 Addresses disturbed areas per plans LS 1 $ 4,500.00 $ 4,500,00 Ci6 Allowance for Unanticipated Improvements LS 1 $ 3,000.00 $ 3,000.00 SUBTOTAL PART C-ADDITIVE ALTERNATE No. 1 -MAIN GATE REPAIR(Items C1 thru C15) $ 39,777.00 Part D(Optional)-ADDITIVE ALTERNATE No. 2-MAIN GATE REPAIR V.E. Opt. (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 Install gate motor and concrete slab LS 1 $ - D2 Repair main gate for proper alingment and operation LS 1 $ D3 Addresses disturbed areas per plans LS 1 $ - SUBTOTAL PART D-ADDITIVE ALTERNATE No. 2-MAIN GATE REPAIR V.E. (Items D1 thru D3) $ - Part D (Optional)will require contractor to provide their recommended scope of work defined and accompanied schematic design. A schedule of values will be required to be submitted in quantities format, similar to this bid form, and be attached during Bid Openning, BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A5) $ 45,780.00 SUBTOTAL PART B- FENCING AND DRAINAGE IMPROVEMENTS (Items B1 thru B$) $ 212,450.40 3TOTAL PART C -ADDITIVE ALTERNATE No. 1 - MAIN GATE REPAIR (Items Cl thru C15) $ 39,777.00 w,,BTOTAL PART D -ADDITIVE ALTERNATE No. 2- MAIN GATE REPAIR V.E. Opt.(Itemsdl thru Dxx) $ TOTAL PROJECT BASE BID(PARTS A AND B) $ 258,230.40 Contract Times P r agrees to reach Substantial Completion in 90 days r agrees to reach Final Completion in 120 Idays ADDENDUM No.2 ATTACHEMENT-2 Bid Form Page 2 of 2 Page 2 of 2 NASCC Fence Replacement Project,4E17008 Rev 03-13-201e 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. [J 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: Clearfield Construction,LLC ( ped or printed) By: ✓'� , , (signature--attach evidence of authority to sign) Name: Mariano E.Molina (typed or printed) Title: Partner Business address: 108 Earl Street San Antonio,Texas 78212 Phone: 6-6 Email: info@clearfieldconstruction.com END OF SECTION Compliance to State Law on Nonresident Bidders 00 30 02-1 NASCC Fence Replacement Project,#E17008 11-25-2013 00 30 05 City of Corpus Christi Disclosure of interest SUPPLIER NUMBER TO BE ASSIGNED BY rV— s: := PURCHASING DIVISION CCITY OF CORPUS CHRISTI �CDISCLOSURE OF INTEREST Cittyy of Corpus Christi Ordinance 17112,as amended,requires all persons or firms seeking to do business with the Cittyy to provide the following information. Every question must be answered. If the question is not applicable, answer with ' A". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Clearfield Construction,LLC P.O.BOX: STREET ADDRESS: 108 Earl Street CITY: San Antonio,TX ZIP: 78212 FIRM IS: 1. Corporation 2. Partnership 3. Sole Owner ❑ 4. Association 8 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"fine" Narne Job Title and City Department(if known) N/A M/A 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named firm: Name Title N/A N/A 3. State the names of each"board member"of the City of Corpus Christi having an"ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee N/A N/A 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an `ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Consultant N/A N/A City of Corpus Christi 00 30 05-1 Dlsdosure of interest Rev of 1.3-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION 1 certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Mariano E.Molina Title: Partner (Type or Mnl) Signature of Certifying Date: 12/14/17 Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Finn." 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 sale proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 003005-2 Disclosure of Interest Rev 01-13-2016 -a. 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 12D1 Leopard Street Corpus Christi,Texas 78401 CONTRACT: NASCC Fence Replacement Project E17008 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: Clearfield Construction,LLC (typed or printed) x! By: 1#'14 . (signature--attach evidence of authority to sign) Name: Mariano E.Molina (typed or printed) Title: Partner Business address: 108 Earl Street San Antonio,Texas 78212 Phone: 866-663-5662 Email: info@clearfieldconstruction.com END OF SECTION Non-Collusion Certification 00 30 06-1 NASCC Fence Replacement Project,#E17008 11-25-2013 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor 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 vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. jJ Name of vendor who has a business relationship with local governmental entity. Clearfield Construction, LLC. 2 Check this box ityou are 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 on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. Name of Officer 4j Describe each employment or other business relationship with the local government officer, ora family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. A. is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes O No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes FX I No $ Describe each employment or business relationship thatthe vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. NIA 6 ElCheck this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176,003(a-1). 7 MlIze Al.4, /2-'ZL' Sig t e of vendor d ng busine w h the governmental entity Date Form provided by Texas Ethics Commission U www,ethics.state.tx.us Revised 11130/2015 CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-294022 Clearfield Construction, LLC. San Antonio,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 12/14/2017 being filed. The City of Corpus Christi,Texas Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. No. E17008 General Contractor- NASCC Fence Replacement Project Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. ❑ X 6 AFFIDAVIT I swear,or attirm,under penalty of perjury,that the above disclosure is true and correct. RAEG€R GLORIA T �j A Notary Put�iic, State of Texas My Commission Expires '' April 16, 2019 Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP I SEAL ABOVE 1 Sworn to and subscribed before me,by the said Ma,Y iAQ0 +�/�a 0(1 n Q. ,this the_�4+ day of 20 ,to certify which,witness my hand and seal of office. IQL�LTrameeru 0 �flfrg5 Signature of officer admin' ring oath Printed name of officeY administering oath I Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx,us Version V1.0.3337 i SureTec BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Clearfield Construction, LLC. as principal, hereinafter called the "Principal," and SURETEC INSURANCE COMPANY, 1330 Post Oak Boulevard, Suite 1100, Houston, Tx 77056, as surety, hereinafter called the "Surety,"are held and firmly bound unto City of Corpus Christi as obligee, hereinafter called the Obligee, in the sum of Five Percent(5%) of the Amount Bid by Principal for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for NASCC Fence Replacement Project, E17008. NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing or, in the event of the failure of the Principal to enter into such Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. SIGNED, sealed and dated this 20th day of December, 2017. Clearfield Construction, LLC (Principal) BY: TITLE: SureTec Insurance Company BY: Thomas E. Whitney, Attorney-in-Fa �. - r��• I� i � 0y�V y44 6503392 1.doc Rev 1.1.06 � ;r � . ^.^_ _^rr`rr 1� ��• ��Y � � r rrrr-... POA#: 42.21086 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make,constitute and appoint Catherine M.Martinez, Deborah L.Jung, Michael N.Venson, Robert B.Wray,S.West Warren,Thomas E.Whitney, Donald E. Miller,Jr. its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name,place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for,providing the bond penalty does not exceed Five Million and 001100 Dollars($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment shall continue in force until 12/3112019 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute, acknowledge and deliver,any and all bonds,recognizances, contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20`h of April, 1999.) In Witness Whereof,SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, is corporate seal to be hereto affixed this 15th day of May ,A.D. 2017 , �•.., SURETEC SURAN C \�SVFtANC�� ',o B IS n= y. John Kno , 7ysworn, t State of Texas ss: . County of Hams ... ' On this Ism day of May ,A.D. 2017 before me personally came John Knox Jr.,to me known,who,being by me did depose and say,that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. ��ti�'PY rLO'i JACQUELYN GREENLEAF �_. Notary Public,State of Texas �"�• es Comm.Expires 05-18-2021 r,0i-0;: Jaeq lyn Greenleaf,Notary Public •f,,,,,,,a Notary ID 126903029 My commission expires May 18,2021 I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full force and effect; and furthermore,the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. /r Given under my hand and the seal of said Company at Houston, Texas this day of / A.D. M.Brent Beaty,Assistant Sec etary Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and 5:00 pm CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint:You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin,TX 78759 You may contact the Texas Department of Insurance to obtain information on companies,coverage, rights or complaints at 1-800-252-3439.You may write the Texas Department of Insurance at PO Box 149104 Austin,TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot,civil insurrection,or acts of war. Exclusion of Liability for Mold,Mycotoxins, Fungi&Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for,molds,living or dead fungi, bacteria, allergens, histamines, spores, hyphae,or mycotoxins,or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof,nor the consequences to persons,property,or the performance of the bonded obligations, of the occurrence,existence, or appearance thereof. Rev 1.1.06 004516 STATEMENT OF EXPERIENCE ARTICLE 1—REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders' responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer's request, signed and dated by the Bidder's owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2—EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. if key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual's time is to be divided 'between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Statement of Experience 00 45 16-1 NASCC Fence Replacement Project,##E17008 Rev 06-22-2016 Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience, education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials,safety,coordination of Subcontractors,experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder,the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship,issues related to a substandard appearance of the completed work,the amount of warranty or rework required,problems with durability and maintainability of the completed project,and problems with the lack of quality of documentation provided. In addition to the work produced,the Owner may consider issues related to the quality of construction practices,responsiveness to the owner's needs during construction,an inability to work in the spirit of partnering and any non-responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience,Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3—SAFETY EXPERIENCE REQUIREMENTS 3.01 The Bidder agrees that pursuant to Section 252.0435 of the Local Government Code,the Owner will consider the safety record of the Bidder prior to awarding contracts. The Owner has adopted the following written definitions and criteria for determining the Bidder's safety record. 3.02 The Bidder's safety record will be used to determine if the Bidder can be deemed responsible. 3.03 Provide general information about the safety record of the organization as required in Table 4. A. For purposes of providing this information,the following terms shall have the following meanings: 1. "Bidder"includes the firm,corporation, partnership,or other legal entity represented by the Bidder or anyone acting for such firm,corporation,partnership,or other legal entity submitting the bid. 2. "Citations"include notices of violation, notices of enforcement,suspension/revocation of state or federal licenses or registrations,fines assessed pending criminal complaints, indictments,convictions, administrative orders,draft orders,final orders,and Judicial final judgments.Notice of Violations and (0011, Notice of Enforcement received from the TCEQ shall include those classified as major violations and Statement of Experience 004516-2 NASCC Fence Replacement Project,#E17008 Rev 06-22-2016 moderate violations under the TCEQ's regulations for documentation of Compliance History,30 Texas Administrative Code,Chapter 60.2(c)(1)and (2). 3. "Environmental Protection Agency"includes,but is not limited to the Texas Commission on Environmental Quality(the"TCEQ"),the United States Environmental Protection Agency(the"EPA"), the U.S. Fish and Wildlife Service,the U.S.Army Corps of Engineers,the Texas Department of State Health Services,the Texas Parks and Wildlife Department,the Structural Pest Control Service,agencies of local governments responsible for enforcing environmental protection laws or regulations,and similar regulatory agencies of other states of the United States. B. In determining the responsibility of the Bidder,the Owner will consider the following in regards to Table 4: 1. Whether the Bidder's response in reveals more than two(2)cases in which final orders have been entered by the Occupational Safety and Health Review Commission(the"OSHRC")against the Bidder for serious violations of Occupational Safety and Health Administration("OSHA")regulations within the past five(5)years. 2. Whether the Bidder's response reveals more than one(1)case in which Bidder has received a citation or for which final orders have been entered from an environmental protection agency for violations within the past five(5)years. 3. Whether the Bidder's response reveals that the Bidder has been convicted of a criminal offense or has been subject to a judgment for a negligent act or omission,which resulted in serious bodily injury or death,within the past ten(10)years. C. The Owner may consider the responses to each question in Table 4 separately when determining the responsibility of the Bidder.The Owner may also consider the cumulative impact of the information generated by the Bidder's responses. ARTICLE 4—PROVIDE INFORMATION TO DEMONSTRATE THE ABILITY OF THE BIDDER TO PROVIDE SUBCONTRACTING OPPORTUNITIES THAT WILL MEET THE OWNER'S ESTABLISHED GOALS FOR MINORITY,MBE,AND DBE PARTICIPATION IN THE PROJECT. LIST ALL WORK TO BE PERFORMED BY QUALIFIED MINORITY,MBE AND DBE-PROPOSED SUBCONTRACTORS OR SUPPLIERS IN TABLE S. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS.STATEMENT OF EXPERIENCE REQUIREMENTS 4.01 Provide one printed copy of the Statement of Experience using the referenced tables and narrative descriptions as described in Article 2. Pages are to be 8-1/2 x 11 pages using a minimum font size of 10. A limited number of 11 x 17 sheets may be used,and must be folded to the size of an 8-1/2 x 11 page. 4.02 Provide a digital copy of the Statement of Experience in Portable Document Format (PDF) on a CD, portable drive,or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy: A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing software. C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. D. Submit color PDF documents if color is used in the printed version of the documents. Statement of Experience 004516-3 NASCC Fence Replacement Project,#E17008 Rev 06-22-2016 Table 1—Organization Information Organization doing business as: I Clearfield Construction,LLC Business Address of Principal Office 108 Earl Street,San Antonio,Texas 78212 Telephone No. 1 866-663-5662 Website I www.clearfieldconstruction.com Form of Business(check one) ❑ Corporation ® Partnership ❑ individual If a Corporation N/A State of Incorporation Date of incorporation Chief Executive Officer's Name President's Name N Vice President's Name(s) Secretary's Name Treasurer's Name If a Partnership 01C C . Date of Organization 04/29/2013 Form of Partnership: ❑ General ® Limited If an Individual Name Ownership of Organization List of companies,firms,or organizations that own any part of the organization. Names of Companies,Firms,or Organizations Percent Ownership N/A N/A Organization History List of names that this organization currently,has,or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date N/A N/A NIA Indicators of Organization Size Average number of current full-time employees 4 Average estimate of revenue for the current year $2,211,000 Statement of Experience 004516-4 NASCC Fence Replacement Project,#E17008 Rev 06-22-2016 Table 1—Organization Information Organization doing business as: I Clearfield Construction,LLC Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 N/A N/A 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio(EMR) History for the last 3 years. Provide documentation of the EMR. N/A UJU 41W Year I I EMR I I Year I I EMR Year EMR Previous Bidding and Construction Experience Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List Projects below and provide full details in a separate attachment if yes. N/A Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. N/A Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. N/A Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. No Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim,the amount and basis for the lien or claim,and an explanation of why the lien has not been released or that the claim has not been paid if yes. N/A Statement of Experience 004S16-5 NASCC Fence Replacement Project,#E27008 Rev 06-22-2016 Table 2—Project information Organization doing business as: Clearfield Construction,LLC Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager,Superintendent, Safety Manager and Quality Contra/Manager. Position Primary Alternate Project Manager Mariano E.Molina Superintendent Carlos Pecina Safety Manager Carlos Pecina Claudia Berdegue Quality Control Alton Ortiz Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work(based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price Project Management Clearfield Construction 15% Site Work Clearfield Construction 10% Installation of fence and gates Alamo Decks and Fence 5 Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio(EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25%or more of the Contract Price. Provide documentation of the EMR. Subcontractor Alamo Decks and Fence Year 1 2017 EMR N/A Year 2016 EMR N/A Year 1 2015 EMR N/A Subcontractor Year EMR Year EMR Year EMR Statement of Experience 004516-6 NASCC Fence Replacement Project,#E17008 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years RELEVANT PROJECT HISTORY ATTACHED Organization doing business as: Clearfield Construction,LLC Prolect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Description Name Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-7 NASCC Fence Replacement Project,#E17008 Rev 06-22-2016 1 CLEARFIELD Construction RELEVANT EXPERIENCE Clearfield Construction was founded in 2013 by a brother-sister team committed to excellence in heavy construction and project management by incorporating old school values coupled with a highly personalized service.Clearfield Construction specializes in civil works, site development, and infrastructure building. Clearfield Construction's two principals have over 26 years combined experience. Mariano E. Molina holds a Masters in Science degree in Civil Engineering and has over 18 years of experience managing complex construction projects in the I-IS and abroad for various institutions, multinational construction corporations, and his own construction company. Mariarlo's expertise lies in concrete,road,flood protection,and bridge work.Claudia Berdegue who holds a Masters in Science degree in Finance, has worked in the investment/banking industry as a Portfolio Manager and Fixed Income Investment Analyst for over 8 years. Her expertise lies in the administrative,contracts, and financial aspects of the business. Clearfield Construction is adequately capitalized, bonded, and currently holds the SBE, ESBE, HABE, WBE and HUB certifications. RECENT PROJECTS PROJECT NAME: Parkview Estates Drainage Improvements Phase 12 OWNER: City of Universal City ADDRESS: 2150 Universal City Blvd., Universal City,TX 78148 DESCRIPTION: Install 1,150 CY excavation, 912 LF concrete retaining wall, 1,185 YS of concrete rip rap. CONTRACT: $429,128.73 END DATE: 10{3112017 REFERENCE: Adam Kirchner, A.E.,Givler Engineering,Inc., Kirchner@givlerenginecring.com PROJECT NAME: 2017 Street and Drainage Maintenance for the City of Olmos Park OWNER: City of Olmos Park ADDRESS: 120 West El Prado Drive, San Antonio, TX 78212 DESCRIPTION: Install drainage pipe under streets, asphalt streets,concrete work CONTRACT: $114,940.88 END DATE: 6/30/2017 REFERENCE: Chris Martinez, I.P.E., Givler Engineering, Inc., lnartinez@givlerengineering.com PROJECT NAME: Lower Brushy Creek Watershed Retarding Structure Repair OWNER: Lower Brushy Creek WCID in cooperation with Natural Resources Conservation Center ADDRESS: NRCS Office, 505 West University Ave., Suite C, Georgetown, TX 78628 DESCRIPTION: Repair of two dams, floodwater retarding structures. Includes 16,700cu.yd. excavation, placing 12,981 cu. yd. of lime treated earth-fill, native landscaping and fencing. CONTRACT: $892,678.00 END DATE: 7/15/2017 REFERENCE: James Clarno, P.E., General Manager, jclarno.pe@att.net 5150 Broadway#170,San Antonio,TX 78209 • P:866-663-5662 F:210-585-2162 info@cicarfieldconstruction.com PROJECT NAME: Terrell Wells Parking Lot Improvements OWNER: Harlandale Independent School District ,01'' .DDRESS: 422 W. Hutchins Place, San Antonia,TX 78221 JESCRIPTION: Demolish front parking lot, asphalt and install 88 new parking stalls, concrete work, drainage CONTRACT: $536,900.00 END DATE:. 3/17/2017 REFERENCE: Coy Ballard P.E., Jasmine Engineering, cballard -iasmineen ineering com PROJECT NAME: Audie Murphy Memorial V.A. and Kerrville V.A.Hospitals OWNER: Department of Veterans Affairs ADDRESS: San Antonio Medical Center and Kerrville V.A. DESCRIPTION: Installed over 30 brick pillars to cover concrete pillars sustaining solar panels. CONTRACT: $385,018.83 END DATE: Scheduled for 9/30/2017 REFERENCE: Michael Patterson, Director of Operations, Eco Clean Solar, mike. atterson ecocicansolai•.net PROJECT NAME: Johnson High School On-Site Detention Basin Project OWNER: North East Independent School District ADDRESS: 23203 Bulverde Road, San Antonio,TX 78259 DESCRIPTION: Excavation, build two detention basins, install irrigation system, pump system, and electrical work. CONTRACT: $479,450.00 END DATE: 12/3/2016(on schedule) REFERENCE: John Krauss P.E., Pape-Dawson Engineers, 210-375-9000, 'kratiss@pape-dawson.com PROTECT NAME: Lee High School Front Parking Lot Project ,,OWNER: North east independent School District .ADDRESS: 1400 Vance Jackson Road, San Antonio,TX 78213 DESCRIPTION: Concrete work, sidewalks, asphalt parking lot, landscape installation CONTRACT: $192,920.21 END DATE: 9/9/2016(school extended schedule two weeks for additional work) REFERENCE: Noe Rodriguez, Project Manager,NEISD, 210-407-0438, nrodri20@neisd.net PROJECT NAME: NISD Paving& Drainage Upgrades at Hobby and Luna Middle School OWNER: Northside Independent School District ADDRESS: 5900 Evers Road, Building E, San Antonio, Texas 78238 DESCRIPTION: re-built two parking lots,excavation, landscape and drainage ditch installation CONTRACT: $373,730.30 END DATE: 8/5/2016(on schedule) REFERENCE: Fernando Figueroa,Field Manager,Cude Engineers,210-681-2951,ffi ueroa cudeen ineers.coill PROJECT NAME: Roadway and Drainage Improvements for AJW Architectural Products OWNER: Kendall County, Texas ADDRESS: 51" Street and Blue Ridge Street DESCRIPTION: Asphalt road, built 550 LF concrete drainage ditch CONTRACT: $147,748.20 END DATE: 6/18/2016(two weeks ahead of schedule) REFERENCE: Bryan Espina P.E., LNV Engineers, 210-822-2232, bspina iDInvinc.com 5150 Broadway#170,San Antonio,TX 78209 • P-.866-663-5662 F-.210-585-2162 info@clearficidec)nstruction.com PROJECT NAME: Babcock Hills Veterinary Hospital „OWNER: Andover Homes WDRESS: 6600 Prue Road, San Antonio, TX 78240 DESCRIPTION: Installed concrete slab with concrete beams, excavation, and sidewalks. CONTRACT: $62,023.00 END DATE: 6/14/2016 (2 weeks ahead of schedule) REFERENCE: Chad Powell, Andover Homes, andoverhomes.s.angmail.com PROJECT NAME: Hidden Forest Elementary School—Drainage Improvement OWNER: North East Independent School District ADDRESS: 802 Silver Spruce, San Antonio, TX 78232 DESCRIPTION: Excavation, installing headwall to prevent flooding in neighboring homes, detention pond, earthen berm drainage pipe installation and other concrete work. CONTRACT: $70,000 END DATE: 10/12/2015 (8 weeks ahead of schedule) REFERENCE: John Krauss, Pape-Dawson Engineers P.E.,jkrauss@page-dawson.com Jorge Cabello-Senior Director Construction for NEISD (210)407-0438, 'cabel neisd.net PROJECT NAME: Port San Antonio--Test Cell Flood Protection OWNER: Port Authority San Antonio ADDRESS: 541 Citrus Road, San Antonio, TX 78226 DESCRIPTION: Build 138 piers 30' deep, 3 retaining walls for flood protection, excavation, driveways and other concrete work. CONTRACT: $1,002,754 END DATE: 10/31/2015 (on schedule) PREFERENCE: Frank Corey, Pape-Dawson Engineers P.E., fcoreyP—pape-dawson.com Julissa Carrillo, Tejas Premier Building Contractor (210) 821-5858,julissanag..teiaspremierbe.com PROJECT NAME: O.G.Wiederstein Elementary School-Fencing OWNER: Schertz, Cibolo, Universal City ISD ADDRESS: 171 E. Borgfeld Road, Cibolo,TX 78108 DESCRIPTION: Excavating, installing concrete beams, wrought iron fence and gates. CONTRACT: $65,050 END DATE: 2/29/2015 (one week ahead of schedule) REFERENCE: Terri Canal, CPPB, CSBS, Project Manager, Schertz-Cibolo-Universal City ISD, (210)945-6028,tcanal@scuc.txed.net PROJECT NAME: SARA Bella Claire Apts.-Sewer Line Replacement OWNER: San Antonio Housing Authority ADDRESS: 2618 Nacogdoches Road„ San Antonio, TX 78217 DESCRIPTION: Excavation, trenching, sewer line replacement, install pump lift station. CONTRACT: $67,392 END DATE: 1/30/2015 (on schedule) REFERENCE: Marvin Williams, Construction Project Manager, San Antonio Housing Authority, (210)477-6534, Marvin Williams@saha.org 5150 Broadway 4170,San Antonio,TX 78209 + P-.866-663-5662 F:210-595-2162 info@clearfieldconstruction.com 4 PROJECT NAME: Government Canyon—Flood Control Improvements OWNER: Texas Parks&Wildlife Department 1DDRESS: 12861 Galm Road, San Antonio,TX 78254 DESCRIPTION: Reinforced concrete retainage wall 780LF,porous pavement,drainage channel,and stone veneer. CONTRACT: $430,896.84 END DATE: 5/2912015(contract was extended for additional work) REFERENCE: Andrew Johnston, P.E. Senior Project Manager Halff Associates, Inc.,aiohnston@halffcom Neil Thomas, PLA, PMP, Project Manager,Texas Parks&Wildlife Department (512)389-4355,Neil.Thomas@ipwd.texas.g_ov. PROJECT NAME: Carver Cultural Center—Parking Lot Project OWNER: City of San Antonio ADDRESS: 226 North Hackberry Street, San Antonio,TX 78202 DESCRIPTION: Excavation,reinforced concrete paving(11,000 SF),concrete piers,electrical, irrigation, wrought iron gates,and sidewalks. CONTRACT: $275,293 END DATE: 2/23/2015 (on schedule) REFERENCE: Kyle Brusveen, RVK Architects,kyle.brusveenna.rvk-architects.com Dale Lange, City Architect - Project Manager, City of San Antonio, Transportation & Capital Improvements Department,(210)207-1461,Dale.Lange@sanantonio.gov PROJECT NAME: City of Somerset—Touchstone/Dixon Drainage Project OWNER: Bexar County and City of Somerset ADDRESS: Touchstone St. &W. Dixon Rd.,Somerset,TX 78069 DESCRIPTION: Reinforced concrete head walls,drainage channels under road,elevate road,asphalt road. CONTRACT: $100,358 ND DATE: 10/10/2014 (six weeks ahead of schedule) REFERENCE: MiYoung Squire P.E.,MS Engineering, msguire@msen-g7ineeringus.com s.com Jaime Contreras,CDH Senior Project Analyst Bexar County Dept. of Community Resources, Development& Housing Development,(210)335-6648,jcontreras@bexar.org PROJECT NAME: M&O Program-Dellview Elementary School Drainage Channel Improvement OWNER: NEISD—North East Independent School District ADDRESS: 7235 Dewhurst Road, San Antonio,TX 78213 DESCRIPTION: Reinforced concrete drainage channel(600LF)for flood control, curbs and landscape CONTRACT: $73,264 END DATE: 6/25/2014(one week ahead of schedule) REFERENCE: John Krauss, Pape-Dawson Engineers P.E., ikrauss(@Vgpe-dawson.com Garrett J. Sullivan, Executive Director Engineering Department,(210)407-0438 gsulli@neisd.net PROJECT NAME: Live Oak County Courthouse Repairs-Flooring OWNER: Live Oak County Commissioners Court ADDRESS: 301 E. Houston Street,George West,TX 78022 DESCRIPTION: Flooring Courthouse CONTRACT: $84,000 END DATE: 10/17/2014(on schedule) REFERENCE: Perry Rabke, DRG Architects,(210)349-7950 pLabke@DRGArchitects.com com 5150 Broadway#170,San Antonio,TX 78209 - P-.866-663-5662 F-210-585-2162 info@clemfieldconstruction.com PROJECT NAME: Alamo Dome Pavers OWNER: City of San Antonio %DDRESS: Alamo Dome r DESCRIPTION: Excavation,earth work,soil stabilization,concrete work, paver installation. CONTRACT: $47,644 END DATE: 10/14/2014(one week ahead of schedule) REFERENCE: Sharon Guerrero,City Project Manager,(210)207-7262 Sharon.guerrero@sanantonio.gov PROJECT NAME: George West High School North Parking Lot OWNER: George West ISD ADDRESS: 913 Houston Street,George West,TX 78022 DESCRIPTION: Concrete work, sidewalks,electric work, install light posts,asphalting parking lot and street CONTRACT: $310,588 END DATE: 2/26/2014(on schedule) REFERENCE: Rob Garcia, LaMarr Womack&Associates, LP., rob@lwarchitects.com Ty Sparks, Superintendent for George West ISD,(361)449-1426 TSparks@g3misd.esc2.net PROJECT NAME: BES—Sidewalk Drainage OWNER: City of San Antonio ADDRESS: 223 South Cherry Street, San Antonio,TX 78203 DESCRIPTION: Concrete work, curbs and sidewalks,drainage CONTRACT: $10,645.00 END DATE: 12/7/2013 (2 weeks ahead of schedule) REFERENCE: Ron Griego, Facilities Administrator,(210)247-5640 Ron.Griego@sanantonio.gov PROJECT NAME: Bullis County Park Waterline Extension OWNER: Bexar County Facilities&Parks ADDRESS: 101 W.Nueva#920, San Antonio,TX 78205 DESCRIPTION: Bore channel under road,installed copper service line,meter,and pressure reducing valve. CONTRACT: $47,501 END DATE: 11/18/2013 (3 weeks ahead of schedule) REFERENCE: Mark Roetzel,P.E.,CDS Muery Engineers, MRoetzel@cdsmuerv.com Jannett Jay, Construction Coordinator,(210)335-6775 ijay@bexar.ore 5150 Broadway#170,Satz Antonio,TX 79209 • P.866-663-5662 F-210-585-2162 info@clearfieldconstruction.com Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: Clearfield Construction,LLC Bidder's Safety Record and Experience Has the Bidder received any Citations for violations of OSHA within the past five(5)years? List Citations below (date and location of Citation)and provide full details in a separate attachment if yes.The full details must include the type of violation or offense,the final disposition of the violation or offense, if any,and the penalty assessed. No. Has the Bidder received any Citations for violations of environmental protection laws or regulations within the past five(5)years?List Citations below(date and location of Citation)and provide full details in a separate attachment If yes.The full details must include the type of violation or offense,the final disposition of the violation or offense, if any,and the penalty assessed. No. Has the Bidder,within the past ten(10)years,been convicted of a criminal offense or been subject to a judgment for a negligent act or omission,which resulted in serious bodily injury or death?List convictions or judgments below and provide full details in a separate attachment if yes. No. The Owner will consider the following information as additional support to make a determination as to the responsibility of the Bidder.The Bidder must answer the following questions and provide evidence that it meets minimum OSHA construction safety standards and has a lost time injury rate that does not exceed the limits established below: 1 Does the Bidder have a written construction safety program? X Yes ❑No 2 Does the Bidder conduct regular construction site safety inspections? m Yes o No 3 Does the Bidder have an active construction safety training program? U[Yes o No 4 Does the Bidder,or affected subcontractor,have competent persons in the following areas(as applicable to the scope of the current Project): A. I Scaffolding IQ Yes o No ❑ N/A B. Excavation M Yes o No ❑ N/A C. Cranes&Hoists M Yes ❑ No ❑ N/A D. Electrical Do Yes o No ❑ N/A Statement of Experience 004S16-10 NASCC Fence Replacement Project,#E17008 Rev 06-22-2016 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: Clearfield Construction,LLC E. Fall Protection Yes o No ❑ N/A F. Confined Spaces Yes ❑ No ❑ N/A G. Material Handling ia Yes ❑ No ❑ N/A H. Demolition Ea Yes o No ❑ N/A I. Steel Erection X Yes ❑ No o N/A J. underground Construction ll1 Yes ❑ No o N/A Does the Bidder have a lost time injury rate and a total recordable injury rate of less than or equal to the national average for North American Industrial Classification 5 System("NAICS")Category 23 for each of the past five(5)years?Provide the Yes o No Bidder's OSHA 300 and 300A logs for the past five(5)years in a separate attachment. Does the Bidder have an experience modifier rate of 1.0 or less?Provide the 6 Bidder's NCCI workers'compensation experience rating sheets for the past five(5) aYes o No years in a separate attachment. Has the Bidder had any OSHA inspections within the past six(6)months?Provide 7 documentation showing the nature of the inspection,the findings,and the o Yes UL No magnitude of the issues in a separate attachment if yes. rN Statement of Experience 00 45 16-11 NASCC Fence Replacement Project,#E17008 Rev 06-22-2016 Table S—Demonstrated Minority,MBE,DBE Participation Organization doing business as Clearfield Construction,LLC Project Subcontractors and Suppliers Provide a list of anticipated Minority,MBE,DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority/MBE/DBE Participation Policy Name Work to be Provided Estimated%of Contract Price Alamo Decks and Fence Installation fence and gates 75% Certification SCTRC#213091661 Statement of Experience 00 45 16-12 NASCC Fence Replacement Project,#E17008 Rev 06-22-2016 ARTICLE 5—CERTIFICATION 5.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: Clearfield Construction,LLC (typed or rintedJ By: (in idual's signature) Name: Mariano E.Molina (typed or printed) Title: Partner (typed or printed) Designated Representative: Name: NIA Title: Address: Telephone No.: Email: END OF SECTION Statement of Experience 004516- 13 NASCC Fence Replacement Project,#E17008 Rev 06-22-2016 ��la.1x.yb 11:03 AM Berdegue 8668419781 PAGE. 3j 16 earetary of Slate ' Filed in the 0111ete of the P.O.Box 13987 Secretary of 9tatte of Texas Austin,TX 78711-3697 Filing 0: 801775332 04129/2013 AXX::5 512/463-5708 Document#:478011610002 i i �Fiiing Fee:$300 Certificate of Formation image Generated Eleatroni+aoliy Limited Liability Company for Web Filing Article 1 -Entity Name and Type I fie f11iRg endty helrig fomiet!is a limited liability company The name of the entityis "- »^.m ^w� � r 1 '�G�„,LE�A,�RFIE�.D.CON$T'RUCTtON. LLC (i .. . . .. . ... . I Article 2—Registered Agent and Registered Mei MA.The Initial registered agent Is an organization(cannot be company named above)by the name of: { '�Gorporation Sgrvlce:Company dib/a CSC�I.awyere incorporating Service Company OR t3.The initial registered agent is an individual residentWe state whose name Is set forth below: �C.The business address of the registerad agent and the registered office address Is: et AidcTresec” E. 7th Street ..�..__ .. ._..�..... ,._._...... _._...,.. .__.__.. _...._. .__.._ ,....._,.. . ....._... _.._. .._.. _._.. �8ulte 620 Austin TX 78709 _ .. Conset of Registered Agent A,A copy of the consent of registered agent is attached.-TX--meantForm,pdf-.Adsa'z'a Airobe .adf ~y OR ` •r,B.The consent of the registered agent Is maintained by the entity, _) 'A.The limited liability company is to be managed by managers. OR @.The limited liability company will not have managers,Management of the company is reserved to the members. The names and addresses of the governing pennons are set forth below_: f Weaing member 1:41.A�,ID1A +BEI DEt3t1E __ � Title; Managing Nfdmber wares! 6180 BROADWAY 170 SAN ANTONiO TX, USA 78209 aneMemper 2 MARIANO E INOLINA ���� _' ._.... `itis: Min-aging• i Member aarese 5160 BROADWAY 170 SAN ANTONIO TX, USA 78209 Article 4-Purpose _ rr e purpose forwhlii the company is organized is forthetransaotion of any and all lawful business for which limited) tabiiitt►companies may be organized under the Texas Business Organizations Code. i 11:03 AM Berdegue 8668419781 PAGE. 4/ 16 pail Ptaae of Business; ''�`s""- 950 BroadWaY 170 Sen Antonio,TX 78208 _ e at BaNd Addendum,If any,rR Incorporated heroln by reference.] I _he name and address of LAUDIA BERDEGUi~ 160 B faith�hetow. .._.._._.._.._w... . ........ OAM Y 170N Ai09 �A.1'hIs document becomes e • .__"'".._..__._... ffeative when the `. "il---- " a •••_....�.r ....... document Is filed b)r the secretary OR B. This document becomes effective .;ignirrg.The delayed effective date is: later date,which Is not more than ninety.(80)days from the date of Its .�M««...at a . e undersigned affirms that the person dest®nated as regjaterred agent has consented tc the a * ointment, � • Indersigned signs this document subject to the na a im pp tment.The pe posed by law for the submission of a materially false or Pudulent instrument and certifies under penalty of perjury that the undersigned is authorized underthe provisions of awr Soveming the entity to execute the filing Instrument. LAUDMA ..__.�.._...«...._....,.. . .. ...«.__.«...._�_«_.._._. .. ....__�.. .._.. ..... ��'�• ��.«....«......• _ «...««......... .. ._._........._ ...._._.,.. ........_...�........_...-m'nr—v a ....•! FILING OFFICE Copy - -. .«« _....«.._.. r A� CERTIFICATE OF LIABILITY INSURANCE DATE 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). CONTACT PRODUCER Wortham San Antonio Inc. NAME SA Fernando Aranda 131 Interpark Blvd. PHONE 210-249-2362 Fi c' 210-223-2806 San Antonio,TX 78216 Ext) EDo L femando.aranda worthaminsurance.com INSURER(S)AFFORDING COVERAGE NAIC# www.worthaminsurance.com INSURER A: Cincinnati Specialty Underwriters Insurance Compan 13037 INSURED INSURER a: Texas Mutual Insurance Company 22945 Clearfield Construction, LLC 5150 Broadway#170 INSURERC: San Antonio TX 78209 INSURER D: INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL 3UBR POLICY NUMBER POLI DIYYYYI EFF PMLICY EXP LIMITS A COMMERCIAL GENERAL LIABILITY CSU0050586 8/30/2017 8/30/2018 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTEly CLAIMS-MADE ©OCCUR PREMISES occurrencol $100,000 MED EXP(Any one rson) $10,000 PERSONAL S ADV INJURY $1,000,000 GEMLAGGREGATE LIMIT APPLIES PER GENERALAGGREGATE $2,000,000 POLICY D EC PRODUCTS PRODUCTS-COMP/OP AGG s2,000,000 OTHER: $ A AUTOMOB[LELtARtLITY CS00050586 8/30/2017 8/30/2018 COMBINsocdED SINGLE LIMIT $1,000,000 ANY AUTO BODILY INJURY(Per parson) S OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS ONLY AUTOS HIRED NON-OWNEO PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY e $ A UMBRELLA LAM OCCUR CS00055747 8/30/2017 8/30/2018 EACH OCCURRENCE $2,000,000 f EXCESS UAB CLAIMS-MADE AGGREGATE $2,000,000 OED I I RETENTION S B WORKERS COMPENSATION 0001258020 9/9/2017 9/912018 STATUTE ER AND EMPLOYEW LIABILITY ANYPROPRIETORIPARTNEWEXECUTIVE YIN N E.L.EACH ACCIDENT $1,000,000 OFFICERIMEMBEREXCLUDED? F7N NIA (Mandatory In NH) E.L.DISEASE-EA EMPLOYE $1-000,000 If ,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1.000.000 DESCRIPTION OF OPERATIONS I DATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may 1»attached if more apace is required) Project Name: NASCC Fence Replacement Project-No.E17008 CERTIFICATE HOLDER CANCELLATION The City Of Corpus Christi,T8X8S SHOULD ANY OF THE ABOVE DESCRIBED POLJCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Cir Hall Building, 1st Floor ACCORDANCE WITH THE POLICY PROVISIONS. 1201 Leopard Street Corpus Christi TX 78401 AUTHORIZED REPRESENTATIVE �� �• �����_ , ��� �/ John L.Wortham&Son,L.P. F♦��e,/e�y 1i/ O 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2018/03) The ACORD name and logo are registered marks of ACORD CLEARCON 1 17118 master with NC I (SM Fernando Aranda 112/14/2017 4;23:01 Rx (GGT) I page 1 of 8 Clearfield Construction, LLC 8/30/2017 CS00050586 8/30/2018 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU - OPERATIONS AND COMPLETED OPERATIONS This endorsement modes insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section 11 -Who is an Insured is amended to of Chapter 151 of Subtitle C of Title 2 of the include as an additional insured any person or Texas Insurance Code. organization when you and such person or or- B. With respect to the insurance afforded to ganization have agreed in writing in a contract these additional insureds, the following addi- or agreement that such person or organization tional exclusions apply: be added as an additional insured on your pol- icy, but only with respect to "bodily injury", This insurance does not apply to: "property damage" or "personal and adverbs- 1. "Bodily injury", "property damage"or"per- ing injury"caused, in whole or in part,by: sonal and advertising injury"arising out of 1. Your acts or omissions in the perfor- the rendering of, or the failure to render, mance of your ongoing operations for the any professional architectural, engineer- additional insured ; ing or surveying services,including: 2. The acts or omissions of those acting on a. The preparing,approving,or failing to your behalf in the performance of your prepare or approve, maps, shop ongoing operations for the additional in- drawings, opinions, reports, surveys, sured;or field orders, change orders or draw- ings and specifications;or 3. "Your work" performed for the additional insured and included in the "products- b. Supervisory, inspection, architectural completed operations hazard. or engineering activities. If not specified otherwise in the written con- 2. "Bodily Injury" or "property damage" ads- tract or agreement, a person's or organiza- ing out of"your work"for which a consoli- tion's status as an additional insured under this dated (wrap-up) insurance program has endorsement ends one year after your opera- been provided by the prime contrac- tions for that additional insured are completed. for/project manager or owner of the con- The written contract or agreement must be struction project in which you are involved. currently in effect or become effective during 3. "Bodily injury", "property damage"or"per- the term of this Coverage Part. The contract sonal and advertising injury" to any em- or agreement must be executed prior to the ployee of you or to any obligation of the "bodily injury", "property damage" or'personal additional insured to indemnity another and advertising injury" to which this endorse- because of damages arising out of such ment pertains. injury. However, if you have entered into a construe- d. "Bodily injury'. "property damage"or"per- tion contract subject to Subchapter C of Chap- sonal and advertising injury"for which the ter 151 of Subtitle C of Title 2 of the Texas In- Named Insured is afforded no coverage surance Code with the additional insured under this policy of insurance. shown in the Schedule,the insurance afforded to such person(s) or organization(s) only ap- C. With respect to the insurance afforded to plies to the extent permitted by Subchapter C these additional insureds, SECTION III - LIM- ITS OF INSURANCE is amended to include: Includes copyrighted material of ISO CSIA406(08/09).A Properties, Inc.,with its permission. 0 7 ow CLBARMN ( 17/18 Master with WC I (SA) Fernando Aranda 1 12/14/2017 4:23:01 PM (CST) I Page 2 of 6 The limits applicable to the additional insured DITIONS, 4. Other Insurance is amended to are those specked in the written contract or include: agreement or in the Declarations of this Cov- erage Part, whichever is less. If no limits are Any coverage provided herein will be excess specified in the written contract or agreement, over any other valid and collectible insurance the limits applicable to the additional insured available to the additional insured whether are those specified in the Declarations of this primary, excess, contingent or on any other Coverage Part. The limits of insurance are in- basis unless you have agreed in a written con- clusive of and not in addition to the limits of in- tract or written agreement executed prior to surance shown in the Declarations. any loss that this insurance will be primary. This insurance will be noncontributory only if D. With respect to the insurance afforded to you have so agreed in a written contract or these additional insureds, SECTION N - written agreement executed prior to any loss COMMERCIAL GENERAL LIABILITY CON- and this coverage is determined to be primary. Includes copyrighted material of ISO CSIA4t)5(013/09)-A Properties, Inc.,with its permission. Page 2 olf of 2 CLRARCON 1 19/19 Master with NC I (SA) Fernando Aranda 1 12/14/2019 4:23:01 PN (CST) I Page 3 of 6 Clearfield Construction, LLC 8/30/2017 CSU0050586 8/30/2018 POLICY NUMBER: COMMERCIAL GENERAL LIABILrrY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): The City of Corpus Christi,Texas City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi TX 78401 information required to complete this Schedule if not shown above will be shown in the Declarations. A. For all sums which the insured becomes le- shown in the Declarations nor shall they gally obligated to pay as damages caused by reduce any other Designated Construc- "occurrences" under Section 1 - Coverage A, tion Project General Aggregate Limit for and for all medical expenses caused by acci- any other designated construction project dents under Section I - Coverage C, which shown in the Schedule above. can be attributed only to ongoing operations 4. The limits shown in the Declarations for at a single designated construction project shown in the Schedule above: Each Occurrence, Damage To Premises Rented To You and Medical Expense 1. A separate Designated Construction continue to apply. However, instead of Project General Aggregate Limit applies being subject to the General Aggregate to each designated construction project, Limit shown in the Declarations,such lim- and that limit is equal to the amount of the its will be subject to the applicable Desig- General Aggregate Limit shown in the nated Construction Project General Ag- Declarations. gregate Limit. 2. The Designated Construction Project B. For all sums which the insured becomes le- General Aggregate Limit is the most we gally obligated to pay as damages caused by will pay for the sum of all damages under "occurrences" under Section 1 - Coverage A, Coverage A,except damages because of and for all medical expenses caused by acci- "bodily injury" or "property damage" in- dents under Section 1 - Coverage C, which eluded in the "products-completed opera- cannot be attributed only to ongoing opera- tions hazard", and for medical expenses tions at a single designated construction proj- under Coverage C regardless of the ect shown in the Schedule above: number of: 1. Any payments made under Coverage A a. Insureds; for damages or under Coverage C for medical expenses shall reduce the b. Claims made or"suits"brought;or amount available under the General Ag- c. gc. Persons or organizations making gregate Limit or the Products-completed claims or bringing suits . Operations Aggregate Limit, whichever is applicable;and 3. Any payments made under Coverage A for damages or under Coverage C for 2. Such payments shall not reduce any medical expenses shall reduce the Des- Designated Construction Project General ignated Construction Project General Ag- Aggregate Limit. gregate Limit for that designated con- C. When coverage for liability arising out of the struction project.Such payments shall not "products-completed operations hazard" is reduce the General Aggregate Limit provided, any payments for damages be- CG 25 03 05 09 0 Insurance Services Office, Inc.,2008 Page 1 of 2 ❑ cLFARCOw 17/18 Kanter with we I (SA) Fernando Aranda 1 12/14/2017 4:23:01 PM (CST) I Page 4 of 8 cause of "bodily injury" or "property damage" doped and then restarted, or if the authorized included in the "products-completed opera- contracting parties deviate from plans, blue- tions hazard" will reduce the Products- prints, designs, specifications or timetables, completed Operations Aggregate Limit, and the project will still be deemed to be the same not reduce the General Aggregate Limit nor construction project. the Designated Construction Project General Aggregate Limit. E. The provisions of Section III - Limits Of Insur- ance not otherwise modified by this endorse- D. If the applicable designated construction proj- ment shall continue to apply as stipulated. ect has been abandoned, delayed, or aban- GG 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 2 of 2 ❑ CLRARCON 1 17/18 Master with WC ( (SA) Fernando Aranda 1 12/14/2017 4:23:01 PM (CST) I Page 5 of 8 Clearfield Construction, LLC 12/14/2017 CSU0050586 COMMERCIAL GENERAL LIABILITY CSGA 4087 12 12 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - PER CONTRACT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to Paragraph 8.Transfer of Rights of Recovery Against Others to Us of SECTION IV-CONDITIONS: If you have agreed, In a written contract or agreement,to provide a waiver of any right of recovery against a person or organization, we will waive any right of recovery we may have against that person or organization 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 that person or organization for which you have agreed to in a written contract to provide said waiver. ;I ..p ) j a Includes copyrighted material of Insurance CSGA 4087 12 12 Services Office, Inc.,with its permission. Page 1 of 1 CLBARCON 17/18 Master with NC I (SA) Fernando Aranda 12/14/2017 4:23:01 PM (CST) I Page 6 of 8 WORKE ® RS'COMPENSATION AND EMPLOYERS xzMU t LIABILITY INSURANCE POLICY Tehimmace CompaWC 42 03 04 B TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. { ) Specific Waiver Name of person or organization Ianke�iN" ive. ,f—, { X !� Any pe o oleo► n tlol�f¢rWhom'the a�'ned InsU his 8greed Ft y writte�necoritra"ct to"h thl`s yvaiver. 2. Operlti lns: ALL AAS OPERATIONS 3. Premium The premium charge for this endorsement shall be _ __ percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4.Advance Premium i This endorsement changes the policy to which it Is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement Is issued subsequent to preparation of the policy.) This endorsement,effective on 9/9/2017 at 12:01 A.M.standard time,forms a part of Policy No0001258020 of the Texas Mutual Insurance Company Issued to Clearfield Construction, LLC Endorsement No. Premium$ 441062 .... NCCI Carrier Code 29939 Authorized Representative WC420304B(ED.6-01-2014) INSURED'S COPY CLIMCON 1 17/18 mater with Nc I (SA) Pesnando AYanda 1 12/14/2017 4:23:01 PM (CST) I Page 7 of 8 WORKERS'COMPENSATION AND EMPLOYERS Te,]QSMutuarLIABILITY INSURANCE POLICY kMrd=C=P2ny WC 42 06 01 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule.The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: The City of Corpus Christi,Texas City Hail Building,1st Floor 1201 Leopard Street Corpus Christi TX 78401 rt II .'-•-'� , � � Ff �I � l t t I �—�•r:-' � Ilk �i ii rt .__........:._:...:!� ri r'1 '�� J�� i� li L, TJ - � � t� ' r 7 �% ", This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on 1 211 4/201 7 at 12:01 A.M.standard time,forms a part of Policy N0001258020 of the Texas Mutual Insurance Company Issued to Clearfield Construction,LLC Endorsement No. ,{ Premium$ /"R :�+t""�e�"�1/Y`�"NCCI Carrier Code 29939 Authorized Representative WC420601(ED.1.94) I NSURED'S COPY CLRARCON 1 17/18 Master with KC I (SAI Fernando Aranda 1 13/14/2017 4:21:01 FM (CST) I Page 0 of 8 2015.12.16 11:03 AM Berdegue 8668419781 PAGE. 3/ 16 ecretary of State Filed In the Office of the 4 .o.Box 13687 Secretary of State of Texas usiln,TX 78711-3697 Filing 0; 801775332 04129/2013 AX:5121463-5709 Document#: 478011510002 Certificate of Formation image Generated Electronically fling Fee:X300 1 Limited Liability Company for Web Filing l Article 1 -Entity Name and Type j-The filing entitty being formed Is a limited liability company.The name of the entity is: i '�Cf�RFIEL,Q CaNSTRUGTtON. I,LC ' Article 2—Registered Agent and Registered Office rA.The Initial registered agent Is an organization(cannot be company named above) by the name of: �Corporatian Service Company dlbta GSC-Lawyers incorporating Service Company OR rB.The Initial reIs ered agetnt is an individual resident of the state whose name is set forth below: .The business address of the registered agent and the registered office address is: teat Address; l Z1'I E. 7th Street ....__... ...___. ._.._. ....w,. Oulte 620 Austin TX 78701 Consent of Registered Agent -FA.A copy of the consent of registered agent Is attached.TX Co sent Form odf.-.Adobe Acrobat.pdf OR 'B.The consent of the registered agent is maintained by the entity, Article 3-Qovernii Authority rx.The limited liability company Is to be managed by managers. oft �F `B.the limited liabllity company velli not have managers.Management of the company Is reserved to the members...3 The names and addresses of the goveming persons are set forth below: naging Member 1:CLAUDIA ;Tftie: .Managing Member roes 6150 BROADWAY 170 SAN ANTONIO TX, USA 78209 .6a,$grog Member 2 MARIANO E MOLINA 'Title: Managing Member 6drm: 5160 BROADWAY 170 SAN ANTONIO TXT USA 78209 t Article 4.Purpose _ purpose for which the company is organized is for the transaction of Any and all lawful business for which limited 1 rity companies may be organized under the Texas Business Organizations Code. supplemental Provisions Inforillatiot) i '3 LUlb.12.16 11:03 AM Berdegue 8668919781 PAGE. 9/ 16 .Principal Place of Business: 150 Broadway 170 San Antonio,TX 78208 ! afteched addendum,If any,la Incorporated herein by reference j Iwhe name an ..... -..._Organizer d address of the o anizer are set foith below. _- ; LAUDIA BERDEGUE A15.0 8R Y 170 $A ANTO-10 TX 78209 PA.This document becomes e - .___.__.._..... . _ effective when the document is filed b t secret" atj" _-__.... ._ ...y he secretary of state. OR .�i8:This document becomes effective at a later date,which is not more than ninety*(90)days from the date of its gning.The delayed effective date Is:w_p Execution..�.� . ._..• • trieundersigned affirms that the person designated as registered agent has consented to the appointment,The demIgned signs this document subject to the penalties imposed b law for the s i Fraudulent instrument and certifies under penalty of y submission of n materially fates s , haw governingthe p t perjury that the undersigned Is authorized under the provisions of entity to execute the ailing instrument. -Mg ature oforganizer' __. _....._.__.._...-.. PILING OFFICE COPY ........... . . r 009101 ADDENDUM NUMBER 01 Project: NASCC Fence Replacement Project Project Number: E17008 Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P.E. Designer: Dennis Miller, PE—CFM (LNV Engr) ! Addendum No. 01 Specification Section: 00 9101 Issue Date: Dec. 15, 2017 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, odifications or deletions to the Contract Documents described in this Addendum. i APP I 12/15/17 J. . Ed m nds, P.E. Addendum Items: To delay bid opening -` New bid date: January 10,2018 ARTICLE 1—BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgment Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgment Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS B. SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS—Article 3;SECTION 00 30 00 BID ACKOWLEDGMENT FORM—Article 1: 1. The date for receipt of Bids has been changed to Wednesday.January 10,2019. The time and location for the receipt of Bids remains unchanged. J END OF ADDENDUM NO. 01 /1 Addendum No.01 009101-1 E17008 NASCC Fence Replacement Project Rev 01-08-16 009101 ADDENDUM NUMBER 2 Project: NASCC Fence Replacement Project Project Number: Owner: City of Corpus Christi E17008 City -- -- -- Engineer: J.H. Edmonds, P.E. Designer: NAVFAC Addendum -- ^------- �-- -- Issue --- No. 2 Specification Section: 00 91 01 Date: 27 DEC 2017 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifi tia s or deletions to the Contract Documents described in this Addendum. /Q// 72 Name Date Addendum Items: - To include Additive Alternate No. 2—Main Gate Repairs. Addendum includes - Attachments: 1-T Statement of Work Imo' - 1A—Drawings 113—Waste Summary Sheet 2—Bid Form CCR 00 30 01 1.01 MAIN GATE REPAIRS A. Bidders are hereby notified that Additive Alternate No. 1 will be included in Bid Package Due 10 Jan 2018 for the repairs to the Main Gate. 1. Work to include removal, repair, and reinstallation of cantilevered sliding double gate; 2. Excavate and construct concrete slab for use of new heavy duty adjustable wheels on gate; 3. Install new pad and motor; 4. Install new anchored monorail carriage wheels and track; 5. Install pair of roller guides and track wheels on newly set posts. Thank you for your interest in this project. END OF ADDENDUM NO. 2 Addendum No. 2 00 9101- 1 NASCC Fence Replacement Project—E17008 Rev 01-13-2016 CLEARFIELD Construction B U i It right with old S C h o o l v a l u e s "c T SITE CONCRETE DEVELOPMENT CONSTRUCTIONINFRASTRUCTURE • Soil movement • Structural concrete • Underground utilities • Excavation • Pavers • Road work & bridges • Grading . Sidewalks & curbs • Drainage systems • Compacting • Clearing & demolition CLEARFIELD Construction provides construction services for the public and private sectors in Central & South Texas. Based on its founders' experience and their commitment to excellence in construction & project management, CLEARFIELD Construction is a solid and reliable partner for your project. CLAUDIA M.BERDEGUt MARIANO MOLINA c1aU0a@c2ear11uu eldConscticn_com J l+ I manano@aclearfselcconstruction.com M5,Finance(Honors).UTSA'07 ' "`""""Q BA,Economics,Statistics.UT$A'02 MS,Civil Eng.(Waste Water Treat- merit).UTSA'97 Claudia has worked in the invest- BS Civil Eng_UTSA'95 menHbanking industry as Portfolio BA Biology.St Mary's Univ.*90 Manager,Fixed Income Trader,and N Mariano has over 18 years of expen- Investment Analyst for over a years. ence managing construction projects Her expertise lies in the administra- / in the US and abroad for non- live and financial aspects of thenf government institutions,multinational business, construction corporation,and his own construction company, CLEARFIELD Constrise inn Lacs liven crri flied as a Slnall Businrss Enleiplise.I5BE),Disildvantaged Business Enicaprise(DBE).Women Owned Business Enterprise(Nrtil?.4limiritu Owned Business EnietTrisr(GIBE).and Flispanic Anscriam Businrss E lerprise 01ABE)by thU Snnth C'cmral l'5115 IZC-el(illa)CCfl9tICahUII;IL4'nC�•.$lllcl as a]listalicnlEy Underutilized l3nsiness(FIIIB]by Ilse Comptroller nl PuLlic:Iccwmts of ILr tiurrc ul'tcsas. CLEARFIELD Construction LLC - 5150 Broadway#170 - San Antonio,Texas 713209 - Tel.210-860.5588 CLEARFIELD Construction Claudia A Berdegue Managing Partner (210)284-7886•claudia@clearfieldconstruction.com EXPERIENCE CLEARFIELD CONSTRUCTION,San Antonio,TX Managing Partner,June 2013—Present Financial and Administrative Director in charge of business development,contracts,financial and administrative aspects of the business. BROADWAY BANK,San Antonio,TX Wealth Management Division Portfolio Manager-Project Specialist,May 2010—June 2013 Managed over 165 investment portfolios including those of three large foundations. Investment strategies which involved determining asset types, allocation and different investment approaches to be used by implementing new robust statistical research programs. Ensured accurate calculation and reporting of investment performance by contributing to the selection and verification of appropriate investment performance measurement systems. HOMESWIMMER.COM,San Antonio,TX President,March 2006-May 2010 Responsible for launching an award winning stationary swimming system which is recently received a patent. Organized partnership,secured venture financing,and sourced logistic support in anticipation of first product shipment. Implemented a marketing campaign including development of an ecommerce website; product promotion through trade shows, PR, and TV ads. Successfully submitted new product to industry competitions which resulted in awards and recognitions both nationally and internationally. Created a market for this seasonal internet-based product now available in leading sporting goods websites, swimming pool store chains, and national catalogs. BROADWAY BANK,San Antonio,TX Wealth Management Division Fixed Income and Investment Analyst,December 2003-March 2006 Fixed Income Trading and Analytics for the Wealth Management Department. Conducted fixed income investment research using Bloomberg,Morningstar and platforms.Optimized trading by fully automating trading platform which resulted in increased productivity. UBS Global Asset Management,San Antonio,TX Investment Advisor,October 2002—December 2003 Advised clients and structured their portfolios by utilizing diverse investment strategies,securities,pension plans,and other. Exceeded in asset gathering benchmarks every quarter. FEDERAL RESERVE BANK,San Antonio Branch Internship,January—June 2002 Worked under the head economist conducting research and statistical analysis for retail sales and sales tax rebates using econometric software. The findings from the study were published by the Federal Reserve Bank that year. Tax rebates are now used as another leading economic indicator to help predict economic trends in the state of Texas. EDUCATION UNIVERSITY OF TEXAS,SAN ANTONIO Master of Science in Finance Graduated with Honors,August 2007 UNIVERSITY OF TEXAS,SAN ANTONIO Bachelor of Arts in Economics,with minor in Statistics Graduated Suma Cum Laude,August 2002 j CLEARFIELO ��:�'' �4�ti LtflYLCi A�1 Carlos G. Pecina 8102 Hausman Rd. W, #1302, San Antonio, Texas 78249 -- 830-325-0185 (C) carlos(@clearfieldconstruction.com WORK HISTORY: Clearfield Construction,LLC—January 17,2017—Present • Serve as project superintendent and liaison, attend pre-construction meetings with design engineer and project owner to coordinate project details, accurately interpret and implement construction plans for construction project at hand, report daily activities at construction site using reporting software, coordinate, supervise and organize project crews, material delivery at jobsite,equipment, lab tests, and job inspections, prevent legal challenges by understanding and enforcing regulations including enforcing OSHA Safety Standards in the workplace,maintain good construction standards and duality control,successfully complete projects on or ahead of schedule within the allotted budget, while maintaining a high quality end product. Dick Kleberg Park—August 2013—June 2014 • Footing and Foundation Designer (Senior Design Project) #poll, Texas A&M Kingsville's Memorial Student Union Building Manager—September 2011 —June 2014 • Oversaw the daily operation of the Student Union Building A&A Contractor—January 2006— 2008 • Construction worker. EDUCATION: Texas A&M University—Kingsville Bachelor of Science: Civil Engineering(December 2034) Adult First Aid/CPR/AED Certification (March 2017) ASCE(American Society of Civil Engineers) Bridge/Concrete mix design leader at San Antonio/ Boerne Osha 30 Certification(July 2017)-Hispanic Contractors Association Alton Christopher Ortiz 13039 Wild Heart Helotes, TX 78023 Phone: 210-502-6299 son nyp_alamodecksandfence.com Professional Experience • Jun 2016—Present-- Sales Manager—Alamo Decks & Fence, San Antonio, TX Sales Manager for Residential and Commercial projects; meet with clients, prepare estimates, coordinate materials and work with the installation crews, coordinate payments with the clients, Specializing in quality control. • Feb 2014—May 2015 Contractor— Self Employed, San Antonio, TX Planned all phases of construction projects; provided necessary materials, labor, equipment and services; coordinated the hiring, scheduling, and payment of specialized subcontractors; prepared and managed budgets; secured permits as required; prepared timelines for phases of projects to ensure completion dates were met; ensured customer expectations were exceeded • Dec 2013-- Feb 2014 Project Manager- G4 Construction and Remodeling, San Antonio, TX Utilized marketing and sales strategies to gain new project opportunities; negotiated contracts, developed budgets and timelines; served as a liaison between construction teams, architects, and owners; oversaw projects to completion ensuring quality, safety, and client satisfaction • Mar 2012—Dec 2013 Store Manager— The Wash Tub, San Antonio, TX Created monthly budgets; supervised 45 employees; managed day to day operations, including bookkeeping, banking, and scheduling; trained and managed staff; increased Detail Sales an average of $15K per month; developed store to become a training location • Sep 2007—Mar 2012 General Manager—McAlister's Deli, San Antonio, TX Coordinated new restaurant openings and new menu rollouts; San Antonio franchise turn around manager 0 2007-2008 Westover. Finished #8 as a restaurant and #3 for catering in the nation; reached highest weekly sales of$53K; received recognition award for support with Senior Citizens of Westover Hills Community by City of San Antonio, Phillip A. Cortez, Councilman District 4 0 2009 DeZavala: Managed with a cost efficient strategy used to reform restaurant to gain profit and cut costs; increased bottom line by $8-9K per period (4 weeks); received two perfect scores in health inspections; voted one of the top three cleanest restaurants by KSAT news 0 2010-2012 Westover. Finished #10 as a restaurant and #5 for catering in the nation; reached highest weekly sales of$50K; received two perfect scores in health inspections; began the year at 15% down, finished at 2% down, ending with an increase of 13% for the year • Dec 2005—Sep 2007 Associate Manager—McAlister's Deli, San Antonio, TX Supervised 60 employees; created weekly employee schedules; responsible for daily deposits and change orders; maintained day to day operations; commended for guest satisfaction scores exceeding company expectations • Sep 2003— Dec 2005 Manager— The Brown Bag (Deli), San Antonio, TX Increased sales by 8% for the year; responsible for management training; highly involved in opening second Brown Bag location; received Blue Plate award in 2004 by the city of San Antonio Systems Experience • Decision Logic (DL) • Hospitality Solutions international (HSI) • Microsoft Office Certification and Training • 2007 Level II General Manager Training, McAlister's Deli, Jackson, MS • 2006 Level I Associate Manager Training, McAlister's Deli, San Antonio, TX • 2006 Serve Safe Certified Education 0 2001 Associates in Business Management, University of Texas Pan American, Edinburg, TX 7 CLEARFIEL© Construction RELEVANT EXPERIENCE Clearfield Construction was founded in 2013 by a brother-sister team committed to excellence in heavy construction and project management by incorporating old school values coupled with a highly personalized service.Clearfield Construction specializes in civil works, site development, and infrastructure building. Clearfield Construction's two principals have over 26 years combined experience. Mariano E. Molina holds a Masters in Science degree in Civil Engineering and has over 18 years of experience managing complex construction projects in the US and abroad for various institutions, multinational construction corporations,and his own construction company. Mariano's expertise lies in concrete,road,flood protection,and bridge work.Claudia Berdegu6 who holds a Masters in Science degree in Finance, has worked in the investment/banking industry as a Portfolio Manager and Fixed Income Investment Analyst for over 8 years. Her expertise lies in the administrative, contracts, and financial aspects of the business. Clearfield Construction is adequately capitalized, bonded, and currently holds the SBE, ESBE, HABE, WBE and HUB certifications. RECENT PROJECTS "PROJECT NAME: Parkview Estates Drainage Improvements Phase 12 OWNER: City of Universal City ADDRESS: 2150 Universal City Blvd., Universal City,TX 78148 DESCRIPTION: Install 1,150 CY excavation, 912 LF concrete retaining wall, 1,185 YS of concrete rip rap. CONTRACT: $429,128.73 END DATE: 10/31/2017 REFERENCE: Adam Kirchner, P.E., Givler Engineering, Inc., Kirchner@givlereilgificering.com PROJECT NAME: 2017 Street and Drainage Maintenance for the City of Oimos Park OWNER: City of Olmos Park ADDRESS: 120 West El Prado Drive, San Antonio,TX 78212 DESCRIPTION: Install drainage pipe under streets, asphalt streets, concrete work CONTRACT: $114,940.88 END DATE: 6/30/2017 REFERENCE: Chris Martinez, I.P.E., Givler Engineering,Inc., martinez@givlerengineering.com PROJECT NAME: Lower Brushy Creek Watershed Retarding Structure Repair OWNER: Lower Brushy Creek WC1D in cooperation with Natural Resources Conservation Center ADDRESS: MRCS Office, 505 West University Ave., Suite C,Georgetown, TX 78628 DESCRIPTION: Repair of two dams, floodwater retarding structures. Includes 16,700cu.yd. excavation, placing 12,981 cu. yd. of lime treated earth-fill, native landscaping and fencing. CONTRACT: $892,678.00 END DATE: 7/15/2017 REFERENCE: James Clarno, P.E., General Manager,.iclarno.pea.att.net 5150 Broadway#170,San Antonio,TX 78209 * P:866-663-5662 F:210-585-2162 info@clearfieldconstruction.com PROJECT NAME: Terrell Wells Parking Lot Improvements OWNER: HarlandaIe Independent School District ►ADDRESS: 422 W. Hutchins Place, San Antonio, TX 78221 DESCRIPTION: Demolish front parking lot,asphalt and install 88 new parking stalls, concrete work, drainage CONTRACT: $536,900.00 END DATE: 3/17/2017 REFERENCE: Coy Ballard P.E.,Jasmine Engineering,cballard@.asmineengineering.com PROJECT NAME: Audie Murphy Memorial V.A. and Kerrville V.A. Hospitals OWNER: Department of Veterans Affairs ADDRESS: San Antonio Medical Center and Kerrville V.A. DESCRIPTION: Installed over 30 brick pillars to cover concrete pillars sustaining solar panels. CONTRACT: $385,018.83 END DATE: Scheduleel for 9/30/2017 REFERENCE: Michael Patterson, Director of Operations, Eco Clean Solar, inike.i)aaerson@ecoeleansolar.net PROJECT NAME: Johnson High School On-Site Detention Basin Project OWNER: North East Independent School District ADDRESS: 23203 Bulverde Road, San Antonio, TX 78259 DESCRIPTION: Excavation, build two detention basins, install irrigation system, pump system, and electrical work. CONTRACT: $479,450.00 END DATE: 12/3/2016 (on schedule) REFERENCE: John Krauss A.E., Pape-Dawson Engineers, 210-375-9000, jkrausso-pape-dawson.com PROJECT NAME: Lee High School Front Parking Lot Project OWNER: North east independent School District ADDRESS: 1400 Vance Jackson Road, San Antonio,TX 78213 DESCRIPTION: Concrete work, sidewalks,asphalt parking lot, landscape installation CONTRACT: $192,920.21 END DATE: 9/9/2016(school extended schedule two weeks for additional work) REFERENCE: Noe Rodriguez, Project Manager,NEISD, 210-407-0438, nrodri20@neisd.net PROJECT NAME: NISD Paving& Drainage Upgrades at Hobby and Luna Middle School OWNER: Northside Independent School District ADDRESS: 5900 Evers Road, Building E. San Antonio,Texas 78238 DESCRIPTION: re-built two parking lots, excavation, landscape and drainage ditch installation CONTRACT: $373,730.30 END DATE: 8/5/2016 (on schedule) REFERENCE: Fernando Figueroa,Field Manager,Cude Engineers,2.10-681-2951,ffi„u� eroa@cudeen�,inecrs.com PROJECT NAME: Roadway and Drainage Improvements for AJW Architectural Products OWNER: Kendall County, Texas ADDRESS: 5®' Street and Blue Ridge Street DESCRIPTION: Asphalt road, built 550 LF concrete drainage ditch CONTRACT: $147,748.20 END DATE: 6/18/2016 (two weeks ahead of schedule) REFERENCE: Bryan Espina P.E., LNV Engineers, 210-822-2232, bspina Invinc.com 5150 Broadway#170,San Antonio,TX 78209 - P;866-663-5662 F:210-585-2162 info@clearfieldconstruction.com PROJECT NAME: Babcock Hills Veterinary Hospital OWNER: Andover Homes ,"ADDRESS: 6600 Prue Road, San Antonio,TX 78240 DESCRIP'T'ION: Installed concrete slab with concrete beams, excavation, and sidewalks. CONTRACT: $62,023.00 END DATE: 6/14/2016 (2 weeks ahead of schedule) REFERENCE: Chad Powell, Andover Homes, andoverhomes.s.akgmail.com PROJECT NAME: Hidden Forest Elementary School—Drainage Improvement OWNER: North East Independent School District ADDRESS: 802 Silver Spruce, San Antonio, TX 78232 DESCRIPTION: Excavation, installing headwall to prevent flooding in neighboring homes, detention pond, earthen berm drainage pipe installation and other concrete work. CON'T'RACT: $70,000 END DATE: 1011212015 (8 weeks ahead of schedule) REFERENCE: John Krauss, Pape-Dawson Engineers P.E.,;kr! suss agape-dawson.com Jorge Cabello-Senior Director Construction for NEISD (210)407-0438, icabel@neisd.net PROJECT NAME: Port San Antonio—Test Cell Flood Protection OWNER: Port Authority San Antonio ADDRESS: 541 Citrus Road, San Antonio,TX 78226 DESCRIPTION: Build 138 piers 30' deep, 3 retaining walls for flood protection, excavation, driveways and other concrete work. CONTRACT: $1,002,754 END DATE: 10/31/2015 (on schedule) REFERENCE: Frank Corey, Pape-Dawson Engineers P.E., fcorey(c�pape-dawson.com Julissa Carrillo,Tejas Premier Building Contractor (210) 821-5858,julissa c.teiaspremierbc.com PROJECT NAME: O.G.Wiederstein Elementary School- Fencing OWNER: Schertz, Cibolo, Universal City ISD ADDRESS: 171 E. Borgfeld Road, Cibolo,TX 78108 DESCRIPTION: Excavating, installing concrete beams, wrought iron fence and gates. CONTRACT: $65,050 END DATE: 2/29/2015 (one week ahead of schedule) REFERENCE: Terri Canal, CPPB,CSBS, Project Manager, Schertz-Cibolo-Universal City ISD, (210)945-6028, tcanal@scuc.txed.net PROJECT NAME: SARA Bella Claire Apts.-Sewer Line Replacement OWNER: San Antonio Housing Authority ADDRESS: 2618 Nacogdoches Road„ San Antonio,TX 78217 DESCRIPTION: Excavation, trenching, sewer line replacement, install pump lift station. CONTRACT: $67,392 END DATE: 1/30/2015 (on schedule) REFERENCE: Marvin Williams, Construction Project Manager, San Antonio Housing Authority, (210)477-6534, Marvin_Williams@saha.org 5150 Broadway#170,San Antonio,TX 78209 • P:866-663-5662 F:210-585-2162 info@clearfieldconstruction.com PROJECT NAME: Government Canyon—Flood Control Improvements OWNER: Texas Parks& Wildlife Department ADDRESS: 12861 Galm Road, San Antonio,TX 78254 DESCRIPTION: Reinforced concrete retainage wall 780LF,porous pavement,drainage channel,and stone veneer. CONTRACT: $430,896.84 END DATE: 5/29/2015 (contract was extended for additional work) REFERENCE: Andrew Johnston, P.E. Senior Project Manager Halff Associates, Inc.,ajohnston@halff.com Neil Thomas, PLA, PMP, Project Manager,Texas Parks& Wildlife Department (512)389-4355,Neil.Thomas@tpwd.texas.gov. PROJECT NAME: Carver Cultural Center—Parking Lot Project OWNER: City of San Antonio ADDRESS: 226 North Hackberry Street, San Antonio,TX 78202 DESCRIPTION: Excavation, reinforced concrete paving(11,000 SF),concrete piers,electrical, irrigation,wrought iron gates,and sidewalks. CONTRACT: $275,293 END DATE: 2/23/2015 (on schedule) REFERENCE: Kyle Brusveen, RVK Architects,kyle.brusveen@rvk-architects.com Dale Lange, City Architect - Project Manager, City of San Antonio, Transportation & Capital Improvements Department,(210)207-1461, Dale.Lanpe@sanantonio.gov PROJECT NAME: City of Somerset—Touchstone/Dixon Drainage Project OWNER: Bexar County and City of Somerset ADDRESS: Touchstone St.&W. Dixon Rd., Somerset,TX 78069 DESCRIPTION: Reinforced concrete head walls,drainage channels under road,elevate road, asphalt road. CONTRACT: $100,358 (MIIIIEND DATE: 10/10/2014 (six weeks ahead of schedule) REFERENCE: MiYoung Squire P.E., MS Engineering,msauire e msengineerin ug s.com Jaime Contreras,CDH Senior Project Analyst Bexar County Dept. of Community Resources, Development& Housing Development,(210)335-6648,jcontreras@bexar.org PROJECT NAME: M&O Program-Deliview Elementary School Drainage Channel Improvement OWNER: NEISD—North East Independent School District ADDRESS: 7235 Dewhurst Road, San Antonio,TX 78213 DESCRIPTION: Reinforced concrete drainage channel (600LF)for flood control, curbs and landscape CONTRACT: $73,264 END DATE: 6/25/2014(one week ahead of schedule) REFERENCE: John Krauss, Pape-Dawson Engineers P.E., ikraussna.pape-dawson.com Garrett J. Sullivan, Executive Director Engineering Department,(210)407-0438 sulli 4,neisd.net PROJECT NAME: Live Oak County Courthouse Repairs-Flooring OWNER: Live Oak County Commissioners Court ADDRESS: 301 E. Houston Street, George West,TX 78022 DESCRIPTION: Flooring Courthouse CONTRACT: $84,000 END DATE: 10/17/2014(on schedule) REFERENCE: Perry Rabke, DRG Architects,(210)349-7950 prabke@DRGArchitects.com 5150 Broadway#170,San Antonio,TX 78209 - P:866-663-5662 F:210-585-2162 info@clearfieldconstruction.com PROJECT NAME: Alamo Dome Pavers OWNER: City of San Antonio ADDRESS: Alamo Dome DESCRIPTION: Excavation,earth work,soil stabilization, concrete work, paver installation. CONTRACT: $47,644 END DATE: 10/14/2014(one week ahead of schedule) REFERENCE: Sharon Guerrero,City Project Manager,(210)207-7262 Sharon. ueg_ rrero(aosanantonio.gov PROJECT NAME: George West High School North.Parking Lot OWNER: George West ISD ADDRESS: 913 Houston Street,George West,TX 78022 DESCRIPTION: Concrete work, sidewalks,electric work, install light posts,asphalting parking lot and street CONTRACT: $310,588 END DATE: 2/26/2014(on schedule) REFERENCE: Rob Garcia, LaMarr Womack&Associates, LP.,rob@lwarchitects.com Ty Sparks, Superintendent for George West ISD,(361)449-1426 TSparks@mvisd.esc2.net PROJECT NAME: BES—Sidewalk Drainage OWNER: City of San Antonio ADDRESS: 223 South Cherry Street, San Antonio,TX 78203 DESCRIPTION: Concrete work,curbs and sidewalks,drainage CONTRACT: $10,645.00 END DATE: 12/7/2013 (2 weeks ahead of schedule) REFERENCE: Ron Griego, Facilities Administrator,(210)247-5640 Ron.Griep-o@sanantonio.gov PROJECT NAME: Bullis County Park Waterline Extension OWNER: Bexar County Facilities& Parks ADDRESS: 101 W.Nueva#920, San Antonio,TX 78205 DESCRIPTION: Bore channel under road, installed copper service line, meter,and pressure reducing valve. CONTRACT: $47,501 END DATE: 11/18/2013 (3 weeks ahead of schedule) REFERENCE: Mark Roetzel, P.E., CDS Muery Engineers,MRoetzel@cdsmuery.com Jannett Jay, Construction Coordinator,(210)335-6775 iiay@bexar.org ORN 5150 Broadway#170,San Antonio,TX 78209 9 P:866-663-5662 F:210-585-2162 info@clearfieldconstruction.com -� CLEARFIELD Construction ,dM*, Project Summary Sheet Storm Drain Infrastructure Experience Clearfield Construction,LLC is a general contracting business that works mainly with public entities in the South and Central Texas Region. Clients include municipalities, independent school districts, counties, government entities, and cities. Owner/Client contact information as well as project detail can be found under the Experience Summary enclosed in this bid. An important portion of Clearfield Construction's projects are related to flood control. The general contractor has successfully installed storm water pipes, serviced dams, built water detention ponds to harvest rain water, bored under several roads to install cast concrete pipes, built drainage ditches and retaining walls of up to 13 feet high for both Port San Antonio and Government Canyon to retain pluvial waters,installed cast concrete junction boxes,built concrete headwalls of various sizes to control rain water, and installed various structures for erosion control. Below are images of some of the more recent flood control and water utility projects; 5150 Broadway#170,San Antonio,TX 78209 o P.-866-663-5662 F:210-.585-2162 info@clearfieidcon5trUCti®n.com CLEARFIELD Construction �., i, ai � g j e� 1 Broadway#170,San Antonio,TX 78209 1 • • • 7 CLEARFIELD Construction PROJECT MANAGEMENT ABILITY Clearfield Construction, LLC understands the importance of completing projects in a timely manner and within budget. Thanks to careful planning, Clearfield Construction has been able to deliver on every project successfully since inception. The company is adequately staffed. It counts with seven full time and two-part time employees in addition to several construction crews the company hires on a per project basis. The two Principals, Mariano Molina and Claudia Berdegud, have a hands-on management approach. The pair together with the Superintendents, Assistant Superintendents, and Project Coordinator meet periodically to discuss projects at hand, identifying challenges, materials and equipment needed, schedules, safety topics, and other pertinent project items. During these discussions, project progress is measured by noting activities that have been successfully completed and estimating the remaining time required to complete those pending. If behind,the project manager will allot more workers and resources to the project or take other measures to speed up the process to ensure projects are finished on time or ahead of schedule. Clearfield's project managers and superintendents are in constant communication with the owners, AOk project managers, subcontractors, and suppliers to coordinate material and equipment delivery to ensure each project is completed within the allotted time and budget, The founders are firm believers of keeping open communication channels amongst every team member regardless of rank or position to ensure questions and tasks are addressed in a timely manner. At Clearfield Construction everyone's opinion matters! Clearfield Construction is adequately funded, has been able to meet contractual obligations, and maintains a strong relationship with its suppliers and vendors by paying them on time and by using them often which creates Ioyalty and enables it to work more efficiently. Clearfield Construction has credit with many of its key suppliers and a line of credit which allows the company to comfortably fund the projects it has at hand. 5150 Broadway 9170,San Antonio,TX 78209 o P:866-663-5662 F,210-585-2162 m infoc@clearfieldcoastruction.com CLEARFIELD Construction DELIVERING PROJECTS ON TIME Clearfield Construction understands the importance of completing projects in a timely manner and within budget. Thanks to careful planning, Clearfield Construction has been able to deliver on every project since inception. Clearfeld's Project Managers are in constant communication with the owners, superintendents, and suppliers to coordinate material and equipment delivery to ensure each project is successfully completed within the allotted time and budget. Clearfield Construction maintains a strong relationship with its suppliers and vendors by paying them on time and by using them often which creates loyalty and enables it to work more efficiently. Clearfield is adequately staffed and encourages open communication. The team meets weekly to discuss projects at hand during which time tasks are identified and issues discussed. During the discussions, project progress is measured by noting activities that have been completed and estimating the remaining time required to complete those is process. If behind,the project manager will allot more workers to the project or take other measures to speed up the process to ensure ,f. projects are finished on time or ahead of schedule. 5150 Broadway 4170,San Antonio,TX 78209 o P:866-663-5662 F:210-585-2162 u info@clearfieldconstruction.com SLEARRELD nstruction SUPPLIERS AND SUBCONTRACTORS Clearfield Construction,LLC. works with locally recognized suppliers in the construction industry and reputable subcontractors. Some of the repeated vendors we work with and with whom CIearfieId Construction has a long-term relationship are Iisted below. Su1)contractors: 1. Frank's Paving: Asphalt placement. 2. American Signal: Striping, pavement marking, and signage placement. 3. Alamo Decks and Fence: Fence installation. 4. San Antonio Rainmaker: Irrigation installation. Suppliers: 5. Holt—CAT Equipment/Texas First Rentals: Heavy equipment. 6. Vulcan Materials: Concrete, aggregates, asphalt. 7. Ingram Ready Mix: Concrete 8. Geo Solutions: Erosion Control mats and accessories. 9. CMC Materials: Rebar, tie wire, frames 10. Forterra Pipe and Precast: Concrete pre-cast 11. Ewing Irrigation: Irrigation and Landscaping supplies Clearfield Construction works with reputable subcontractors and suppliers and tends to use the same businesses for most of the projects. Business loyalty ensures Clearfield Construction and its clients receive priority service even on short notice. Reference letters will be submitted upon request. 5150 Broadway#170,San Antonio,TX 78209 a P:866-663-5662 F:210-585-2162 e info u@clearfieldconstruction.corn CLEARFIELD Construction TRADE REFERENCES Clearfield Construction has credit with the following key suppliers: 1. Holt—CAT Equipment 1 Texas First Rentals 3302 S. WW White Road San Antonio, TX 782222 Adan Flores 210-648-8448 Adan.Flores@texasfirstrentals.com 2. Vulcan Materials 800 Isom Road San Antonio, TX 78216 Jason Boney 210-524-3503 BoneyJ@vmcmail.com 3. CMC Materials 4911 Whirlwind Drive San Antonio, TX 78217 Jay de Leon 210-268-8060 Jay.DeLeon@cmc.com 4. Ingram Ready-Mix 3580 FM 482 New Braunfels, TX 78132 210-798-2676 5. Ewing Irrigation & Landscape Supply 8506 Gault Lane San Antonio, TX 78209-1056 David Aguillon 210-758-3021 daguillon@ewingirrigation.com 6. Forterra Pipe Precast 402 N WW White Road San Antonio, TX 78219 Bruce Beckwith 210-661-2351 low Bruce.beckwith@forterrabp.com 5150 Broadway#170,San Antonio,TK 78209 • P:866-663-5662 F:210-585-2162 info@clearfieldconstruction.com CLEARFIELD Construction EQUIPMENT AVAILABLE Equipment Clearfield ConstrUCtion used in the past 6 months: • Skid Steer Loader- CAT 242D—(owned) • Skid Steer Loader- CAT C3.3B DIT • Dozer—CAT D4K—(owned) • Hydraulic Excavator—CAT 329EL • Soil Compactor- CAT 815F • Front Wheel Loader—CAT 938K • Dump truck—CAT 725C • Water Truck—CAT • Trencher—RTX 150 • Backhoe Loader 416F—CAT C4.4 ACERT • Vibratory Soil Compactor CS44 • Telehandler TL 10550 Except for the Skid Steer, and the Dozer, most of the heavy equipment used is rented from reputable suppliers to reduce equipment downtime. The main equipment provider is Texas First Equipment Rental a division of Holt-Caterpillar, HOLT CAT, MG Equipment, and Grande Equipment. �a` 5150 Broadway#170,San Antonio,TX 78209 o P:866-663-5662 F:210-585.2162 • info@clearrieldconstructi0i7.com • I JASMINE ENGINEERING September 7, 2017 I To Whom It May Concern, Clearfield Construction was selected by the Harlandale Independent School District to be the General Contractor for significant Parking Improvements at Terrell Wells Middle School The project was as part of the District's 2015 Bond Program. Clearfield Construction provided full construction services to implement this project, which had to be constructed during the school year while the middle school remained in full operation, Their performance was outstanding in efficiently and accurately implementing the project within the established schedule and within the negotiated contract amount without change orders due to construction deficiencies. As Program Manager, we managed the firm's services and worked closely with Clearfield. Their friendly personnel provided services with excellent professionalism. Clearfield was professional, knowledgeable, thorough and dependable; always resulting in the timely delivery of all aspects of their construction in a manner of highest quality. I. It is my pleasure on behalf of Jasmine Engineering to present this letter of recommendation for Clearfield Construction. i Sincerely, { Jasmine zin)a, P.E., CxA Principal i r I i 115E TRAVIS ST..SUITE 1020 SAN ANTONIO,TX 76205 P. (210) 227-3000 6 WWW.JASMINEENGMEERING CONI 32 YEARS OF QUALITY SERVICE WITH ZERO CLAIMS COMMISSIONING I PROGRAM MANAGEMENT TERRELL WELLS MIDDLE SCHOOL State Recognized School 422 W.Hutchins Place San Antonio,TX 78221 Phone:(210)989-2600 Fax:(2 I o)923-5126 Jessie Gipprich,Principal Maricela Passmore,Asst.Principal Noverco Gonzales,Academic Dean Dotningo Gutierrez,Asst Principal Greetings, It is my pleasure to highlight the positive experience I had with Clearfield Construction. The company recently completed a parking lot project for Terrell Wells Middle School. The project began in December 2016 and was completed during March 2017.The project was completed in 2 phases which accommodated our parking needs. They were not intrusive and easy to work with. Despite the rain delays,the company was able to finish on schedule. Claudia was delightful to work with, She maintained a positive,energetic attitude that contributed to the timely completion of the project. She met with our team frequently and provided solutions to our concerns. The company completed several additional tasks with no additional cost. I would recommend Clearfield Construction based on their high quality of work, thoroughness and effective communication. Sincerely, �.,...,.�, Jessie Giolch� Principal Terrell Wells Middle School J Mello F1 Al- TEJASPPXMIER BUILDING CONTRACTOR, INC. W'orldng together In build -,due April 26,2016 To whom it may concern: Re: Letter of Recommendation I am writing to recommend Clearfield Construction as a quality Concrete Subcontractor. Tejas Premier recently had the pleasure of working with Clearfield Construction at Port Authority SA for the Test Cell Flood Protection Project. Tejas Premier Building Contractor, Inc. is a general contractor specializing in new construction, design build and renovations on local, state and federal facilities. We are very selective about our sub-contractors and will continue to utilize Clearfield Construction on future projects. Clearfield Construction's workmanship is excellent. Their attention to detail, their willingness to review the plans ahead of time, anticipate problems and recommend solutions make them a preferred contractor for our projects. It is their careful attention to detail that makes Clearfield Construction stand out among a long list of Concrete subcontractors in the industry. I highly recommend this firm and am happy to answer any specific questions you may have concerning their fit for your project. If you have any questions, please do not hesitate to contact me. Respectfully, r issa Carielo, President Teas Premier Building Contractor, Inc. 1811 S.Laredo St.,San.•lntQnio,'I'cx.is 78'_07 I P.,210.821,5858 I P:210.821.5862 I wNv%v.teiaspreinicrbc.com ql,*f H F a ,1 Worth East Independent Schoof 1�istrict ok Construction Management and Engineering Department '0 a v 8961 Tesoro Drive •Suite#300 • San Antonio,Texas 78217-6216 Stir scKo�� Phone:(210)407-0438 -Fax:(210)804-7272 November 13,2015 Jorge Cahello,PE Senior DirectorafPlanning hos. Claudia M.Berdequd &Design CLEARFIELD Construction, LLC 5150 Broadway# 170 San Antonio,Texas 78209 Re: Letter of Reference and Commendation Dear Ms.Berdequd: The intent of this letter is to acknowledge the professional and diligent efforts displayed by CLEARFIELD Construction LLC, particularly in your role as Project Manager and that of Mr. Flavio Robles as Project Superintendent during the administration and execution of the Hidden Forest Elementary School Drainage Improvement Project for North East Independent School District—2015 Maintenance and Operations Program. North East ISD awarded a $70K construction contract to CLEARFIELD Construction in August 10, 2015 after participating in a competitive bidding process and demonstrating as being the Firm with the most experience, reputation, and the "best-value" proposal. This is r� the second construction contract the District has awarded to CLEARFIELD Construction in a two-year period. Ms. Berdequd and the CLEARFIELD team were responsible for the successful execution of the construction contract from securing the building permit to submitting the project's close- out documents in the most efficient, cost-effective, and user-friendly manner. This project was a time-sensitive and high-profile project, since properties located down-stream of this drainage area would be negatively impacted if not for the timely and successful completion of the project. CLEARFIELD Construction excelled in completing the project ahead of schedule, within budget and in full compliance with the project's plans and specifications. The work product delivered by Ms. Berdequd, Mr. Robles, and the entire CLEARFIELD Construction Team during the execution of this contact was of exceptional quality, They demonstrated their professional skills as effective project managers in successfully dealing and resolving the multiple complexities inherent in the execution of this project in an active elementary school campus and within the heart of a residential subdivision. I strongly recommend CLEARFIELD Construction as a general contractor since I am convinced that their consistent high level of construction workmanship and customer service is an expression of the Firm's culture and philosophy. It's what they do and do so well. It is my pleasure to present this letter of recommendation and I look forward to future projects with CLEARFIELD Construction. Sincerely, Jorge Cabello—Senior Director of Construction Planning& Design Constru [ion Management&Engineering—North East ISD Ir CITY OF SAN ANIONTIO To Whom It May Concern It is.my pleasure to offer this letter of recommendation for Clearfield Construction Company. Clearfield Construction was contracted by the City of San Antonio to construct a twenty nine space parking lot for our venue,the Carver Community Cultural Center. When water seeped into our facility and damaged carpet in one of the dressing rooms, Clearfield Construction installed new carpet not only in that room, but in the second dressing room as well. They went further and replaced a large floor mirror,then lowered one of the PVC pipes they installed to prevent problems in the future. They also painted a utility box, and installed additional cobble rock to drainage areas around.the parking lot curve and near the adjacent school. In an effort to deliver an outstanding product and service,this was all done at their cost. Clearfield staff and subcontractors were always professional and courteous and easy to work with. If an issue was brought to their attention,they didn't hesitate to take care of it,usually on the spot. [ would be more than willing to work-Mth this company in the future and highly recommend their services. Should you have any questions, I can be reached at 210-207-7224. JIonnie M. Blanchette xecutive Director Carver Community Cultural Center CARVER COMMUNITY CULTURAL CENTER 226 N.H-ACKBERRY + SAN AN"roma,TX 78202 + TEL-210-207-7211 + E.AX:210-207-8929 + WWW.THECAWERORG City of Somerset 7360 E.6h Sheet o Somerset,Texas o 79069 t 830.701.4100 o f.830.429.3781 www.sometsettx.gov Mayor January 2015 Paul-G.Cuellar TO: Whom it may concem. Mayor Pro Tem Leroy vidales Clearfield Construction Company completed a drainage project for the City Of Somerset in the fall of 2014. This project was completed by Clearfield six we&ahead of schedule and in a very pro6osional manner. Alderwoman Clearfield personnel were courteous to residents living in the work area and warn well Diane Cuellar beyond the design scope to enhance the competed project. Alderman Jesse Vidales a WiPaircbman City Of Somerset Public Works Alderman Matthew dez Alderman Harold Orosco In accordance with Federal-law and US Department of Agriculture policy,this institution is prohibited from discriminating on the basis of race,color,national origin.age,disability,religion,sex,and familial status. 4'0 OA o � !; �orth Gait�i�epenr,�ett�chood..District n+q�yo�Nr 0 8861 TESORO DRIVE - SAN ANTONIO,TEXAS 78217 8CHoo' Executive Director Construction Management and Engineering Department November 24, 2014 Ms. Claudia M. Berdegue Clearfield Construction 5150 Broadway#170 San Antonio, Texas 78209 Re: Letter of Reference and Commendation Ms. Berdegue, I would like to take this opportunity to formally commend you and your construction team for the outstanding work performed on the Dellview Drainage Improvement Project for the North East Independent School District. From the initial proposal submitted by your firm, through project pre-construction services, and throughout the construction period, your team was always proactive and forward-thinking. Your firm did an excellent job of not only thoroughly coordinating installation of the project scope of work with the campus staff, project design engineer, and our construction management staff, but also ensured that the work installed was in full compliance with the contract documents and of high quality. It has been a distinct pleasure working with you and your staff on this $73K construction project. We found throughout the project that your construction team was fully committed to maintaining the highest level of professional customer service as well as remaiing fully abreast of project safety requirements as the work was performed at an active District campus. The project was completed on schedule and without issues. All warranty requests were followed-up by your staff in a responsive and professional manner. As Executive Director for the Districts Construction Management and Engineering Department, it is with great pleasure that I strongly recommend Clearfield Construction as a general contractor that excels in construction workmanship and customer service. We look forward to future projects with the Clearfield Construction team and the continued professional partnership. Sincerel Garrett J. Sull' an, Executive Director Construction Management and Engineering y CITY OF SAN ANTONIO April 14,2©14 Letter of Recommendation To whom it may concern: Clearfield Construction successfully completed a sidewalks and drainage projectfor the Building and Equipment Services Department a week ahead of schedule in December. The project included sidewalk demolition,excavation,forming new sidewalks,and installing new drainage channels to accommodate the installation of PVC conduit that was extended from the building's rain gutter system at theTraffrc Operations facility located on Cherry Street. Our team was impressed with the professionalism and quality workmanship that Mr.Molina and his staff demonstrated throughout the process of responding to our requests and providing invaluable expertise in performing the installation. For example,the scope of work specified that the sidewalks were 4 feet wide when in actuality they were S feet wide,and Clearfield Construction's willingness to perform the necessary arrangements for the increased volume of work to ensure that the installation was accurate reflected their commitment to excellence. I would highly recommend Clearfield Construction to any organization seeking to have high quality professional services performed on their project- s' Ron T Facilities Administrator City of San Antonio Building&Equipment Services Department Ron.Griego@sanantonio.gov A.O.Box 839966 + SAN ANT01410,TX 78283-3%6 GWISQ "*IK George West Independent . � pe dent School District 2009-2010 Recognized District 2005-2006 Reco nized District 2000.2002 Recognized Disiriel TY SPARKS ROBIN SELLMAN Superintendent Director of Educational Services March 3, 2014 Claudia M. Berdegue Clearfield Construction 5150 Broadway#170 San Antonio,Texas 78209 RE: Construction of George West ISD High School Parking Lot Subject: Letter of Recommendation To Whom it May Concern: As Superintendent of Schools for George West ISD, I have the responsibility of managing construction projects for the district. In the fall of 2013,our district entered into a contract with Clearfield Construction to construct a 32,000 sq. ft. parking lot facility for our new high school. The project was budgeted at$275,000 and was completed in the spring of 2014 with no delays and on budget. I have worked with many contractors and can count on one hand the general contractors I would not hesitate to use again. Clearfield Construction is one of the contractors in that count. They were amenable to any crisis that arose and were a pleasure to work with. The district is extremely pleased with the quality of construction we received and the level of cooperation we experienced from day one of the project. I would highly recommend Clearfield Construction and can be contacted at the number listed herein for any consultation. Sincerely, LTY's arks Superintendent George (Nest ISD 913 Nooslon Sireel,George West,TX 79022 361449-1914 Fox 361449-1426 www.gwiad.esc2.net George West 151)doss not disviminale on the basis of race,religion,color,notional origin,sex,or disebilily in providing education services,activities, and programs,including vocational programs in accordance with Title V1 of the Civil Rights Act of 1964,as amended,Title 1X of the Educational Amendmentt of 1972,Section 504 of the Rehabilitation Act of 1973,as amended. ��/ Bexar County Facilities and Parks Department 9 Paul Elizondo Tower ,,+" 101 W. Nueva, Ste. 934 San Antonio, Texas 78205 Office: 335-6732 Fax; 335-6717 Y r FACILITIES PARKS RKS Mar 2, 2014 Letter of Recommendation To Whom It May Concern. It is my pleasure to write this letter of recommendation for Clearfield Construction, the general contractor that successfully completed the Bullis County Park Waterline Extension Project for Bexar County Facilities and Parks, on November 13, 2013, two weeks ahead of schedule. The project involved extending the waterline to the park perimeter to tie into the water service line, boring under Old Blanco Road, plugging a well, installing a meter, a pressure reducing valve, and a reduced pressure backflow preventer. There were two change orders that involved installing a 'low pressure reducing valve and relocating a saddle-tap, both were provided at cost as the contractor knew we had a limited budget. Both Claudia Berdegue and Mariano Molina of Clearfield Construction were easy to work with, accessible and highly responsive to the project's needs. During the course of the project we met several times to discuss project advancement and issues at hand. After each meeting Clearfield Construction promptly prepared and shared the meeting minutes with the entire team via email. Clearfield Construction communicated with us almost on a daily basis and kept us informed of project advancement. It has been a pleasure to work with Clearfield Construction on this successful project. I recommend this company without any reservation. Sincerely, 1,19 A)— 0711- 1 Construction Coordinator ,,V", o South Central Texas Regional Certification„ enc "Increasing economic prosperity by creating opportunities and 0 �;27 elitrdnating barriers" om,,)u.si''lwa.org Ir July 1D, 2017 Claudia Berdegue Clearfield Construction 5150 Broadway Street, #170 San Antonio, TX 78209 Dear Claudia Berdegue: We are pleased to inform you that your application for certification in our Small, Minority, Woman, African American, Veteran, and Disabled Individual Business Enterprise (S/MM/AAN/DI) Program has been approved. Your firm met the requirements of SCTRCA Standards and is currently certified as a: *ESBE HABE MBE SBE WBE Certification Number: 217081660 Certification Renewal: July 31,2019 Certification Expiration:July 31, 2019 Providing the following products or services: NAICS 236220: CONSTRUCTION MANAGEMENT, COMMERCIAL AND INSTITUTIONAL BUILDING NAICS 236220: PROJECT MANAGEMENT NAICS 23711:WATER AND SEWER LINE AND RELATED STRUCTURES CONSTRUCTION NAICS 237110: CONSTRUCTION MANAGEMENT, WATER AND SEWER LINE NAICS 237310: CONCRETE PAVING (I.E., HIGHWAY, ROAD, STREET, PUBLIC SIDEWALK) NAICS 238110: POURED CONCRETE FOUNDATION AND STRUCTURE CONTRACTORS NAICS 238910: SITE PREPARATION CONTRACTORS On the two year anniversary date of your certification, you are required to provide a renewal application affirming that no changes have occured affecting your certification status. The SCTRCA will send you a Certification Renewal reminder sixty (60) days prior to your expiration date, The SCTRCA will no longer include a certificate upon cerlification renewals. Your expiration date is July 31, 2019. Please notify this office within thirty(30) days of any changes affecting the size, ownership, control requirements, or any material change in the information provided in the submission of the certification application. Thank you in advance. Sincerely, �- Charles Johnson, Interim Executive Director 3201 Chern,Ridge Dr.,Building C,Suite#319 San Antonin TX 78230 Phone: (210)227-4HC A(4722) tiul_ � ,.s GLENN HEGAR TEXAS COMPTROLLER OF PUBLIC ACCOUNTS The Texas Comptroller of Public Accounts(CPA)administers the Statewide Historically Underutilized Business (HUB) Program for the State of Texas, which includes certifying minority- and woman-owned businesses as HUBs and is designed to facilitate the participation of minority-and woman-owned businesses in state agency procurement opportunities. The CPA has established Memorandums of Agreement with other organizations that certify minority- and women-owned businesses that meet certification standards as defined by the CPA. The agreements allow for Texas-based minority- and women-owned businesses that are certified with one of our certification partners to become HUB certified through one convenient application process. In accordance with the Memorandum of Agreement the CPA has established with the South Central Texas Regional Certification Agency (SCTRCA), we are pleased to inform you that your company is now certified as a HUB. Your company's profile is listed in the State of Texas HUB Directory and may be viewed online at http://www.window.state.tx.us/procurementl/cmb1/hubonly.htm1. Provided that your company continues to remain certified with the SCTRCA, and they determine that your company continues to meet HUB eligibility requirements, the attached HUB certificate is valid for the time period specified. You must notify the SCTRCA in writing of any changes affecting your company's compliance with the HUB eligibility requirements, including changes in ownership, day-to-day management, control and/or principal place of business. Note: Any changes made to your company's information may require the SCTRCA and/or the HUB Program to re-evaluate your company's eligibility. Failure to remain certified with the SCTRCA, and/or failure to notify them of any changes affecting your company's compliance with HUB eligibility requirements, may result in the revocation of your company's certification. Please reference the enclosed pamphlet for additional resources, such as the state's Centralized Master Bidders List (CMBL), that can increase your chance of doing business with the state. Thank you for your participation in the HUB Program! If you have any questions, you may contact a HUB Program representative at 512-463-5872 or toll-free In Texas at 1-888-863-5881. Texas Historically Underutilized Business (HUB) Certificate Certlficate/VID Number: 1462711663640 FilelVendor Number: 482656 Approval Date: 14-JUL-2015 14UB Scheduled Expiration Date: 31-JUL-2018 In accordance with the Memorandum of Agreement between the South Central Texas Regional Certification Agency(SCTRCA) and the Texas Comptroller of Public Accounts(CPA), the CPA hereby certifies that CLEARFIELD CONSTRUCTION has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB. This certificate, printed 21-JAN-2016, supersedes any registration and certificate previously issued by the HUB Program, If there are any changes regarding the information (i.e., business structure, ownership, day-to-day management, operational control, addresses, phone and fax numbers or authorized signatures) provided in the submission of the business' application for registration/certification into the SCTRCA's program, you must immediately (within 30 days of such changes) notify the SCTRCA's program in writing. The CPA reserves the right to conduct a compliance review at any time to confirm HUB eligibility. HUB certification may be suspended or revoked upon findings of ineligibility. If your firm ceases to remain certified in the SCTRCA's program, you must apply and become certified through the State of Texas HUB program to maintain your HUB certification. Paul Gibson, Statewide HUB Program Manager Texas Procurement and Support Services Note: In order for State agencies and institutions of higher education (universities)to be credited for utilizing this business as a HUB, they must award ayment under the CertificateNID Number identified above.Agencies and universities are encouraged to validate HUB certification prior to issuing a notice of award by accessing the Internet (http:l/www.window.state.tx.usiprocurementfcmbilcmb[hub.htm]) or by contacting the HUB Program at 1.888.863-5881 or 512-463-5872. Rev.91/15 South Central Texas Regional Certification Agency of Bexar County, Texas hereby duly affirms that: Santos General Contractors DBA Alamo Decks Fence has successfully met the established requirements of DOT's Disadvantaged Business Enterprise Program to be certified as a Disadvantaged Business Enterprise (DBE) Certified NAICS Codes: NAICS-236220:CONSTRUCTION MANAGEMENT,COMMERCIAL AND INSTITUTIONAL BUILDING NAICS-236220:PROJECT MANAGEMENT Certification Number:213091661 Effective Date:September 22,2013 �e�Ok5 TUCP �atiG Blaine R.Mitchel! � Executive Director jOt7V4 Note:This certificate is the property of the SCTRCA's and may be revoked should the above named finn graduate from or fails to comply with Department of Transportation's Disadvantaged Business Enterprise Program.Pursuant to 49 CFR Part 26.63 0)an Annual Update Affidavit must be provided to affirm that your firm continues to meet SBA business size criteria and the overall gross receipts cap of this part. (Sub con4rA r-4-o v- ) South Central Texas Regional Certification Agency of Bexar County, Texas hereby duly affirms that: SANTOS GENERAL CONTRACTORS, LLC DBA ALAMO DECKS & FENCE has successfully met the established requirements of SCTRCNs Business Enterprise Certification Program to be certified as a *ESBE HABE MBE SBE Cerdfled NAICS Codes: NAICS-236220:CONSTRUCTION MANAGEMENT,COMMERCIAL AND INSTITUTIONAL BUILDING NAICS-236220:PROJECT MANAGEMENT NAICS-238110:CONCRETE POURING NAICS-238140:MASONRY CONTRACTORS NAICS-238190:OTHER FOUNDATION,STRUCTURE,AND BUILDING EXTERIOR CONTRACTORS Certlflcatlon Number:216031661 Effective Date:March 24,2016 Expiration Date:March 31,2018 Julio Fuentes, Interim Executive Director Note:This certificate is the property of the South Central Tom Regional Certification Agency and may be revoked should the above named firm graduate from or falls to comply with SCTRCXs Business EnUmprilse Program.A Certification Renewal Application Is required every two years. :j J GLENN HEGAR TEXAS COMPTROLLER OF PUBLIC ACCOUNTS The Texas Comptroller of Public Accounts (CPA) administers the Statewide Historically Underutilized Business (HUB) Program for the State of Texas, which includes certifying minority-, woman- and service disabled veteran-owned businesses as HUBs and facilitates the use of HUBS in state procurement and provides them with information on the state's procurement process. The CPA has established Memorandums of Agreement with other organizations that certify minority-, woman- and service disabled veteran-owned businesses that meet certification standards as defined by the CPA. The agreements allow for Texas-based minority-, woman- and service disabled veteran-owned businesses that are certified with one of our certification partners to become HUB certified through one convenient application process. In accordance with the Memorandum of Agreement the CPA has established with the South Central Texas Regional Certification Agency (SCTRCA), we are pleased to inform you that your company is now certified as a HUB. Your company's profile is listed in the State of Texas HUB Directory and may be viewed online at https:llmycpa.cpa.state.tx.usltpasscmblsea rchlindex.jsp. Provided that your company continues to remain certified with the SCTRCA, and they determine that your company continues to meet HUB eligibility requirements, the attached HUB certificate is valid for the time period specified. You must notify the SCTRCA in writing of any changes affecting your company's compliance with the HUB eligibility requirements, including changes in ownership, day-to-day management, control and/or principal place of business. Note: Any changes made to your company's information may require the SCTRCA and/or the HUB Program to re-evaluate your company's eligibility. Failure to remain certified with the SCTRCA, and/or failure to notify them of any changes affecting your company's compliance with HUB eligibility requirements, may result in the revocation of your company's certification. Please visit our website at http:ilcomptroller.texas.gov/procurement/proglhub/ and reference our publications (i.e. Grow Your Business pamphlet, HUB Brochure and Vendor Guide) that will provide you with addition information on state procurement resources that can increase your company's chances of doing business with the state. Thank you for your participation in the HUB Program! If you have any questions, you may contact a HUB Program representative at 512-463-5872 or toll-free In Texas at 1-888-863-5881. — — — — — — — — — — — — — — — — — — — — — — — — -- Texas Historically Underutilized Business (HUB) Certificate CertificateNID Number: 1461533238500 File/Vendor Number: 483207 4PHUB Approval Date: 24-MAR-2016 Scheduled Expiration Date: 31-MAR-2018 In accordance with the Memorandum of Agreement between the South Central Texas Regional Certification Agency(SCTRCA) and the Texas Comptroller of Public Accounts (CPA), the CPA hereby certifies that SANTOS GENERAL CONTRACTORS, LLC has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB. This certificate, printed 17-FEB-2017, supersedes any registration and certificate previously issued by the HUB Program. If there are any changes regarding the information (i.e., business structure, ownership, day-to-day management, operational control, addresses, phone and fax numbers or authorized signatures) provided in the submission of the business' application for registration/certification into the SCTRCA's program, you must immediately (within 30 days of such changes) notify the SCTRCA's program in writing. The CPA reserves the right to conduct a compliance review at any time to confirm HUB eligibility. HUB certification may be suspended or revoked upon findings of ineligibility. if your firm ceases to remain certified in the SCTRCA's program, you must apply and became certified through the State of Texas HUB program to maintain your HUB certification. �4 N__J, Bobby hounds, Interim Director Statewide Support Services Division Note: In order for State agencies and institutions of higher education(universities) to be credited for utilizing this business as a HUB, they must award payment under the CertlficateNID Number identified above. Agencies, universities and prime contractors are encouraged to verify the company's HUB certification prior to issuing a notice of award by accessing the Internet (https://myepa.cpa.state.tx.us/tpassembisearch/indox.jsp) or by contacting the HUB Program at 512-463-5872 or toll-free in Texas at 1-888-863-5881. Rev.06/16 00 52 23 AGREEMENT This Agreement, for the Project awarded on February 27,2018, is between the City of Corpus Christi (Owner) and Clearfield Construction, LLC (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: NASCC Fence Replacement Protect E17008 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LNV, Inc. 801 Navigation Blvd., Suite 300 Corpus Christi,TX 78408 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.,#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 90 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 120 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 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 Agreement 005223- 1 NASCC Fence Replacement Project,#E17008 Rev 06-22-2016 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$590 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$400 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not aOdditive 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 Bid Plus Additive Alt. No. 1 $ 298,007.40 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. 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. Agreement 005223-2 NASCC Fence Replacement Project,#E17008 Rev 06-22-2016 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. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement 005223-3 NASCC Fence Replacement Project,#E17008 Rev 06-22-2016 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. 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. Agreement 005223-4 NASCC Fence Replacement Project,#E17008 Rev 06-22-2016 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. Agreement 005223-5 NASCC Fence Replacement Project,#E17008 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta Dig b, lull, Jeff Edmonds Digitally signed by Jeff Edmonds DN'.cn—R--Huetla,—Cly—Cly°f C°ipus CM1II511,°u=City sec,ela emai'=rebec.M1eOctle.as°em,—S Dale:2018.03.22 08.36 25-05'00 Date:2018.03.19 13:37:26-05'00' Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services M2018-034 AUTHORIZED APPROVED AS TO LEGAL FORM: 2/27/18 BY COUNCIL 2018.03.15 17:43:13 oN"-R„;M°eo C"'sac,ela ty ry,°u=City Secretary, —05'00' R H M L ateemai=meai4aei�cde.aa.cem,c=Ds D '.2018.03.19 15'.55'.10-05'00' Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR Clearfield Construction, LLC Digitally signed by Mariano Molina (Seal Below) By: Mariano Molina Date:2018.03.0710:35:36-06'00' Note: Attach copy of authorization to sign if Title: Owner person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 5150 Broadway,#170 Financial Officer Address San Antonio, TX 78209 City State Zip 866/663-5662 210-585-2162 Phone Fax infor@clearfieldconstruction.com EMail END OF SECTION Agreement 005223-6 NASCC Fence Replacement Project,#E17008 Rev06-22-2016 ,l 006113 PERFORMANCE BOND BOND NO. 18623 Contractor as Principal Surety Name: Clearfield Construction LLC Name:SureTec Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 5150 Broadway.8170 1330 Post Oak Blvd.,Suite 1100 San Antonio,TX 78209 Houston,TX 77056 Physical address(principal place of business): Owner Same as Above Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Texas Corpus Christi,Texas 78469 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): NASCC Fence Replacement Project 1-888-344-3362 Prolect No.E17008 Telephone(for notice of claim): 1-866-732-0099 Local Agent for Surety Name:Wortham Insurance-Tom Whitney Award Date of the Contract: February27.2018 Address:131 Interpark Blvd. San Antonio,TX 78216 Contract Price: $298.007.40 Bond Telephone:210-223-9171 Email Address:thomas.whitneyca worthaminsuranc e.co Date of Bond: March 5,2018 The address of the surety company to which any (Date of Band cannot be earlier than Award Dote notice of claim should be sent may be obtained 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 E17008 NASCC Fence Replacement Project 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 2259 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 Cl rfield Construction, LLC Surety Surer Insurance Co piny Signature: Signature: j Name: Aw 1-,0 A 0 1�� Name: Catherine M. Martinez Title: p 5r( Title: Attorney-In-Fact Email Address: /ftz p-,r )2d 40- Email Address:catherine.martinet@worthaminsu ranee m CO.,,S(y2ccf,U�,46 41 (Attach Power of Attorney and place surety seal below) v� y END OF SECTION Performance Bond 006113-2 E17008 NASCC Fence Replacement Project 7-8-2014 .� � +",::rr :;���,r �J r�r i '`.r •rrr/' ��'�.-�~:` JCA; POA is: 42210$6 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make,constitute and appoint Catherine M. Martinez, Deborah L.Jung, Michael N.Venson, Robert B.Wray,S.West Warren,Thomas E.Whitney, Donald E. Miller,Jr. its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name, place and stead,to execute,acknowledge and deliver any and all bonds,recognizances, undertakings or other instruments ,or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for,providing the bond penalty does not exceed Five Million and 001100 Dollars($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment shall continue in force until 12/31/2019 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute, acknowledge and deliver,any and all bonds,recognizanccs,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20`h of April, 1999.) In Wetness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, is corporate seal to be hereto affixed this 151h day of May ,A.D. 2017 , SURETEC SURAN C Y 0 By: 7 w Wt o JohnI{ no resit! t State of Texas ss: 7� 1 4 � t County of Harris �-- On this 15m day of May ,A.D. 2017 before me personally came John Knox Jr.,to me known,who, being by me y sworn,did depose and say,that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. llllllf, �1Par.pa,,� JACflUELYN 6REEN1-EAF `�-Notary Public,State of Texas �_A( .-Wr Comm.Expires 05-18-2021 �.� Jacq lyn Greenleaf',Notary Public' f,111111� Notary ID 126903029 My commission expires May 18,2021 I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full force and effect; and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 'M day*Beat3y, A,D, M.Brent Sec etary Any ins ru,nart Issued it erca=__=of the penalty stated above is totally void and without any validity. For verif inion of the au!,hority ai this power you may call(713)842-0800 any business day between 8:00 am and 5:00 pm CST. SureTec Insurance Company✓ THIS-SOND RIDER-GONTAINS-1MPORTANT"COVERAGE INFORMATION -- Statutory Complaint Notice To obtain information or make a complaint:You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099.You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail,Suite 320 Austin,TX 78759 You may contact the Texas Department of Insurance to obtain information on companies,coverage,rights or complaints at 1-800-252-3439.You may write the Texas Department of Insurance at PO Box 149104 Austin,TX 78714-9104 Fax#:512-475-1771 PREMIUM OR CLAIM DISPUTES:Should you have a dispute concerning your premium or about a claim,you should contact the Surety first. If the dispute is not resolved,you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism,riot,civil insurrection,or acts of war. Exclusion of Liability for Mold,Mycotoxins,Fungi&Environmental Hazards The Bond to which this Rider is attached does not provide coverage for,and the surety thereon shall not be liable for,molds,living or dead fungi,bacteria,allergens,histamines,spores, hyphae,or mycotoxins,or their related products or parts, nor for any environmental hazards,bio-hazards,hazardous materials,environmental spills, contamination,or cleanup, nor the remediation thereof,nor the consequences to persons,property,or the performance of the bonded obligations,of the occurrence,existence,or appearance thereof. Rev 1.1.06 006116 PAYMENT BOND BOND NO.4418623 Contractor as Principal Surety Name: Clearfield Construction LLC Name: SureTec Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): SiSO Broadway.#170 1330 Post Oak Blvd.,Suite 1100 San Antonio,TX 78209 Houston,TX 77056 Physical address(principal place of business): Owner Same as Above Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Texas Corpus Christi,Texas 78469 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): NASCC Fence Replacement Prolect 1-888-344-3362 Project No.E17008 Telephone(for notice of claim): 1-866-732-0099 Local Agent for Surety Name: Wortham Insurance-Tom Whitney Award Date of the Contract: February 27,2018 Address: 131 Interpark Blvd. Contract Price: 5298,007.40 San Antonio,TX 78216 Bond Telephone:210-223-9171 Email Address:thomas.whitney@worthaminsurance.co Date of Bond: March 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 E17008 NASCC Fence Replacement Project 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 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 OF CleaFqeld Construction, LLC Surety SureTe n ra c Com y Signature: Signature: Name: Name: Catherine M.Martinez Title: ML S tC*11 _ Title: Attorney-In-Fact Email Address: _141g/-,CA p Email Address: catherine.martinez@worthaminsuranl,6.com �df'-i►r I G'Com[ I15-Ltr"[�C `tD h (�w� (Attach Power of Attorney and place surety seal below) V sr d �\�jl�a• v Y END OF SECTION Payment Bond Form 006116-2 E17008 NASCC Fence Replacement Project 7.8-2014 �Y• � JJJ t POA#: 4221086 SureTec Insurance Company LMTED POWER OF ATTORNEY Know AU Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make,constitute and appoint Catherine M. Martinez, Deborah L.Jung, Michael N.Venson, Robert B.Wray, S. West Warren,Thomas E.Whitney, Donald E. Miller,Jr. its true and lawful Attomey-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments •or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for,providing the bond penalty does not exceed Five Million and 001100 Dollars($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey-in-Fact may do in the premises. Said appointment shall continue in force until 17J31/2019 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute, acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and seated and effected by the Corporate Secretary. Be it Resolved,that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 2e of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, a is corporate seal to be hereto affixed this 15th day of May ,A.D. 2017 1� nu"rir+W SURETEC SVAN C `�5�}f3ANo+F"o cuvj X 9M1 t By. ( LU A John Knox ., resld t State of Texas ss: ��y YF j County of Harris On this —day of may ,A.D. 2017 before me personally came John Knox Jr.,to me known,who,being by mey sworn,did depose and say,that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. ``pY PSB�i JACQUELYN GREENLEAE Notary Public,State of Texas -"! Comm.Expires 05-18-2021 �: Jacq elyn Greenleaf,Notary Public ,,a Notary ID 126903029 My commission expires May 18,2021 1 I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. ` Given under my hand and the seal of said Company at Houston, Texas this 3M day OAssistatletary L5 , A.D. M.Brent Any insti um_ut issued ir.excass of the penalty stated above is totally void and wlthout any validity. For varifi tion of the authority of this power you may call(719)812-0800 any business day between 8:00 am and 5:00 pm CST. SureTec Insurance Company THIS BOND RIDER-CONTAINS-IMPORTANT-COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint:You may call the Suretys toll free telephone number for information or to make a complaint at: 1-866-732-0099.You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin,TX 78759 You may contact the Texas Department of Insurance to obtain information on companies,coverage,rights or complaints at 1-800-252-3439.You may write the Texas Department of Insurance at PO Box 149104 Austin,TX 78714-9104 Fax#:512-475-1771 PREMIUM OR CLAIM DISPUTES:Should you have a dispute concerning your premium or about a claim,you should contact the Surety first. If the dispute is not resolved,you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider Is attached does not provide coverage for,and the surety shall not be liable for, losses caused by acts of terrorism,riot,civil insurrection,or acts of war. Exclusion of Liability for Mold,Mycotoxins,Fungi&Environmental Hazards The Bond to which this Rider is attached does not provide coverage for,and the surety thereon shall not be liable for,molds,living or dead fungi, bacteria,allergens,histamines,spores, hyphae,or mycotoxins,or their related products or parts, nor for any environmental hazards,bio-hazards,hazardous materials,environmental spills, contamination,or cleanup, nor the remediation thereof,nor the consequences to persons,property,or the performance of the bonded obligations,of the occurrence,existence,or appearance thereof. Rev 1.1.06 73/7/2018 E(MM/DD/YYYY) A�" CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(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). CONT PRODUCER Wortham San Antonio Inc. NAMEACT SA Fernando Aranda 131 Interpark Blvd. PHONE FAX San Antonio, TX 78216 A/c No Ext): 210-249-2362 A/c No): 210-223-2806 E-MAIL ADDRESS: fernando.aranda@worthaminsurance.com INSURER(S)AFFORDING COVERAGE NAIC# www.worthaminsurance.com INSURERA: Cincinnati Specialty Underwriters Insurance Com an 13037 INSURED INSURER B: Texas Mutual Insurance Company 22945 Clearfield Construction, LLC 5150 Broadway#170 INSURERC: San Antonio TX 78209 INSURERD: INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 40710751 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 �/ COMMERCIAL GENERAL LIABILITY CS00050586 8/30/2017 8/30/2018 EACH OCCURRENCE $1,000,000 AM"E ToRENTED CLAIMS-MADE 11/1 OCCUR PREM SES(E.occurrence) $100,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $2,000,000 POLICY ✓� JE� [:] LOC PRODUCTS-COMP/OPAGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY CS00050586 8/30/2017 8/30/2018 Ea aBINEDtSINGLE LIMIT $1,000,000 ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ ✓ AUTOS ONLY ✓ AUTOS ONLY Per accident A UMBRELLA LAB �/ OCCUR CS00055747 8/30/2017 8/30/2018 EACH OCCURRENCE $2,000,000 v/ EXCESS LAB CLAIMS-MADE AGGREGATE $2,000,000 DED RETENTION$ $ B WORKERS COMPENSATION 0001258020 9/9/2017 9/9/2018 �/ STATUTEOERH AND EMPLOYERS'LIABILITY Y/N OFFICE R/MEMBEREXCLU ED?ECUTIVE ❑N N/A E.L.EACH ACCIDENT $1,000,000 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) NASCC Fence Replacement Project-No. E17008 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORECit of Corpus Christi - Engineering THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: Construction Contract Admin ACCORDANCE WITH THE POLICY PROVISIONS. P.O. Box 9277 Corpus Christi TX 78469-9277 AUTHORIZED REPRESENTATIVE .�� ,{ W- }I�. John L.Wortham&Son, L.P. ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 40710751 1 CLEARCON 117/18 Master with WC I (SA) Fernando Aranda 13/7/2018 7:24:04 AM (CST) I Page 1 of 7 Clearfield Construction, LLC 3/7/2018 CS00050586 COMMERCIAL GENERAL LIABILITY CSGA 437 12 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU - OPERATIONS AND COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. SECTION II - WHO IS AN INSURED is amended to include as an additional insured 2. If coverage provided to the additional in- any person or organization when you and such sured is required by a contract or agree- person or organization have agreed in writing ment, the insurance afforded to such ad- in a contract or agreement that such person or ditional insured will not be broader than organization be added as an additional insured that which you are required by the Con- on your policy, but only with respect to "bodily tract or agreement to provide for such ad- injury", "property damage" or "personal and ditional linsured. advertising injury" caused, in whole or in part, B. With respect to the insurance afforded to by: these additional insureds, the following addi- 1. Your acts or omissions in the perform- tional exclusions apply: ance of your ongoing operations for the This insurance does not apply to: additional insured; 1. "Bodily injury", "property damage" or"per- 2. The acts or omissions of those acting on sonal and advertising injury" arising out of your behalf in the performance of your the rendering of, or the failure to render, ongoing operations for the additional in- any professional architectural, engineer- sured; or ing or surveying services, including: 3. "Your work" performed for the additional a. The preparing, approving, or failing to insured and included in the products- prepare or approve, maps, shop completed operations hazard". drawings, opinions, reports, surveys, If not specified otherwise in the written con- field orders, change orders or draw- tract or agreement, a person's or organiza- ings and specifications; or tion's status as an additional insured under this b, Supervisory, inspection, architectural endorsement ends one year after your opera- or engineering activities. tions for that additional insured are completed. The written contract or agreement must be 2. "Bodily injury" or "property damage" aris- currently in effect or become effective during ing out of'your work" for which a consoli- the term of this Coverage Part. The contract or dated (wrap-up) insurance program has agreement must be executed prior to the "bod- been provided by the prime contrac- ily injury", "property damage" or "personal and for/project manager or owner of the con- advertising injury" to which this endorsement struction project in which you are involved. pertains. 3. "Bodily injury", "property damage" or"per- However: sonal and advertising injury" to any em- 1. The insurance afforded to such additional ployee of you or to any obligation of the additional insured to indemnity another insured only applies to the extent permit- because of damages arising out of such ted by law; and injury. Includes copyrighted material of ISO CSGA 437 12 13 Properties, Inc., with its permission. Pagel of 2 40710751 CLEARCON 117/18 Master with WC I (SA) Fernando Aranda 13/7/2018 7:24:04 AM (CST) I Page 2 of 7 4. "Bodily injury", "property damage" or"per- D. With respect to the insurance afforded to sonal and advertising injury" for which the these additional insureds, SECTION IV - Named Insured is afforded no coverage COMMERCIAL GENERAL LIABILITY CON- under this policy of insurance. DITIONS, 4. Other Insurance is amended to C. With respect to the insurance afforded to include: these additional insureds, SECTION III - LIM- Any coverage provided herein will be excess ITS OF INSURANCE is amended to include: over any other valid and collectible insurance available to the additional insured whether The limits applicable to the additional insured primary, excess, contingent or on any other are those specified in the written contract or basis unless you have agreed in a written con- agreement or in the Declarations of this Cov- tract or written agreement executed prior to erage Part, whichever is less. If no limits are any loss that this insurance will be primary. specified in the written contract or agreement, This insurance will be noncontributory only if the limits applicable to the additional insured you have so agreed in a written contract or are those specified in the Declarations of this written agreement executed prior to any loss Coverage Part. The limits of insurance are in- and this coverage is determined to be primary. clusive of and not in addition to the limits of in- surance shown in the Declarations. Includes copyrighted material of ISO CSGA 437 12 13 Properties, Inc., with its permission. Page 2 of 2 40710751 1 CLEARCON 117/18 Master with WC I (SA) Fernando Aranda 13/7/2018 7:24:04 AM (CST) I Page 3 of 7 Clearfield Construction, LLC 3/7/2018 CS00050586 COMMERCIAL GENERAL LIABILITY CSGA 408712 12 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - PER CONTRACT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to Paragraph 8. Transfer of Rights of Recovery Against Others to Us of SECTION IV-CONDITIONS: If you have agreed, in a written contract or agreement, to provide a waiver of any right of recovery against a person or organization, we will waive any right of recovery we may have against that person or organization 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 that person or organization for which you have agreed to in a written contract to provide said waiver. Includes copyrighted material of Insurance CSGA 4087 1212 Services Office, Inc.,with its permission. Page 1 of 1 40710751 CLEARCON 1 17/18 Master with WC I (SA) Fernando Aranda 1 3/7/2018 7:24:04 AM (CST) I Page 4 of 7 ® WORKERS' COMPENSATION AND EMPLOYERS TexasmutuA LIABILITY INSURANCE POLICY an IInssuranceeComP Y WC 42 03 04 B TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsement shall be _ __ percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on 9/9/2017 at 12:01 A.M.standard time,forms a part of Policy No0001258020 of the Texas Mutual Insurance Company Issued to Clearfield Construction, LLC Endorsement No. Premium$ 44�-6� NCCI Carrier Code 29939 Authorized Representative WC420304B(ED.6-01-2014) INSURED'S COPY 40710751 1 CLEARCON 1 17/18 Master with WC I (SA) Fernando Aranda 1 3/7/2018 7:24:04 AM (CST) I Page 5 of 7 ® WORKERS' COMPENSATION AND EMPLOYERS TexasmutuA LIABILITY INSURANCE POLICY Insurance Company WC 42 06 01 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: City of Corpus Christi-Engineering Attn: Construction Contract Admin P.O.Box 9277 Corpus Christi TX 78469-9277 This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on 3/7/2018 at 12:01 A.M.standard time,forms a part of Policy NOD01258020 of the Texas Mutual Insurance Company Issued to Clearfield Construction,LLC Endorsement No. Premium$ 44�.1�11 NCCI Carrier Code 29939 Authorized Representative WC420601 (ED.1-94) INSURED'S COPY 40710751 1 CLEARCON 1 17/18 Master with WC I (SA) Fernando Aranda 1 3/7/2018 7:24:04 AM (CST) I Page 6 of 7 Clearfield Construction, LLC 8/30/2017 CS00050586 8/30/2018 EARL]ER NOTICE OF CANCELLATION PROVIDED BY US Tbis endorsement modifies insurance provided under the following: COMMERICAL GENERAL LIABILITY COVERAGE PART COMMERICAL PROPERTY COVERAGE PART LIQUOR LIABLITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTYCOMPLETED OPERATIONS COVERAGE PART PROFESSIONAL LIABILITY COVERAGE PART ERRORS AND OMISSIONS LIABILITY COVERAGE PART EXCESS LIABILITY COVERAGE PART SCHEDULE Additional Insured's Name: City of Corpus Christi - Engineering Attn: Construction Contract Admin P.O. Box 9277 Corpus Christi TX 78469-9277 Mailing Address: Cancellation Notification - Number of Days: 30 For any statutorily permitted reason other than nonpayment:of premium, the number of days required for notice of cancellation is amended to the number of days shown in the Schedule above. We agree to mail or deliver notification to the first Named Insured and the person or organization shown in the Schedule. CSIA405 (08/09)-B Page 1 of 1 40710751 CLEARCON 1 17/18 Master with WC I (SA) Fernando Aranda 1 3/7/2018 7:24:04 AM (CST) j Page 7 of 7