Loading...
HomeMy WebLinkAboutC2018-611 - 7/24/2018 - Approved C2018-611 7/24/18 Res. 031480 00 52 23 AGREEMENT J. Carroll Weaver Inc. This Agreement,for the Project awarded on July 24,2018, is between the City of Corpus Cnristi (owner) and J. Carroll Weaver, Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Residential Street Rebuild Project(RSRP)(ID/IQ)Bid Part 4-&2 Project No. E17019 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Hanson Professional Services, Inc. 4501 Gollihar Rd Corpus Christi,Texas,78411 2.02 The Owner's Authorized Representative for this Project is: Joshua Seneca!, 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 270 days for Bid Part 2 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 awl within 300 days for Bid Part 2 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 Agreement 00 52 23- 1 Residential Street Rebuild Project(RSRP)(ID/IQ)Bid Part &2, Project No. E17019 SnANKI�v 2-2016 CONTRACT DOCUMENT PLANS & SPECS E17019 RESIDENTIAL STREET REBUILD PROJECT (RSRP) IDIQ CONTRACT DOCUMENTS FOR CONSTRUCTION OF RESIDENTIAL STREET REBUILD PROJECT ( RSRP) PROJECT NUMBER E17019: MERNIEW MEN= 1111INEW 1111111M WINEW ONO= C ,, ty of 4 Corpus C h rl" s ti "ANSON Engineering�Plarnmg I Alp ed Services 4501 Gollihar Road, Corpus Christi, Tx 78411 PH- ONE: (361)814,-9900 FAX: (361) 814-4401 TBPE Firm REGISTRATION No. F-000417 RECORD DRAWING NUMBER: STR 945 04/11/2018 00 01 00 TABLE OF CONTENTS Division Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (ReVOI-13-2016) 00 30 00 Bid Acknowledgment Form (RevOx-13-2016) 00 30 01 Bid Form (Rev 01-13-2016)(Excel) 010 30 02 Compliance to State Law on Nonresident Bidders 010 30 05 Disclosure of Interest(Revo1-13-2016) 010 30 06 Non-Collusion Certification ............ 00 45 16 Statement of Experience (Rev 06-22-2016) 00 52 231 Agreement(RevO6-22-2016) 00 61 13 Performance Bond (IRevO1-13-2016) 0061 16 Payment Bond (Rev 01-13-2016) 00 72 010 General Conditions(Rev 3-23-2015)(PDF) 00 72 01 Insurance Requirements(RevO6-22-2016) 00 72 02 Wage Rate Requirements(RevO6-12-2015) 1007203 Minority/ MBE/ DBE Participation Policy(RevOl-13-2016) 00 73 00, Supplementary Conditions Division,Oil General Requirements 0111,00 Summary of Work(RevO1-13-2016) 0123, 10 Alternates and Allowances 0112900 Application for Payment Procedures (RevO3-11-2015) 01 29 01 Measurement and Basis for Payment (Rev 01-13-2016) 0131010 Project Management and Coordination (RevOl-13-2016) 01 31 13 Project Coordination 01 31 14 Change Management 013300 Document Management 013301 Submittal Register(Rev 7/3/2014)(Excel) 013302 Shop Drawings 01 33 03 Record Data .............. 0133,04 Construction Progress Schedule 013305, Video and Photographic Documentation ........... ........... Division Title Section 01 35 00 Special Procedures .......... ........... 014000 Quality Management 01 5000 Temporary Facilities and Controls 01 57 00 Temporary Controls 017000 Execution and Closeout Requirements Part S Standard Specifications 02 10 20 Site Clearing&Stripping 1021040 Site Grading .............. 02 10 80 Removing Abandoned Structures 1022020 Excavation & Backfill for Utilities 02 20 21 Control of Ground Water 02 20 22 Trench Safety for Excavations 02 20 40 Street Excavation 02 20 80 Embankment 022100 Select Material .................... 02 24 20 Silt Fence 02 52 02 Scarifying and Reshaping Base Course 025205 Pavement Repair, Curb, Gutter, Sidewalk& Driveway Replacement 02 52 10 Lime Stabilization 02 52 23 Crushed Limestone Flexible Base 02 54 04 Asphalts, Oils, & Emulsions 02 54 12 Prime Coat 02 54 14 Aggregate for Surface Treatment .......... 025416 Seal Coat 0125418 Surface Treatment 02 54 24 Hot Mix Asphalt Concrete Pavement ............... 02 56 08 inlets 02 56 10 Concrete Curb & Gutter ............. 02 56 12 Concrete Sidewalk& Driveways 02 56 14 Concrete Curb Ramps 02 56 20 Portland Cement Concrete Pavement 02 58 02 Temporary Traffic Controls During Construction Table of Contents 000100-2 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1& 2, Project No. E17019 Rev 06-22-2016 Division/ Title Section 02 58 05 Work Zone Pavement Markings 02 58 07 Pavement Markings (Paint and Thermoplastic) 02 58 13 Preformed Thermoplastic Striping, Words& Emblems 02 58 16 Raised Pavement Markers 02 58 18 Reference Specification—TX DOT DMS-4200 Pavement. Markers (Reflectorized), 02 58 28 -- Reference Specification—TX DCCT DMS-6130 Bituminous adhesive for Pavement Markers 02 62 01 Waterline (Riser Assemblies 02 62 02 Hydrostatic Testing of Pressure Systems 02 62 06 Ductile (Iron Pipe & Fittings 02 62 10 Polyvinyl Chloride Pipe (AWWA 0900 and 0905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 02 62 14 Grouting Abandoned Utility Lines 02 64 02 Waterlines 026404 Water Service Lines 02 64 09 Tapping Sleeves &Tapping Valves 026411 Gate Valves for Waterlines 02 64 16 Fire Hydrants 0272010 Control of Wastewater Flows 02 72 02 Manholes 02 72 03 Vacuum Testing of Wastewater Manhole and Structures 027205 Fiberglass Manholes 027402 Reinforced Concrete Pipe Culverts 027602 Gravity Wastewater Lines 02 76 04....m.__.._. Disposal of Waste from Wastewater Cleaning Operations 02 76 06 Wastewater Service Lines 02 76 11 Cleaning and Televised inspection of Conduits 012 80 40 Sodding, 03 00 20 Portland Cement Concrete 03 20 20 Reinforcing Steel 037040 Epoxy Compounds (S-44) 03 80 00 Concrete Structures 05 54 20 Frames, Grates, Rings, & Covers I Table of contents 000100-3 Residential Street Rebuild Project(RSRP)(ID/IQ) Bid Part 1&2, Project No. E1.7019 Rev 06-22-2016 ........ Division Title Section Part T Technical Specifications ........... Appendix Title 1 Geotechnicai Report District I (March 5) 2 Geotechnical Report District 2 Rev. (February 19) 3 Geotechnical) Report District 3 Rev. (February 19) 4 Geotechnical Report District 4 (March 5) 5 Geotechnical Report District 5 Rev. (February 19) END OF SECTION Table of Contents 00 01 OO-4 Residential Street Rebuild Project(RSRP) (ID/[Q) Bid Part 1& 2, Project No. E17019 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: Residential Street Rebuild Project(RSRP)(ID/IQ) Bid Part 1&2 Project No. E17019 A. Indefinite Delivery/ Indefinite Quantity(ID/IQ) Package The purpose of the ID/IQ package is to establish unit rates for Bid Part 1 and Bid Part 2 (two contracts). The contractor may opt to bid on only Bid Part 1, only Bid Part 2, or on both contracts. To be awarded both contracts the contractor must demonstrate that he has the capacity available to work on both contracts simultaneously. B. Bid Part 1 The project includes residential street pavement rehabilitation and reconstruction projects in multiple locations throughout the City. The Delivery Order packages will be coordinated and approved by the City. The ID/IQ package includes bid plans for Delivery Order 1. Delivery Order 1 will be released for construction first, the Delivery Order shall be completed in 170 calendar days. Delivery Order 2 shall be completed in 80 calendar days and will be released for construction following the substantial completion of Delivery Order 1. Bid Part 1 must be completed within 250 calendar days from the start of construction. The Bid Part consist of 4,780' of streets designated for Reconstruction, 2,990' of streets designated for Pavement and Subgrade Rehabilitation, and 11,282' of streets designated for Pavement Rehabilitation. In addition sidewalk, curb and gutter, curb ramp and driveway improvements will be included. Additional alternative street sections may be added or some street sections may be removed in order to satisfy the overall project budget. C. Bid Part 2 The project includes residential street pavement rehabilitation and reconstruction projects in multiple locations throughout the City. The Delivery Order packages will be coordinated and approved by the City. The ID/IQ package includes bid plans for Delivery Order 1. Delivery Order 1 will be released for construction first, the Delivery Order shall be completed in 90 calendar days. Delivery Order 2 shall be completed in 90 calendar days and will be released for construction following the substantial completion of Delivery Order 1. Delivery Order 3 shall be completed in 90 calendar days and will be released for construction following the substantial completion of Delivery Order 2. Bid Part 2 must be completed within 270 calendar days from the start of construction. The Bid Part consist of 4,730' of streets designated for Reconstruction,—550' of streets designated for Pavement and Subgrade Rehabilitation, and 12,345' of streets designated for Pavement Rehabilitation. In addition sidewalk, curb and gutter, curb ramp and driveway improvements will be included. Additional alternative street Invitation to Bid and Instructions to Bidders 002113- 1 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&2, Project No. E17019 Rev 01-13-2016 sections may be added or some street sections may be removed in order to satisfy the overall project budget. 2.02 The Engineer's Opinion of Probable Construction Cost for the Bid Part 1 is$3,935,898.00. The Project is to be substantially complete and ready for operation within 250 days. The Engineer's Opinion of Probable Construction Cost for the Bid Part 2 is $3,828,733.00. The Project is to be substantially complete and ready for operation within 270 days. Each 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 PM Wednesday May 09,2018 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: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid - Residential Street Rebuild Proiect(RSRP)(ID/IQ) Bid Part 1&2, Project No. E17019 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 PM Wednesday May 09,2018, at the following location: City Hall Building— Invitation to Bid and Instructions to Bidders 002113-2 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&2, Project No. E17019 Rev 01-13-2016 City of Corpus Christi First Floor City Council Staff Room or Council Chambers 1201 Leopard Street Corpus Christi,Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on 2:00 PM Tuesday May,1 2018 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 ARTICLE 5 COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. 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. Invitation to Bid and Instructions to Bidders 002113-3 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&2, Project No. E17019 Rev 01-13-2016 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. 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 Invitation to Bid and Instructions to Bidders 002113-4 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&2, Project No. E17019 Rev 01-13-2016 the outside as containing bid documents,the bidder's name and the job name and number and delivered as required in Article 7 below. 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 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. Invitation to Bid and Instructions to Bidders 002113-5 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&2, Project No. E17019 Rev 01-13-2016 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to 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 0045 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. Invitation to Bid and Instructions to Bidders 002113-6 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&2, Project No. E17019 Rev 01-13-2016 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%. 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. Invitation to Bid and Instructions to Bidders 002113-7 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&2, Project No. E17019 Rev 01-13-2016 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. 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, Invitation to Bid and Instructions to Bidders 002113-8 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&2, Project No. E17019 Rev 01-13-2016 please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24- REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security,with Power of Attorney, submitted as required by Article 7. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 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. 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. Invitation to Bid and Instructions to Bidders 002113-9 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&2, Project No. E17019 Rev 01-13-2016 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- 10 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&2, Project No. E17019 Rev 01-13-2016 CONTRACT DOCUMENT Addenda, Proposal, Agreement E17019 RESIDENTIAL STREET REBUILD PROJECT (RSRP) IDIQ 009101 ADDENDUM NUMBER 01 Residential Street Rebuild Program(RSRP) IDIQ Part 1 Project: &2 Project Number:E17019 Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P.E. Designer: Hanson Professional Services Inc.—Gabriel Ortiz, P.E. Addendum No. 01 Specification Section: 00 9101 Issue Date: April 25,2018 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Ap roved b J.H. Edmonds, P.E. Addendum Items: To delay Pre-Bid Meeting by one week: New Pre-Bid Date: May 8,2018 To delay Bid Opening by one week: New Bid Date: May 16,2018 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 BIDOTEkS—Article 3;SECTION 00 30 00 BID ACKOWLEDGMENT FORM—Article 1: 1. The pre-bid meeting date for the project has been changed to Tuesday.May 8,2018. The date for receipt of Bids has been changed to Wednesday. May 16.2018. The time and location for the pre-bid meeting and the time and location for receipt of Bids remain unchanged. END OF ADDENDUM NO. 01 Addendum No.01 009101-1 E17019 Residential Street Rebuild Program(RSRP)IDIQ Bid Part 1&2 Rev 01-08-16 009101 ADDENDUM NUMBER 02 Residential Street Rebuild Program RSRP Project: IDI Q Part 1 &2 Project Number: Owner: City of Corpus Christi E17019 city Engineer: J.H. Edmonds, P.E. Designer: Hanson Professional Services Inc.—Gabriel Ortiz, P.E. ........... ........ .. .......... .......... . Specification Addendum No. 02 Section: 009101 Issue Date: May 11, 2018 ----------------- ------------------------------- Acknowledge receipt of this Addendum in the Bid For submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid For may render the Bid as non- responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. ......... .......__.-.................................... p rove 5/11/2018 ........... . .................... I d onds,RE Date Addendum Items: To Delay Bid Opening by one week: New Bid Date: May 23,2018 ARTICLE1—BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. 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. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS—Article 3; SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM—Article 1: 1. The date for receipt of Bids has been changed to Wednesday, May 23, 2018. The time and location for the receipt of Bids remain unchanged. END OF ADDENDUM NO, 02 Addendum a,02 009101- 1 Corpus Christi Standards-Regular Projects Rev 10,27.,2015 L 009101 ADDENDUM 14i4UMl ll3' R 3 Project: Residential Street Rebuild Program(RSRP)year 21119 Project Num ber F17C119 - _._._.. ..... ._._ Owner: City of Corpus Christi.__._._�- lit Engineer; J.H. Edmonds, P.E. � . Capital Programs Flanson Professional Designer: Gabriel Ortiz,P,F.,CFM Services Addendum 90._ .. _.. .. .- _-__._._ _,._ __ _ ... . 03 ...........Spedfication Section: 00 9101._. Issue Date: O'S/18/'2018 __.mM_..._.... _.. ...._. _.. ._. ........ ...__ _.._.... _ . .-__. _-.. AcknovA�edge receipt of this Addendum in the Bid Acknowledgement Form,submitted fcrrthis Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgemefft Form may render the laid as non-responsive and serve as the basis for,rejecting the Bid. l Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: [ilesignerZ Gabriel Ortiz, P,F.,CFM 05/18/201 Name Dare Addlendluum Items: • Revised 00 2113 Invitation to Rid and Instruction to Bidders (Rev 01-13-20161(AttachmentNo.1 • Revised 00 30 01 Bid Form(Attachment l"o.,2.) • Revised 011100 Summary of Work(Rev 011.1:3- r 2016)(Attachment No. • Revised 012310 Alternates and Allowances (Attachment No.4 • Revised 0129 01 Measurement and Basis of Payment(Attachment No.S) • Add 02 52 08 Soil—Cement Base(S-17) (Attachment 1o.6) • Revised Plan Sheets(R Pages) (Attachment 1o.7 1. Title SKeet(Sheet 1 2. General Notes(Sheet 2) 3. General Notes(Sheet 3) f 4. Summary of Quantities(Sheet 4) S. Pavement Sections Details(.Sheet 6 6. Pavement Sections Summary (Sheet 7 7. Rid Part 1 Street Locations Vicinity flap Example Final Delivery,Corder(Sh=eet 12 R. Bid Part 2 Street Locations Vicinity Map Example Finall Delivery Order(Sheet.27) I • Clarification and Answer to Questions from the Pre-Bid Meeting and Civcast Addendum No.3 91 Ctt-1 Residential street Rebuild Project(RSRP)(ID/[Q),Bad Part.1&2,Project No. E17019 Glu 01-13-20,16f Project: Residential Street Rebuild Program (RSRP) Year 2018 Project Number: E17019 Owner: City of Corpus Christi City Engineer: J.H. Edmonds,, P.E. Capital Programs ............. Hanson Professional Designer: Gabriel Ortiz, P.E., CFM Services OF ":,_4. ........... 0. WZ. ................... .........*.�0. ABRIEL J. ORTIZ .................. 114464 go Hanson Professional Services, Inc. TBPE Firm Reg. No. F-00041 7 ARTICLE 1—BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. 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. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 2113, Invitation to Bid and Instructions to Bidders (Rev 01-13-2016). 1. Delete: Section 00 2113 Invitation to Bid and Instructions to Bidders(Rev 01-13- 2016) in its entirety. 2. Add: Section 00 2113 Invitation to Bid and Instructions to Bidders(Rev 01-13-2016) in its entirety (Attachment 1). B. SECTION 00 30 01, Bid Form: 1. Delete: Section 00 30 01 Bid Form, in its entirety. 2, Add: Section 00 30 01 Bid Form in its entirety (Attachment 2). C. SECTION 011100, Summary of Work(Rev 01-13-2016),. 1. Delete: Section 01 11 00 Summary of work(Rev 01-13-2016) in its entirety. Addendum No. 3 009101-2 Residential Street Rebuilld Project(RSRP) (ID/IQ) Bid Part 1&2, Project Na. E17019 Rev 01-13-2016 2, Add: Section 01 11 00 Summary of work (Rev 01-13-2016) in its entirety (Attachment 3). D. SECTION 0123 10,Alternates and Allowances: 1, Delete: Section 0123 10 Alternates and Allowances in its entirety. 2. Add: Section 0123 10 Alternates and Allowances in its entirety(Attachment 4) E. SECTION 0129 01, Measurement and Basis of Payment: 1. Delete: Section 0129 01 Measurement and Basis of Payment in its entirety. 2. Add: Section 0129 01 Measurement and Basis of Payment in its entirety (Attachment 5) ARTICLE 2—MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. A. SECTION 02 52 08, Soil—Cement Base (5-17): 1. Add: Section 02 52 08 Soil-Cement Base (S-17) in its entirety(Attachment 6). ARTICLE 3- MODIFICATIONS TO THE DRAWINGS 3.01 ADD OR DELETE DRAWMGS A. DELETE the following Drawings: Deleted Drawings 1—Title Sheet ................ .......... 2-General Notes (1 of 2) 3-General Notes (2 of 2) ............................. 4-Summary of Quantities 6-Pavement Section Details 7-Pavement Section,Summary 12- Bid Part 1 Street Locations Vicinity Map Example Final Delivery Order .......... ............. 27- Bid Part 2 Street Locations Vicinity Map Example Final Delivery Order B. ADD the following Drawings: Added Drawings(Attachment 3) 1—Title Sheet 2- General Notes(1 of 2) 3- General Notes (2 of 2) 4-Summary of Quantities Addendum No. 3 00 9101-3 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&2, Project No. E17019 Rev 01-13-2016 6-Pavement Section Details 7-Pavement Section Summary 12- Bid Part 1 Street Locations Vicinity Map Example Final Delivery Order 27- Bid Part 2 Street Locations Vicinity Map Example Final Delivery Order ARTICLE 4—QUESTIONS AND CLARIFICATIONS 4.01 PRE-BID QUESTIONS A. Question: Tumbleweed appears to have, a minimal existing pavement section, there is a concern of achieving the design compaction criteria. Answer: Tumbleweed is currently in good condition meaning limited base failures. Base failures that may occur after proof rolling will be spot repaired.The "Pavement Rehabilitation Detail" has been revised to include an alternate section in the event additional base is required.The final design (Final Delivery Order) is subject to change. B. Question: How will streets with less than a 2%cross slope be modified to achieve that 2%cross slope? Is the contractor expected to include thicker pavement or base sections at the crown to achieve this slope? Answer: The "Pavement Rehabilitation Detail" has been revised to include an alternate section in the event additional base is required.The final design (Final Delivery Order) is subject to change. C. Question: Is the removal of material to allow for the thicker pavement section subsidiary? Answer: The bid item for"Street Excavation" has been changed to CY. Removal of excess material will be paid through this item. The contractor must agree to estimates provided by the engineer before removing excess material. D. Question: Are streets, were the intersection is to remain, considered contiguous? Answer: Streets with the same street name are considered contiguous. E. Question: Is general notes item 13 and 15 applicable? We will have to stage a lot of haul trucks in order to pave in 1,500 increments. Answer: The note limits the amount of open excavation and un-paved base. Although there is a limit, paving the entire 1,500' section at one time is not the intent. F. Question: The bid calls for new curb inlets, should this just Ibe the top? Answer,: The item will only include the re-construction of the top and has been described in the bid item title. The demolition of the top is outlined in the Measurement Basis for Payment Specification 0129 01 Item ZZ, The new top will be replaced to the limits of the demolition. Full replacement will be paid for, if required, through the allowance. Addendum No. 3 00 91 01-4 Residential Street Rebuild Project(RSRP)(IIS/IQ) Bid Part 1 &2, Project No. E17019 Rev 01-13-2016 i G. Question: is lime stabilization required to be installed behind the mumh and � Answer: Sheet Ghas been revised toinclude item 10and IIdescribing new curb and � gutter requirements. H. [iucot|om: Has cement stabilization been considered Answer: Cement stabilization has been added for final design flexibility. |. Question: Is an engineer designed Traffic Contro,l plan required for each street, should the engineer provide the plan? Answer: The °TrafNcContvw|" Did item has been divided into a Reconstruction item and Rehabilitation item. AnEngineered design, will still herequired. J. Question: Is an SWPPP designed plan required for each street an area of more than I acre may not beopened s%atime? Answer: ASVVPPPdesign plan will still berequired. 4.82 ClVC45T{}UESTI ON8 A. Question: From the Final Delivery Order example on plan sheet 7, it does not appear that anysnborade prep (lime treatment, gemgrid,4" limestone) is paid for directly underneath urbehind the curb. Please verify � , � curb and gutter issubsidiary tnthe curb and gutter. | Answer: Sheet 6has been revised tninclude item 1Oand 11describing new curb and gutter requirements. Base and subgmadepreparation will besubsidiary 10the Curb,and Gutter Installation. The GeoOrid installation will be paid for separately from the Curb and Gutter. � B. Question: Detail Z on sheet 6 indicates that Lime Stabilized material is to be used to � backfill behind the curb and gutter when, being replaced inarca!swhere the sidewalk is not tied. is this the case only when the sobgradeQets lime treated oristhis in all cases when the,sidewalk |snot tied? Answer: Sheet 6has been revised tninclude item 10and 11describing new curb and gutter requirements. C. Question: Can the trench safety item, 019 beremoved and included inthe allowance? Answer: Trench safety has been removed and will bepaid asamallowance. D. Question: Can aPavement Repair detail beprovided for item 81S7 Answer: The pavement repair requirements have been added to Item C section 4 of the general notes. E. Question: We have never seen nor performed the lime treatment of existing base material mixed with raw yubgrade and them proceeded to lay hot mix om it. We don't believe that the hot mix paver will hold mppmthis lime treated material. |twill sink. Answer: It is understood that construction constraints within residential streets may require the utilization ofsmaller construction, eqluipment and vehicles. Assuch the contractor is expected to utilize equipment that meet the intent for the proposed AddendmmWo. 3 009101-5 ResidemtiaKStreet Rebuild Project(RSRP)(|D/|C) Bid Pert 1& 2, Project No. E17019 Rev 01-13-2016 pavement section. Hot Mix Pavers are available inmany sizes. The contractor may opt � toutilize smaller nninipawerfor these sections. � F. .[lme���om� From our experience, new subdivision stree1same being built with � approximately 2" H&8AC, 8" Limestone, and Geogrid. These reconstruction roads are � being designed much, less than that with Z" HK4AC, 5" Limestone, and Geugrid. It seems � like these are being under designed. � Answer: The intent mfthis project istorehabilitate the existing pavement sections. The "Pavement Reconstruction 0etai|" has been revised onsheet 6 tninclude athicker limestone base section oralternate Geogrid. The "Pavement Rehabilitation Detail" has been revised on sheet 6 to include an alternate for adding additional limestone base. The final design (Final Delivery Order) issubject tmchange. G. Question: Plans Observation -The 'Proposed Construction Items' omeach plan sheet are not the same oneach sheet. They change from road 1oroad. This |sconfusing. Answer: The bid set drawings are intended for establishing unit pricing. Final quantities and limits of construction will be investigated by both the design team and the contractor. The agreed values will heissued through the Final Delivery Order. H. Question: Key Note#8 o,nplan sheet 6isfor surface preparation including grading, disposal, and proof rolling, which isall subsidiary. Does this also include ripping open the subgrade, re-oomd|hmn|mg, and re-connpaoting7 Answer: The "Pavement Rehabilitation Detail" has been updated to include two details. Three scenarios could occur for the application,ofthese details. • |nsome locations the pavement can heremoved, base proof rolled and then paved. Proof rolling vviU| beconsidered subsidiary. • In some locations base material will be required to be removed, the new surface will need tobeproof rolled and then paved. Grading and material removal will bmpaid tbnnughthe Street Excavation item. Proof rolling will heconsidered subsidiary, * Ansome locations base mnateriai| will be required to beinstalled and re'-worked into the existing base,the new surface will need tmbere-compacted and then paved. Limestone base will bepaid through,the limestone base item. Amevv item has been included to mix inthe new material with,the existing base, re- moisturize and rm-compact. L Question: On streets that get new hot mix only(Pavement Rehabilitation), after hot mix removal, in order to lay the required hot mix thickness, some am�unt of base material will have tmbescraped off and removed? |sthis the intent, because immost areas, it will leave you with |ecs than 5" ofbase? See Yukon for example -ltcalls for 3'' mfnew hot mix and there iocurrently 1" ofhot mix and S° ofbase, noto p,ut3° nfhot mix in there you will be left with 3" of base underneath. Answer: The "Pavement Rehabilitation DetaiU" has been revised to include an alternate section in the event additional base is required. The final design is subject to change. AddendumNo. 3 009101-6 Residential Street Rebuild Prnjcct(gSRP) UD/1[8 Bid Part 1&2' Project No. E27019 Rev 01-13-2016 J. Question: If indeed there are 2 separate bid bonds required and 2 separate contracts, will the Agreement be changed to 2 separate Agreements -one for Part 1 and one for Part 2? Answer. Two Bid Bonds will be required. In the event that the contractoir is selected for both Bid Parts the Agreement will be modified at that time. K. Question:. What is the size of the water service line to be adjusted? And for clarification is this just a vertical adjustment as shown in the "Waterline Adjustment Detail''? Answer: A full replacement from the tap to the meter will be required. The bid item for"Water Service Line Adjustments" has been changed to L.F. and is outlined in the Measurement Basis for Payment Specification 0129 01 Item KI(. The adjustment will require the full replacement and reconnection from Tap to Meter. Meter adjustment will not be included in this adjustment.A min. of 10 L.F. will be paid for if the connection is shorter than 10 L.F. L. Question:.The distinction between (Pavement Reconstruction, Pavement Rehabilitation Pavement and Sub,grade Rehabilitation is confusing relative to the bid items. Can a summary sheet listing all the streets with the corresponding bid items quantities be produced? The "Final Delivery Corder Example" would be something that may work for this. The totals on the bottom of the summary sheet would equal the bid quantities. Answer: The bid set drawings are intended for establishing unit pricing. Final quantities and limits of construction will be investigated by both the design team and the contractor. The agreed values will be issued through the Final Delivery Order. M. Question:There are no grades provided for the streets that are to be reconstructed. These reconstruction roads have most of the curb and gutter being replaced. We will require grades. Will these be provided prior to construction? Answer: The bid set drawings are intended for establishing unit pricing. Final quantities and limits of construction will be investigated by both the design team and the contractor. Basic Grades will be discussed and agreed upon, The agreed values will be issued through the Final Delivery Order. N. Question: There appears to be quite a bit of tree trimming that willl be required. Will this be paid for? Answer: Tree trimming shall be done in accordance with standard horticultural practice. Tree limbs within the R.Q.W. that conflict with the proposed improvements shall be removed and hauled away. Payment for this work is subsidiary to the bid item for"Remove and Dispose of Existing Top Layer of Pavement (Asphalt)". All trees shall be protected unless otherwise directed by the (OAR) or engineer. Removal of trees and stumps will be paid for through the "Allowance for Unanticipated Street Improvements". The tree trimming has been added to Item Lsection 5 of the general notes. a. Question: Some of the reconstruct roads like Snowbird and Lake Tahoe have (little curb and gutter replacement as compared to other reconstruct sections. In the areas that do receive new curb and gutter, it will be imperative to provide positive drainage for the new curb and gutter. If it is found that more curb and gutter is required to be removed and replaced to achieve positive drainage, will this item be alllowed to overrun? Addendum No. 3 00 9101-7 Residential Street Rebuild Project(RSRP)(ID/IQ) Bid Part 1 &2, Project No. E17019 Rev 01-13-2016 Answer: Final quantities and limits of construction will be investigated by bath the design team and the contractor. The agreed values will be issued through the Final Delivery Order. 4.07'•3 CLARIFICATIONS A. Clarification: A GlasGrid Pavement Section was discussed during the Pre-Bid meeting but was not incorporated into the plans. END OF ADDENDUM NO. 3 Addendum No. 3 009101-8 Residential)Street Rebuild Project(RSRP) (ID/11Q) Bid Part 1& 2, Project No. E17019 Rev 01-13-2016 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE I—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: Residential Street Rebuild Project (RSRP) (ID/IQ)BJd.Part 1 &2 Pro'ect No. E17019 A. Indefinite Delivery I IndefiniteQu.antIty(ID/IQ) Package The purpose of the, ID/IQ package is to establish unit rates for Bid Part I and Bid Part 2 (two contracts). The contractor may opt to bid on only Bid Part 1, only Bid Part 2, or an both contracts. To be awarded both contracts the contractor must demonstrate that he has the capacity available to work on both contracts simultaneously. BASE BID PART 1: Base Bid Part I includes residential street pavement rehabilitation,and reconstruction projects in multiple locations throughout the City, Base Bid Part 1 must be substantially completed within 250,calendar days from the start of construction, andl consists of: • approximately 7,937 LF of streets designated for Pavement Rehabilitation, ® approximately 2,990, LF of streets designated for Pavement, Base and Subgrade Rehabilitation, • approximately 4,780 LF of streets designated for Pavement Reconstruction, and • sidewalk, curb and gutter, curb ramp, and driveway improvements. Delivery Order packages will be coordinated and approved by the City. The ID/IQ package includes the Draft DO 1, which, shall be completed in 170 calendar days after the Final DO 1 is issued. DO 2 shall be completed in 80 calendar days, and will be released for construction,following the sulbstantial completion of DO 1. Street segments listed in the ID/IQ documents may vary from, the streets in the final DO's. Alternative street sections may be added, or street sections removed, based on availability of funds. BASE BID PART 2: Base Bid Part 2 includes residential street pavement rehabilitation and reconstruction projects in multiple locations throughout the City. Base Bid Part 2 must be substantially completed within 270 calendar days from the start of construction, and consists of: approximately 11,710 LF of streets designated for Pavement Rehabilitation, A[DENDUM 3 H M E.N"r No.I SHIEEF1 OF101 Invitation to Bid and Instructions to Bidders 002113-1 Residential Street Rebuild Project(RSRP)(ID/IQ) Bid Part 1& 2, Project No. E17019 Rev 01-13-2016 � • approximately 55,0 UF of streets designated for Pavement, Base and 6ubgnade Rehabilitation, m approximately 5,365 LF of streets designated for Pavement Reconstruction, and � • sidewalk, curb and gutter, curb ramp, and driveway improvements. � Delivery Order packages will be coordinated and approved by the City. The ID/IQ package includes the � Draft D8 1, which shall be completed in, 90 calendar days after the Fina! DO 1 is issued. D() 2 shaU| be completed in 90 calendar days, and will be released for construction following the substantial completion of DO 1. Similarly, DO 3 shall be completed in 98 calendar days, and will be released foroomstrmmtinn following the substantial completion of DO ]. Street segments Doted in the UD/1[} documents may vary from the streets in the final DO's. Alternative street sections may be added, or street sections removed, based owavailability mf funds. � � 212 The Engineer's Opinion ofProbable Construction Cost for the Bid Part lis The Project is to be substantially complete and ready for operation within 250 days. The Engineer's � [}pimiunofProbable Construction Cost for the Bid Part 2io . The Project istnbn substantially complete and ready for operation within 270days. Each Project istnbecomplete amd eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can befound atthe following website: 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 tmsubrn|tt|ng a Bid for the Project. ARTICLE 3— DELIVERY AND OPENING [JFBIDS 3.01 Bids must bereceived mnlater than to be accepted. Bids received after this time will not beaccepted. |t [othe sole responsibility ofthe Bidder todeliver the Bid, electronic orhard copy, bythe specified deadline. 3.02 Complete and swbuuitthc Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.83 Electronic Bids may besubmitted tothe OvCa;twebsite ot . 3.04 Uƒsubmitting ahard copy bid orbid security bycashier's check ormoney order, please address � envelopes orpackages: City nfCorpus Christi � City Secretary's Off ice City Hall Building,, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78481 SHEEF2 OF 10 Invitation to Bid and Instructions to Bidders 002113-2 Residential Street Ke&u||J Pnojmo1(N5RP) (VD/|[) Bid part I& 2, Project No. E17019 Rev u1-13-2016 Attention: City Secretary Bid - Residential Stlreet Rebuild Project(RSRP) (IDI Bid Part 1 &2, (Project No. E17019 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 PM Wednesday May,23 2018, at the following location: City Hall (Building— City of Corpus Christi... First Floor City Council Staff Room or Council Chambers 1201 Leopard Street Corpus Christi,Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on 2:00 PM Tuesday May,8 2018 at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 3 d floor, Engineering Services 1201 Leopard Street, Corpus Christi..,,Texas 78401 ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents, 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ADDIENDIUM 3 . ....... ........... ATFACHMEr4l No.I S6II1:E m S OF S.0 Invitation to Bid and Instructions to Bidders 002113-3 Residential Street Rebuild Project(RSRP) (ID/1Q) Bid Part 1&2, Project No. E17019 Rev 01-13-2016 ARTICLE Ci—E'XAMI'NATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, inclluding 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 r6lated supplemental data. E. Determine that the Contract Documents,Addenda, and the related supplemental data are generaliy sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6,012 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 alll questions about the meaning or intent of the Contract Documents,Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcas,tusa.coom. 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. 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 wifl be binding. Oral and other interpretations or clarifications,will be without legal effect. ............... ADDENDUM 3 ._w.............._.__.....................m.___.. AT TACIHMEN'r ............................. SHEU4 OF 10 Invitation to Bid and Instructions to Bidders 00 21 13-4 Residential Street Rebuild Project(RSRP) (11D/IQ) Bid Part 1&2, Project No. E17019 Rev 01-13-2016 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, 8.012 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 Bondl 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 iname and the job name and number and delivered as required in Article 7 below. 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 Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ............ ADDENDUM 3 ................... ATTACH MENT"Nol SH EE'r 5 OF 10 Invitation to Bid and Instructions to Bidders 002113-5 Residential Street Rebuild Project(RSRP) (iD/IQ) Bid Part 1&2, Project No. E17019 Rev 01-13-2016 ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the O�wmer'sBidding Website. Complete all blanks mnthe Bid Form bvtyping Vrprinting inink. Indicate 8[d prices for each Bid item or alternate shown. 91.02 Execute the Bid Acknowledgement Form as indicated in the document a,nd include evidence of authority Losign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated tuverify that the Addenda were received. A Bid that does not acknowledge the receipt ofall Addenda may beconsidered mon-respoosive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid inthe Bid Acknowledgement Form, 91.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas o/covenant tmobtain such qualification prior tnaward mfthe Contract. ARTICLE 10—CONFIDENTIALITY OFBID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information ioBids are not open for public inspection. Bids vvNUbeopened |mamanner 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 isawarded, but trade secrets and confidential information in Bids are not typically open for public ins�ection. The Owner will protect this information tpthe extent aUmvvedbyLaws and Regulations. Clearly indicate whiich specific documents are considered to be trade secrets or confidential information bystampingorm/atermarkingm|| suchdocummeotsvvithtbevvm[d ^cuOfidenba|" pronmiment1yun each page nrsheet mrmmthe cover ofbound docurmemts,. Place "comMdentia[° stamps or watermarks so that they do not obscure any of the required information, on the document, either inthe original or[maway that would obscure any vfthe required information ioa photocopy nfthe document. Photocopies of"eun0demtia|" documents will bemade only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents wil:l 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 bVthe Bidder. ARTICLE 1l—MODIFICATION {}RWITHDRAWAL OFBID 11.81 ABid may bewithdrawn byaBidder, provided ainauthorized individual ofthe Bidder submits a written request towithdraw the Bid prior tnthe time set for opening the Bids. 1I.82 A Bidder may withdraw its Bid within 24hours after Bids are opened ifthe Bidder files nsigned written, notice with the owner and promptly, but nulater than 3 days, thereafter demonstrates tothereasonab|esaUsfact|onmfthe0xvmertbatthemewvasamater|aKandswbstantiaUmixtakeim the preparation mfits Bid. The Bid Security will bereturned ifitis clearly demonstrated tothe Owner that there was amaterial and substantial mistake ioits Bid. ABidder that requests to A[WIAMENTNo.l Invitation to Bid and Instructions to Bidders 002113-6 Residential Street Rebuild Projeot(RSRP) (1D/|Q) Bid Part I &2' Project No. E17019 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 $1,000,000 Per Occurrence Hazard $2,000,000 Aggregate 6. Contractual Liability 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 IN Not Required Insurance Requirements 00 72 01- 1 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&2, Project No. E17019 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 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&2, Project No. E17019 Rev 06-22-2016 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 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&2, Project No. E17019 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 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&2, Project No. E17019 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 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&2, Project No. E17019 Rev 06-22-2016 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 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&2, Project No. E17019 Rev 06-22-2016 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 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&2, Project No. E17019 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 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&2, Project No. E17019 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 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&2, Project No. E17019 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 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&2, Project No. E17019 Rev 06-22-2016 1 1 i 009101 ADDENDUM NUMBER 6 Residential Street Rebuild Project (RSRP) (ID/IQ) Bid Project: Part 1 & 2, Project No. E17019 project Number: E17019 Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P.E. Engineering Services Hanson Professional Designer: Gabriel Ortiz, P.E.,CFM Services l Addendum No. 6 Specification Section: 00 9101 Issue Date: 25 May 2018 .. ..... — – Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Farm may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this i, Addendum. Approved y- 04A 0 1 J.I . monds, P.E. _.Date Addendum Items: To delay bid opening by two weeks. New bid date:June 13 2018 Questions accepted in CivCast until 5:00 p.m. on Wednesday,June 6, 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,June 13,2018. The time and location for the recut of Bids remains unchanged. END OF ADDENDUM NO. 6 Addendum No.6 00 91 01- 1 Residential Street Rebuild Project(RSRP) (ID/IQ)Bid Part 1& 2, Project No. E1.7019 Rev 01-13-2016 j Jr j rl 1 009101 ADDENDUM NUMBER 7 t i Residential Street Rebuild Program (RSRP)(117/IQ) Bid Project: Part 1&2 ..__ .... ..._ _. Project j,e.c....t. Number: _u.m. ..b.._e_._r._:__E_.1.....7.__...1.__9 . RE Owner: Cityof Corpus Christi City Engineer: J.H. Edmonds, P.E. En ineerin Services Hanson Professional Designer: Gabriel Ortiz, P.E g CF MServices G e..._..... ....... .. ........._1-1........ ....._._ ... .......... ..._.._....._.._._ _........... ....__............ . ......_._ Addendum No. 07 Specification Section: 00 9101 Issue Date 06/07/2018 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, modifications or deletions to the Contract Documents described in this Addendum. Approved by: [Designer] Gabriel Ortiz, P E, CFM 06/07/2018 Name Dace r Addendum items: l Front End Documents « Revised 00 30 01 Bid Form (Attachment No.1) � OF .OW � t�l "ABI I.; J. C�RTI2 � P 114464 wAV 410ENSoo �a.»�w., 1 t Hannon Professional Services, Inc. 1) r% TBPE Firm Reg. No, F-000417 ARTICLE 1--BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. 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. r r l 1 Addendum No. 7 00 9101-1 Residential street Rebuild Project(RSRP)(lD/1Q)Bid Part 1.&2,Project No.E17019 Rev 01-13-2016 0 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 30 01, Bid Form: 1, Delete: Section 00 30 01. Bid Form in its entirety. 2. Add: Section 00 30 01 Bid Form in its entirety(Attachment 1). B. SECTION 0129 01, Measurement and Basis of Payment: 1. Delete: Section 1..03 !Measurement and Basis for Payment Base Bid Items. YY. Bid Item DS, Impervious Barrier in its entirety. ARTICLE 2--MODIFICATIONS TO THE SPECIFICATIONS OR TECHNIICAL SPECIFICATIONS. None Associated with Addendum 7. ARTICLE 3- MODIFICATIONS TO THE DRAWINGS None Associated with Addendum 7. ARTICLE 4—QUESTIONS AND CLARIFICATIONS 4.01 QUESTIONS None Associated with Addendum 7. 4.02 CLARIFICATIONS None Associated with Addendum 7. END OF ADDENDUM NO. 7 Addendum No. 7 009101-2 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&2, Project No. E17019 'Rev 01-13-2016 00 30 01 BID FORM Project Name: Residential Street Rebuild Project (RSRP) (ID/IQ) Bid Part 1&2 Project Number: E17019 Owner: City of Carpus Christi Bidder. ' OAR: Designer: Hanson Professional Services Inc, Basis of Bid Base Bid Part 1 Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-A1 MOBILIZATION(MAX,5%) LS 1 1-A2 BONDS&INSURANCE LS 1 �% „�,.,�;i%; 1-A3 STORMW'ATER POLLUTION PREVENTION PLAN(PER STREET SEGMENT) EA 1.4 i 1-A4 OZONE ACTION DAYS DAY 4 1 A5 RECONSTRUCTION SECTION TRAFFIC CONTROL(PLAN&PREPARATION, EA 3 , ,"'ii% /i MOBILIZATION&IMPLEMENTATION,AND ADJUSTMENTS) 1-A6 REHABILITATION SECTION TRAFFIC CONTROL(PLAN&PREPARATION, EA 11 '/lar pgw MOBILIZATION&IMPLEMENTATION,AND ADJUSTMENTS 1-A7 DOOR HANGERS, PRINTED AND DELIVERED(2 PER RESIDENCE) EA 682 1-A8 ALL-WEATHER MATERIAL FOR TEMPORARY DRIVEWAY ACCESS EA 104 / %iaJ;ii%'//iii SUBTOTAL PART A-GENERAL(Items 1-A1 thru 1-A8) Part B-STREE'TIMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) REMOVE AND DISPOSE OF EXISTING TOP LAYER OF PAVEMENT ;�����'„ %%/ 1-131 SY 46134 �/ (ASPHALT) 1-132 FINAL SURFACE(1-INCH TYPE"D'HMAC) SY 1000 jII 1-133 FIINAL SURFACE(1..5-INCH TYPED'IHMAC) SY 4080 %%i"i%iii;;%j 1-134 FINAL SURFACE(2-INCH TYPE°D'HMAC) SY 20572 1-135 FINALSURFACE(2.5--INCHTYPE'D'HMAC) SY 100 !%� 1-136 FINALSURFACE(3-INCH TYPE°D'HMAC) SY 20582 1-137 PRIME COAT,MC-30(0.1.5 GAL/SY) GAL 6021 /�;,, 1-138 CRUSHED LIMESTONE BASE(TYPE A,GRADE 1-2) SY-IN 131454 P,;/i/,; i SEMI/ii 1--B9 GEOGRID,TENSAR TX-5 SY 19269 1-1310 GEOGRID,TENSAR TX-7 SY 5000 1-811 8-INCH'COMPACTED SUBGRADE SY 15356 i;/%/%i i,',!"%% 1-1312 8-INCH LIMESTABILIZED BASE AND SUBGRADE SY 6553 1-1313 CEMENT STABILIZED BASE CY 370 1-1314 SCARIFY AND RE-COMPACT EXISTING BASE SY 1800 1-B15 STREET EXCAVATION CY 2564 1-1316 RAISED PAVEMENT MARKERS(TYPE II-A-A)(FIRE HYDRANT MARKING) EA 23 1-1317 CONCRETE DRIVEWAY DEMOLITION SF 19032 1-B18 NEW STANDARD 6-INCH CONCRETE DRIVEWAY SF 19032 ii% 1-131.9 PAVEMENT REPAIR SF 500 1-1320 ADJUSTMENT OF EXISTING MANHOLE RING\COVER IN ROADWAY EA 25 1-821 WATER VALVE ADJUSTMENTS EA 10 1-1322 SPEED TABLES EA 3 1-1323 REMOVE EXISTING CHAIN LINK FENCE AND REPLACE WITH NEW LF 200 1-1324 REMOVE EXISTING WOODEN(FENCE AND REPLACE WITH NEW LF 200 !!; 1-1325 NEW REGULATORY SIGNAGE EA 15 .�.1'1,n111_11 Bid Farmrksa.L21 ti. Residential Street Rebuild Project(RSRP), Project No,F17019 acvOl-13-2016 00 30 01 BID FORM gLf1 F LRIP I N „ Lt IT IM1A t ON 010 151�D ►r�rl [ A> ) (Jr1 1-1326 RELOCATION OF EXIS'T'ING SIGNAGE EA 20 1-B27 REMOVAL OF EXISTING SIGNAGE EA 20 1-1328 SODDING SY 1800 1-B29 WATER SERVICE LINE ADJUSTMENTS LF 1621 h SUBTOTAL PART B-STREET IMPROVEMENTS(Items 1,61 thru 1,620) Part C-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-C1 4-INCH CONCRETE SIDEWALK SF 44041 1-C2 SIDEWALK DEMOLITION SF 44041 1-C3 SIDEWALK RETAINING CURB LF 300 1-C4 SIDEWALK RETAINING CURB DEMOLITION LF 300 /r 1-05 CONCRETE CURB RAMP SF 7614 1-C6 CURB RAMP DEMOLITIONSF 7614 ,ii//%; /i� " // %//%% 1-C7 TYPE"C' PREFABRICATED CROSSWALK STRIPING(12-INCH) LF 100 1-C8 TYPE"C' PREFABRICATED CROSSWALK STRIPING 24-INCH LF 730 1-C9 TYPE"C' PREFABRICATED STOP BAR STRIPING(24-INCH) LF 149 SUBTOTAL PART C-ADA IMPROVEMENTS(1-C1 THRU 1-C9) Part D-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-D1 CURB INLET(TOP RECONSTRUCTION,5'THROAT TYP,) EA 5 1-D2 NEW 4-INCH CURB&GUTTER LF 5870 1-D3 NEW 6-INCH CURB&GUTTER LF 5870 1-D4 DEMOLITION CURB&GUTTER(4-1%6"AND DRIVEWAY) LF 11741 x 95 IMPERVIOUS al aRER tF 0 1-D6 CURB INLET DEMOLITION(INLET TOP) EA 3 1-D7 SILT FENCE iSWPPP tiiiiii/� LF 200 1-D8 INLET PROTECTION(SWPPP) EA 97 ///� 1-D9 SIDEWALK DRAIN LF 20 SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(1.D1 THRU 1-D9) //i% Part E-ALLOWANCES(per SECTION 0123 10 ALTERNATES AND ALLOWANCES) 1-E1 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS LS 1 2--E2 ALLOWANCE FOR UNANTICIPATED WASTEWATER IMPROVEMENTS LS 1 11X, 0 i ,��i r 3-E3 ALLOWANCE FOR UNANTICIPATED STORM SEWER IMPROVEMENTS LS 1. ' 3-E4 ALLOWANCE FOR UNANTICIPATED STREET(IMPROVEMENTS LS 1 1G M �'„ „//// s-N SUBTOTAL PART E-ALLOWANCES (1-E1 THRU 1-E4) BASE BID PART I SUMMARY SUBTOTAL PART A-GENERAL(items 1-A1 thru 1-A8) SUBTOTAL PART B -STREET IMPROVEMENTS(Items 1-61 thru 1-B29) SUBTOTAL PART C-ADA IMPROVEMENTS1-C9 1-C1 thru Items ( ) 44 SUBTOTAL PART D- DRAINAGE IMPROVEMENTS(Items 1-D thru 1-D9) %%������� /i�� �iii444 SUBTOTAL PART E-ALLOWANCES(Items 1-E1 thru 1-E4) TOTAL PROJECT BASE BID PART 1(PARTS A THRU E) 177777777 iF Contract Times Bidder agrees to reach Substantial Completion in idays Bidder agrees to reach Final Completion in 280 days 8&R99aL BrB�tpOW%5 Bid Form �crri�Lwu�re��'a Residential Street Rebuild Project(RSRP), Project No.E17019 iii ®r-1 -tors CACI 30 01 BILI FORM Project Name: Residential Street Rebuild Project (RSRP) (ID/IQ,) Bid Part 1&2. Project Number: E17019 Owner: City of Corpus Christi Bidder: OAIR: Designer: Hanson Professional Services Inc. Basis of Bid ai(+ 1RraiTg, IAfi� fui1r � � Base Bid Part 2 Fart A--General(peer SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-A1 MOBILIZATION (MAX,5%) LS 1 2-A2 BONDS&INSURANCE LS 1 2-A3 STORMWATER POLLUTION PREVENTION PLAN(PER STREET SEGMENT) EA 18 2-A4 OZONE ACTION DAYS DAY 4 RECONSTRUCTION SECTION-TRAFFIC CONTROL(PLAN&PREPARATION, 2-A5 EA 7 MOBILIZATION&IMPLEMENTATION,AND ADJUSTMENTS) REHABILITATION SECTION-TRAFFIC CONTROL(PLAN&PREPARATION, �� �i!/,////,//,//,���"///'/"/"�,�,/�="/�,//////"�',�,,,,,2-A6 EA 1.1 /MOBILIZATION&IMPLEMENTATION,AND ADJUSTMENTS) ;'; / i/, ,;; /Q% i-A" 2-A7 DOOR HANGERS,PRINTED AND DELIVERED(2 PER RESIDENCE) EA 838 ' ///�, 2-A8 ALL-WEATHER MATERIAL FOR TEMPORARY DRIVEWAY ACCESS EA 102 SUBTOTAL PART A-GENERAL(Items 2-A1 thru 2-A8) Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) REMOVE AND DISPOSE OF EXISTING TOP LAYER OF PAVEMENT 2-B1 SY 54527 (ASPHALT) 2-B2 FINAL SURFACE(1 INCH TYPE'D' HMAC) SY 1000 2-B3 FINAL SURFACE(1.5-INCH TYPED'HMAC) SY 1614 2-B4 FINAL SURFACE(2-INCH TYPED' HMAC) SY 3191.5 2-B5 FINAL SURFACE(2..5-INCHTYPE'D'HMAC) SY 9991 2-B6 FINAL SURFACE(3-INCH T'YPE'D'HMAC} SY 11007 2-87 PRIME COAT,MC-30(0.15 GAL/SY) GAL 8181 2-B8 CRUSHED LIMESTONE BASE(TYPE A,GRADE 1-2) SY-IN 100614 2-B9 GEOGRID,TENSAR TX-5 SY 15410 >„' /ii 2-81.0 GEOGRID,TENSAR TX-7 SY 2500 2-81.1 8-INCH COMPACTED SUBGRADE SY 14569 '//''/ "% ",/2z 2-812 S-INCH LIMES'TABILIZED BASE AND SUBGRADE SY 2200 2-813... . CEMENT STABILIZED BASE CY 370 //�ij�///�a /%iiiiii" 2-814 SCARIFY AND RE-COMPACT EXISTING BASE SY 5000 /�, � 2-B15 STREET EXCAVATION CY 2,429 2-616 RAISED PAVEMENT MARKERS(TYPE II-A-A)(FIRE HYDRANT MARKING) EA 30 2-1317 CONCRETE DRIVEWAY DEMOLITION SF 1.'9517 %% 2-B18 NEW STANDARD 6-INCH CONCRETE DRIVEWAY SF 19517 !ii 2-819 PAVEMENT REPAIR SF 500 2-B20 ADJUSTMENT OF EXISTING MANHOLE RING\COVER IN ROADWAY EA 19j„//g/g/ 2-821 WATER VALVE ADJUSTMENTS EA 2 2-82.2 SPEED TABLES EA 2 2-823 REMOVE EXISTING CHAIN I-INK FENCE AND REPLACE WITH NEW LF 200 2-B24 REMOVE EXISTING WOODEN FENCE AND REPLACE WITH NEW LF 200 ��/ 2-B25 N EW REG U LATO RY SIG NAGE �a���urrarinnrw e Bid Form rkar��Fa�rra�vas. rwni�rm Residential Street Rebuild Project(RSRP),Project No. E1.7019 Rev 01-13-2016 00 30 01 BID FORM j It pt1Tt �a uc�(r ualry , ctrl 6* d"o UANTITY 2-1326 RELOCATION OF EXISTING SIGNAGE EA 2.0 2-1327 REMOVAL OF EXISTING SIGNAGE F-A 20 2-1328 SODDING SY 1800 2-1329 IWATER SERVICE LINE ADJUSTMENTS LF 1730 SUBTOTAL PART B-STREET IMPROVEMENTS('Items 2-Bl.thru 2-B29) �a Part C­ADA IMPROVE'MEN'TS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-C1 4-INCH CONCRETE SIDEWALK SF 40492 2-C2 SIDEWALK DEMOLITION SF 40492 2_0 SIDEWALK RETAINING CURB LF 300 2-C4 SIDEWALK RETAINING CURB DEMOLITION LF 300 2-05 CONCRETE CURB RAMP SF 8442 c., 2-C6 CURB RAMP DEMOLITION SF 8442 �������� ii v 2-C7 TYPE"C'PREFABRICATED CROSSWALK STRIPING(12--INCH) LF 100 2-C8 TYPE'C'PREFABRICATED CROSSWALK STRIPING(24-INCH) LF 670 2-C9 TYPE'C'PREFABRICATED STOP BAR STRIPING(24-INCH) LF 1.41 SUBTOTAL PART C-ADA IMPROVEMENTS(2-C1 THRU 2-C9) Part D-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-D1 CURB INLET(TOP RECONSTRUCTUON,5'THROAT TYP.) EA 5 ! %;i0;/ii,/ 2-132 NEW 4-INCH CURB&GUTTER LF 3277 2-D3 NEW 6-INCH CURB&GUTTER LF 3277 2-D4 DEMOLITION CURB&GUTTER(4",6"and Driveway) LF 6554 2-4�5 !MPERVIGUS BARRIER LF_ 9 2-136 CURB INLET DEMOLITION (INLET TOP) EA 3 2-D7 SILT FENCE(SWPPP) LF 200 2 D8 INLET PROTECTION(SW PPP) EA 87 ��� %a/!%,, ,,,,,. 2-D9 SIDEWALK DRAIN LF 20 SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(2-D1 THRU 2-D9) Part E-ALLOWANCES(per SECTION 0123 10 ALTERNATES AND ALLOWANCES) 2-E1 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS LS 1 2-E2 ALLOWANCE FOR UNANTICIPATED WASTEWATER IMPROVEMENTS LS 1 2-E3 ALLOWANCE FOR UNANTICIPATED STORM SEWER IMPROVEMENTS LS 1 2-E4 ALLOWANCE FOR UNANTICIPATED STREET IMPROVEMENTS LS 1JCw SUBTOTAL PART E-ALLOWANCE'S (2-E'1,THRU 2-E4) '� ;�a�`��, ° f„�, EASE BID PART 2 SUMMARY SUBTOTAL PART A-GENERAL(Items 2-A1 thiru 2-A8) SUBTOTAL PART B-STREET IMPROVEMENTS(Items 2-B1.thru 2-B29) SUBTOTAL PART C-ADA IMPROVEMENTS (Items 2-C1 thru 2-C9) ; %i/"' '/ ,..� SUBTOTAL PART D- DRAINAGE IMPROVEMENTS (Items 2-D thru 2-D9) SUBTOTAL PART E-ALLOWANCES(Items 2-E1 thru 2-E4) TOTAL PROJECT BASE BID PART 2(PARTS A THRU E) Contract Times Bidder agrees to reach Substantial Completion in 270 days Bidder agrees to reach Final Completion in 300 days _ �ssairo�,noa�wre a Bid Form �1 ) MiIMFI Tokra. 291 IT J Residential Street RebuildProject(RSRiP), Project No, E17019 Rev 01-13-2016 ®a 38 01 BID FORM' Project Name: Residential Street Rebuiid Project(RSRP)(ID/IQ) Bid Part 1&2 Project Number: E17019 Owner: City of Corpus Christi Bidder: OAR: Designer: Hanson Professional Services Inc. RASE RID PART I & 2 SUMMARY TOTAL PROJECT BASE BID PART 1 TOTAL.PROJECT BASE BID PART 2 TOTAL PROJECT BASE BID PART 1&2 ' Bid Form r9,zr�amrrq rar,mmr �wqu r Residential Street Rebuild Project(RSRP), Project No,E17019 Rev 01-13-2016 003000 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings,Specifications,and Contract Documents,this Bid Proposal is submitted by J Carroll Weaver, Inc. (type or print name of company)on: 2 PM Wednesday,May 9,2018 for E17019-Residential Street Rebuild Project (RSRP)(ID/IQ)Bid Part 1&2. 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,QvCastUSA.coirn. 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 1.201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid -Residential Street Rebuild Project(RSRP)(ID/IQ) Bid Part 1&2, Project No. E170,19 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- 0 L L Addendum No. Addendum Date Sign fure Acknrledging ,Receipt i ......................... 01 Aril 2018 02 May, 11, 2018 0,3 04 May 23, 2018 015 May 25, 2018 06 May 25 2018 07 June O�, 2018 Bid.Acknowledgement Form 00 30 00-1 Residential Street Rebuild Project(RSRP)(ID/IQ)Bid Part 1 2, Project No.E17019 Rev 01-13-2016 ARTICLE 3—BIDDER'S REPRESENTATIONS 101 The Bidder has examined and carefuHy studied the Contract Documents and the rather related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with andis satisfied as to the general, local, and Site condlitions that may affect cost, progress, and performance of the Work, 103 The Bidder is familiar with Laws and Regulations that may affect cost,progress,and performance of the Work. 104 The Bidder has,carefully studied the folloMng 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 they A. information known to Bidder; B. Mormation commonly known to contracto,rs,doing business in the locality of the Site; C, lnformation 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 ernpioyed by Bidder;and CBidder'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 Docurnents,and all additional examinations, investigations,explorations,tests,studies, and data with the Contract Documents. Did Acknowledgement Form 003000-2 Residential Street Rebuild!,Project(RSRP)(0/1Q)Bid Part 1&2, Project No. E17019 R(v DI-13-2016 110 The Bidder has given the OAR written notice of all confl,icts,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 rnay 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 Biidder'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 aH 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 circurnstances and developments have, in the opinion of the Owner,changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement,if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 2,50 days for Bid Part 1 and 270 days for Bid Part 2 after the date when the Contract Times commence to run as, Bid Acknowledgement Form 003000-3 Residential Street Rebuild Project(RSRP)(I /IQ)Bid Part 1&2, Project No, E17019 RevOl-13-2016 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 280 days for Bid Part I and 300 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 1.5.06 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. Cm SECTION 00 30 01 BID FORM, D. SECTION O'O 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS, E. SECTION 010 30 05 DISCLOSURE OF INTEREST. F. SECTION 0:0 30 06 NON.-COLLUSION CERTIFICATION, ARTICLE 8—DEFINED TERMS &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 Iegai 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 individuals)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, 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. Bid Acknowledgement Form 003000-4 Residential Street Rebuild Project(RSRP)(ID/IQ) Bid Part 1&2,Project No. E17019 Rev 01-13-2016 10.04 Bidders that are entities who are not inclividuals,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: J Carroll Weaver, Inc. 1Z %A yped or printed full legal name of Bidder) WF41ke" �By (individual's signature) Vaitne: Bennie Vickers (typed or printed) Tile: Vice President (typed or printed) Attest: (individual's signature) State of Residency: Texas Federal Tax Id. No, 74-1895212 Address for giving notices: P.O. Box 1361 Sinton, TX 78387-1361 Phone: 361-364-1569 Email: Ben n ie(&_icarrollweaverinc.com (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership,or joint venture.) END OF SECTION Bid Acknowledgement Form 003000-5 Residential!Street Rebuild Project(RSRP)(ID/IQ)Bid Part 1&2, Project No. E17019 Rev 01-13-2016 LL UAUTY-INTEGRITY l TON,TEXAS EST: 1946. ,Annual stockholder Mttt April 20, 2018 Present representing 100%of the company ownership.- Dirk Wristers, Nathan Taggart, Bennie Vickers,Gary Kelley Meeting was held t the offices of J. Carroll Weaver, Inc. 211 West Welder, irat e,IX No change in officers of the company: Nathan Taggart President Bennie Vickers Vice President Gary Kelley SecretaiN Discussed and pproved the audited 2017 End of Year,Financial Statement. Resolved by the officers of Jr Carroll Weaver, Inc. as follows: Nathan.t -rt President, 5enrfie Vick rs vire President 4and Garr Kelley General Manager, Inas the authority to sin ny and .11 bids for J. Carroll Weaver, Inc. including Texas Department of Transportation ion bids. Di5cussed short.and tong terin expectations as well a5 equipment and personnel rneeds. Meeting adjourned. , w 'P 'trn art ­ President Gary Kelley—Secretary_ C'Iy(-'G\ "I Report Created On:6/13/2018 4:29:33 PM BID TOTALS BASE BID PART 1 Total PART A-GENERAL $451,018.90 PART B-STREET IMPROVEMENTS $2,039,996.86 PART C-ADA IMPROVEMENTS $897,268.75 PART D-DRAINAGE IMPROVEMENTS $492,530.87 PART E-ALLOWANCES $65,000.00 Total $3,945,815.38 BASE BID PART 2 Total PART A-GENERAL $486,749.84 PART B-STREET IMPROVEMENTS $2,008,314.61 PART C-ADA IMPROVEMENTS $874,732.10 PART D-DRAINAGE IMPROVEMENTS $300,699.00 PART E-ALLOWANCES $65,000.00 Total $3,735,495.55 BASE BID PART 1 PART A-GENERAL No. Description Unit Qty Unit Price Ext Price 1-A1 MOBILIZATION (MAX. 5%) LS 1 $178,000.00 $178,000.00 1-A2 BONDS AND INSURANCE LS 1 $29,120.00 $29,120.00 1-A3 STORMWATER POLLUTION EA 14 $1,344.00 $18,816.00 PREVENTION PLAN(PER STREET SEGMENT) 1-A4 OZONE ACTION DAYS DAY 4 $1,220.00 $4,880.00 1-A5 RECONSTRUCTION SECTION- EA 3 $10,640.00 $31,920.00 TRAFFIC CONTROL(PLAN & PREPARATION, MOBILIZATION& IMPLEMENTATION,AND ADJUSTMENTS) 1-A6 REHABILITATION SECTION- EA 11 $7,280.00 $80,080.00 TRAFFIC CONTROL(PLAN & PREPARATION, MOBILIZATION& IMPLEMENTATION,AND ADJUSTMENTS) 1-A7 DOOR HANGERS, PRINTED AND EA 682 $19.37 $13,210.34 DELIVERED(2 PER RESIDENCE) C'Iy(_'6\f "I Report Created On:6/13/2018 4:29:33 PM PART A-GENERAL No. Description Unit Qty Unit Price Ext Price 1-A8 ALL-WEATHER MATERIAL FOR EA 104 $913.39 $94,992.56 TEMPORARY DRIVEWAY ACCESS Sub Total: $451,018.90 PART B-STREET IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 1-131 REMOVE AND DISPOSE OF SY 46134 $2.84 $131,020.56 EXISTING TOP LAYER OF PAVEMENT(ASPHALT) 1-B2 FINAL SURFACE(1 INCH TYPE'D' SY 1000 $7.41 $7,410.00 HMAC) 1-B3 FINAL SURFACE(1.5 INCH TYPE'D' SY 4980 $13.53 $67,379.40 HMAC) 1-B4 FINAL SURFACE(2 INCH TYPE'D' SY 20572 $12.49 $256,944.28 HMAC) 1-B5 FINAL SURFACE(2.5 INCH TYPE'D' SY 100 $15.70 $1,570.00 HMAC) 1-B6 FINAL SURFACE(3 INCH TYPE'D' SY 20582 $15.22 $313,258.04 HMAC) 1-B7 PRIME COAT, MC-30(0.15 GAL/SY) GAL 6921 $4.15 $28,722.15 1-B8 CRUSHED LIMESTONE BASE(TYPE SY-IN 131454 $3.64 $478,492.56 A, GRADE 1-2) 1-B9 GEOGRID,TENSAR TX-5 SY 19269 $2.66 $51,255.54 1-1310 GEOGRID,TENSAR TX-7 SY 5000 $2.66 $13,300.00 1-1311 8-INCH COMPACTED SUBGRADE SY 15356 $4.39 $67,412.84 1-1312 8-INCH LIME STABILIZED BASE SY 6553 $5.74 $37,614.22 AND SUBGRADE 1-1313 CEMENT STABILIZED BASE CY 370 $17.26 $6,386.20 1-1314 SCARIFY AND RE-COMPACT SY 1800 $3.64 $6,552.00 EXISTING BASE 1-1315 STREET EXCAVATION CY 2564 $9.45 $24,229.80 1-1316 RAISED PAVEMENT MARKERS EA 23 $11.20 $257.60 (TYPE II-A-A)(FIRE HYDRANT MARKING) 1-1317 CONCRETE DRIVEWAY SF 19032 $6.36 $121,043.52 DEMOLITION 1-1318 NEW 6-INCH CONCRETE SF 19032 $11.29 $214,871.28 DRIVEWAY 1-1319 PAVEMENT REPAIR SF 500 $27.15 $13,575.00 C'Iy(-,G\f,"I Report Created On:6/13/2018 4:29:33 PM PART B-STREET IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 1-B20 ADJUSTMENT OF EXISTING EA 25 $2,240.00 $56,000.00 MANHOLE RING\COVER IN ROADWAY 1-B21 WATER VALVE ADJUSTMENTS EA 10 $448.00 $4,480.00 1-B22 SPEED TABLE EA 3 $12,639.69 $37,919.07 1-B23 REMOVE EXISTING CHAIN LINK LF 200 $56.00 $11,200.00 FENCE AND REPLACE WITH NEW 1-B24 REMOVE EXISTING WOODEN LF 200 $72.80 $14,560.00 FENCE AND REPLACE WITH NEW 1-B25 NEW REGULATORY SIGNAGE EA 15 $840.00 $12,600.00 1-B26 RELOCATION OF EXISTING EA 20 $672.00 $13,440.00 SIGNAGE 1-B27 REMOVAL OF EXISTING SIGNAGE EA 20 $168.00 $3,360.00 1-B28 SODDING SY 1800 $9.95 $17,910.00 1-B29 WATER SERVICE LINE LF 1621 $16.80 $27,232.80 ADJUSTMENTS Sub Total: $2,039,996.86 PART C-ADA IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 1-C1 4-INCH CONCRETE SIDEWALK SF 44041 $8.68 $382,275.88 1-C2 SIDEWALK DEMOLITION SF 44041 $5.13 $225,930.33 1-C3 SIDEWALK RETAINING CURB LF 300 $40.05 $12,015.00 1-C4 SIDEWALK RETAINING CURB LF 300 $3.92 $1,176.00 DEMOLITION 1-05 CONCRETE CURB RAMP SF 7614 $27.64 $210,450.96 1-C6 CURB RAMP DEMOLITION SF 7614 $6.03 $45,912.42 1-C7 TYPE'C' PREFABRICATED LF 100 $11.20 $1,120.00 CROSSWALK STRIPING (12-INCH) 1-C8 TYPE'C' PREFABRICATED LF 730 $20.16 $14,716.80 CROSSWALK STRIPING (24-INCH) 1-C9 TYPE'C' PREFABRICATED STOP LF 149 $24.64 $3,671.36 BAR STRIPING(24-INCH) Sub Total: $897,268.75 C'Iy(-'6\f "I Report Created On:6/13/2018 4:29:33 PM PART D-DRAINAGE IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 1-D1 CURB INLET(TOP EA 5 $5,040.00 $25,200.00 RECONSTRUCTION, 5'THROAT TYP.) 1-D2 NEW 4-INCH CURB AND GUTTER LF 5870 $23.63 $138,708.10 1-D3 NEW 6-INCH CURB AND GUTTER LF 5870 $23.63 $138,708.10 1-D4 CURB&GUTTER DEMOLITION LF 11741 $12.87 $151,106.67 (4",6"AND DRIVEWAY) 1-D6 CURB INLET DEMOLITION(INLET EA 3 $896.00 $2,688.00 TOP) 1-D7 SILT FENCE(FOR SWPPP) LF 200 $5.60 $1,120.00 1-D8 INLET PROTECTION(FOR SWPPP) EA 97 $280.00 $27,160.00 1-D9 SIDEWALK DRAIN LF 20 $392.00 $7,840.00 Sub Total: $492,530.87 PART E-ALLOWANCES No. Description Unit Qty Unit Price Ext Price 1-E1 ALLOWANCE FOR UNANTICIPATED LS 1 $20,000.00 $20,000.00 WATERIMPROVEMENTS 1-E2 ALLOWANCE FOR UNANTICIPATED LS 1 $20,000.00 $20,000.00 WASTEWATER IMPROVEMENTS 1-E3 ALLOWANCE FOR UNANTICIPATED LS 1 $15,000.00 $15,000.00 STORM SEWER IMPROVEMENTS 1-E4 ALLOWANCE FOR UNANTICIPATED LS 1 $10,000.00 $10,000.00 STREET IMPROVEMENTS Sub Total: $65,000.00 BASE BID PART 2 PART A-GENERAL No. Description Unit Qty Unit Price Ext Price 2-A1 MOBILIZATION (MAX. 5%) LS 1 $165,000.00 $165,000.00 2-A2 BONDS AND INSURANCE LS 1 $29,120.00 $29,120.00 2-A3 STORMWATER POLLUTION EA 18 $1,344.00 $24,192.00 PREVENTION PLAN(PER STREET SEGMENT) 2-A4 OZONE ACTION DAYS DAY 4 $1,120.00 $4,480.00 C'Iy(_'6\f "I Report Created On:6/13/2018 4:29:33 PM PART A-GENERAL No. Description Unit Qty Unit Price Ext Price 2-A5 RECONSTRUCTION SECTION- EA 7 $10,640.00 $74,480.00 TRAFFIC CONTROL(PLAN & PREPARATION, MOBILIZATION& IMPLEMENTATION,AND ADJUSTMENTS) 2-A6 REHABILITATION SECTION- EA 11 $7,280.00 $80,080.00 TRAFFIC CONTROL(PLAN & PREPARATION, MOBILIZATION& IMPLEMENTATION,AND ADJUSTMENTS) 2-A7 DOOR HANGERS, PRINTED AND EA 838 $19.37 $16,232.06 DELIVERED(2 PER RESIDENCE) 2-A8 ALL-WEATHER MATERIAL FOR EA 102 $913.39 $93,165.78 TEMPORARY DRIVEWAY ACCESS Sub Total: $486,749.84 PART B-STREET IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 2-131 REMOVE AND DISPOSE OF SY 54527 $2.84 $154,856.68 EXISTING TOP LAYER OF PAVEMENT(ASPHALT) 2-132 FINAL SURFACE(1 INCH TYPE'D' SY 1000 $7.41 $7,410.00 HMAC) 2-133 FINAL SURFACE(1.5 INCH TYPE'D' SY 1614 $13.53 $21,837.42 HMAC) 2-134 FINAL SURFACE(2 INCH TYPE'D' SY 31915 $12.49 $398,618.35 HMAC) 2-135 FINAL SURFACE(2.5 INCH TYPE'D' SY 9991 $15.70 $156,858.70 HMAC) 2-136 FINAL SURFACE(3 INCH TYPE'D' SY 11007 $15.22 $167,526.54 HMAC) 2-137 PRIME COAT, MC-30(0.15 GAL/SY) GAL 8181 $4.15 $33,951.15 2-138 CRUSHED LIMESTONE BASE(TYPE SY-IN 100614 $3.64 $366,234.96 A, GRADE 1-2) 2-139 GEOGRID,TENSAR TX-5 SY 15410 $2.66 $40,990.60 2-1310 GEOGRID,TENSAR TX-7 SY 2500 $2.66 $6,650.00 2-1311 8-INCH COMPACTED SUBGRADE SY 14569 $4.39 $63,957.91 2-1312 8-INCH LIME STABILIZED BASE SY 2200 $5.74 $12,628.00 AND SUBGRADE 2-1313 CEMENT STABILIZED BASE CY 370 $17.26 $6,386.20 2-1314 SCARIFY AND RE-COMPACT SY 5000 $3.64 $18,200.00 EXISTING BASE C'Iy(-,G\f,"I Report Created On:6/13/2018 4:29:33 PM PART B-STREET IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 2-1315 STREET EXCAVATION CY 2429 $9.45 $22,954.05 2-1316 RAISED PAVEMENT MARKERS EA 30 $11.20 $336.00 (TYPE II-A-A)(FIRE HYDRANT MARKING) 2-1317 CONCRETE DRIVEWAY SF 19517 $6.36 $124,128.12 DEMOLITION 2-1318 NEW 6-INCH CONCRETE SF 19517 $11.29 $220,346.93 DRIVEWAY 2-1319 PAVEMENT REPAIR SF 500 $27.15 $13,575.00 2-1320 ADJUSTMENT OF EXISTING EA 19 $2,240.00 $42,560.00 MANHOLE RING\COVER IN ROADWAY 2-1321 WATER VALVE ADJUSTMENTS EA 2 $448.00 $896.00 2-1322 SPEED TABLE EA 2 $12,639.00 $25,278.00 2-1323 REMOVE EXISTING CHAIN LINK LF 200 $56.00 $11,200.00 FENCE AND REPLACE WITH NEW 2-1324 REMOVE EXISTING WOODEN LF 200 $72.80 $14,560.00 FENCE AND REPLACE WITH NEW 2-1325 NEW REGULATORY SIGNAGE EA 15 $840.00 $12,600.00 2-1326 RELOCATION OF EXISTING EA 20 $672.00 $13,440.00 SIGNAGE 2-1327 REMOVAL OF EXISTING SIGNAGE EA 20 $168.00 $3,360.00 2-1328 SODDING SY 1800 $9.95 $17,910.00 2-1329 WATER SERVICE LINE LF 1730 $16.80 $29,064.00 ADJUSTMENTS Sub Total: $2,008,314.61 PART C-ADA IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 2-C1 4-INCH CONCRETE SIDEWALK SF 40492 $8.68 $351,470.56 2-C2 SIDEWALK DEMOLITION SF 40492 $5.13 $207,723.96 2-C3 SIDEWALK RETAINING CURB LF 300 $40.06 $12,018.00 2-C4 SIDEWALK RETAINING CURB LF 300 $3.92 $1,176.00 DEMOLITION 2-05 CONCRETE CURB RAMP SF 8442 $27.64 $233,336.88 2-C6 CURB RAMP DEMOLITION SF 8442 $6.03 $50,905.26 2-C7 TYPE'C' PREFABRICATED LF 100 $11.20 $1,120.00 CROSSWALK STRIPING (12-INCH) C'Iy(-'6\f "I Report Created On:6/13/2018 4:29:33 PM PART C-ADA IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 2-C8 TYPE'C' PREFABRICATED LF 670 $20.16 $13,507.20 CROSSWALK STRIPING (24-INCH) 2-C9 TYPE'C' PREFABRICATED STOP LF 141 $24.64 $3,474.24 BAR STRIPING(24-INCH) Sub Total: $874,732.10 PART D-DRAINAGE IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 2-D1 CURB INLET(TOP EA 5 $5,040.00 $25,200.00 RECONSTRUCTION, 5'THROAT TYP.) 2-D2 NEW 4-INCH CURB AND GUTTER LF 3277 $23.63 $77,435.51 2-D3 NEW 6-INCH CURB AND GUTTER LF 3277 $23.63 $77,435.51 2-D4 CURB&GUTTER DEMOLITION LF 6554 $12.87 $84,349.98 (4",6"AND DRIVEWAY) 2-D6 CURB INLET DEMOLITION(INLET EA 3 $986.00 $2,958.00 TOP) 2-D7 SILT FENCE(FOR SWPPP) LF 200 $5.60 $1,120.00 2-D8 INLET PROTECTION(FOR SWPPP) EA 87 $280.00 $24,360.00 2-D9 SIDEWALK DRAIN LF 20 $392.00 $7,840.00 Sub Total: $300,699.00 PART E-ALLOWANCES No. Description Unit Qty Unit Price Ext Price 2-E1 ALLOWANCE FOR UNANTICIPATED LS 1 $20,000.00 $20,000.00 WATERIMPROVEMENTS 2-E2 ALLOWANCE FOR UNANTICIPATED LS 1 $20,000.00 $20,000.00 WASTEWATER IMPROVEMENTS 2-E3 ALLOWANCE FOR UNANTICIPATED LS 1 $15,000.00 $15,000.00 STORM SEWER IMPROVEMENTS 2-E4 ALLOWANCE FOR UNANTICIPATED LS 1 $10,000.00 $10,000.00 STREET IMPROVEMENTS Sub Total: $65,000.00 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. El Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of X 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. '0) i�"' Bidder: - WE4 Company Name: J. Carroll Weaver, Inc. or printed) By: (s*5-ture attach evidence of—outho—rity to sign) Name: Bennie Vickers (typed or printed) Title: Vice President Business address: P.O. Box 1361 Sinton, TX 78387-1361 Phone: 361-364-1569 Email: Bennie@jr-arrollweaverinc.com END OF'SECTION Compliance to State Law on Nonresident Bidders 003002-1 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&2, Project No. E17019 11-25-2013 LL CONTRACTOR SAFEIY, QUALITY-INTEGRITY T ,TEXAS ESt x'946 Annual lr April 20, 2,018 Present representing:100%ofthe cr rnpany ownership .- Dirk Wristers, Nathan Taggart, Bennie°rrickers, Gary Kepley Meedng was lead at the offices oaf,j. Carroll Weaver, Inc. 211 West Welder, Sinton,TX, No changL; in officers of the company: Nad°rran Taggart President Bennie"dickers "dice PresidelrIt Gary KeHey S ecretary Discussed and approved the aUdited 2017 End ray Year Financial Statemezit, Resolved by the officers of J. Carroll Weaver, Inc, -as follows- Nathan Taggart President, Bennie Vickers Vice President and roary <e�fey G—eneral Manager, has the authority to sign any and all bids for J. Carroll Weaver, inc, including leets Department of Transportation lids. Discussed shoat and longterm expectations as well as equipment and personnel needs.. Meeting adjourned. Nathan Taggart President uw_ � r� ��u �� 091 � V Gary Kelley—Secretary M_ 1 �� ��r �i a`! 00 30 05 City of Carpus Christi Disclosure of Interest CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or Cnxis seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable., answer with"NAS'. See reverse side for Filing Requirements,Certifications and definitions. COMPANY NAME: J. Carroll Weaver, Inc. STREET P. O.BOX: 1361 ADDRESS 211 West Welder Cl'l"'Y": Sinton STATE: Texas ZIP: 78387 - 1361 FIRM IS: 1. Corporation 2. Partnership 3. Sole Owner El 4. Association 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 "employce" of the City of Corpus Christi having an ownership interest" constituting 3% or more of the ownership in the above named "firm." Name NA Job Title and City Department(if known) 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." Narne Title ISA 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3%n or more of the ownership in the above named "firm." Name Board, Commission or Committee NA 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 narned"firm." Name Consultant hl'A Casty of Corpus Christi 003005— 1. Residential.Street Rebuild Project(RSRP)(IDAQ)Bid Part l &2, Project.No.E17019 Rev 01-13-2016 FILING REQUIREMENTS If a person who renests 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 writingto the City official, employee or body that has been requested to act in the matter, unless the interest of the City offcial or employee in. the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental .statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Bennie Vickers,, --gyp Cit Vice President (Type or Print) 6 Signature of Certifying Person: Date: 05/09/18 67 :`• C DEFINITIONS a. "Board mernf er." A member of any board, commission, or committee appointed by the City Council of the City of `s Christi, Texas. b,N d'91c benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part-time basis, but not as an independent contractor. d. "Firm." ,Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship,, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division heads, and Municipal Court.fudges of the City of Carpus 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 00 30 05 — l Residential Street Rebuild Project(RSRP)(ID/1Q)Bid Part 1 &2,Project No.E,17019 Rev 01-13-2016 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: Residential Street Rebuild Project,.IRSRP) (ID/IQ) Bid Part 1&2 E17019 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, to,111111111, WE�Pppny Name: J. Carroll Weaver, Inc. (typ or printed) By- (sig'nFo`iure attach evidence of authority to sign) Nance Bennie Vickers SAI (typed or printed) N, Title: Business address: P.O. Box 1361 Sinton, TX 78387-1361 Phone: 361-364-1569 Email: Bennie @jcarrotlweaverinc.com END OF SECTION Non-Collusion Certification 00 30 06-1 Residential Street Rebuild Project(RSRP) (ID/1Q) Bid Part I&2, Project No. E17019 11-25-2013 OIL SAFETY A QUALITY-I N'TEGRITY SINTON,TEXAS EST"946 r��i stockholder m i April 20,2018 Present representing w 00%of the company ownership: Dirk Wrist yrs, NathanTaggart, Bnnnie'Vickers, Garj Kelley Meeting was held at the offices of,l. Carroll'Weaver, Inc. 211 mast Walder,Sinton,TX. No change in officers of the company- Nathan xompany-N athan Taggart President Bernie Vickers Vice President Gary KeHeV Secretary Discussed and @p roved the audited 2017 End of Year Financial' taterraent. Resolved by the officers of 1. Carroll Weaver,ver, Inc. as ollows: Nathan Taggart President, Bennie Vickers Vice President and Gary K'elfey General Manager, has the authority to sign any and all Mitis for J, Carroll Weaver, Inc. including Texas eP rtnient, of Transportation bids. Discussed :short and long term expectations as well as equipment and personnel needs. Meeting adjourned- athan Taggart-President Gary elle —Secretary,� The The Hanover Insurance Company I 440 Lincoln Street,Worcester,MA 01653 Hanovercitizens insurance Company of America 1645 West Grand River Avenue,Howeg,,MI 48843 4 Insurance Groupo Massachusetts Bay Insurance Company i 440 Lincoln Street,Worcester,M.A.01653 Bid Bond KNOW ALL MEN BY THESE PRESENTS,that we, the undersigned, J.CARROLL WEAVER,INC. hereinafter called Principal,and THE HANOVER INSURANCE COMPANY,a corporation established under the laws of the State of New Hampshire, and/or MASSACHUSETTS BAY INSURANCE COMPANY, a corporation established under the laws of the State of New Hampshire and having their principal office in Worcester,Massachusetts,as Surety, hereinafter called Surety,are held and firmly bound unto CITY OF CORPUS CHRISTI as Obligee, in the penal sum of FIVE PERCENT OF THE GREATEST AMOUNT BID (5%G.A3,) Dollars for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors administrators,successors and assigns, The condition of the above obligation is such that whereas the Principal has submitted to the CITY OF CORPUS CHIUSTI a certain Bid,attached hereto and hereby made a part hereof,to enter into a contract in writing for RESIDENTIAL STREET REBUILD PROJECT(RSRP)(ID/IQ)PROJECT NO.E17019-BID PART 2 NOW,THEREFORE, (a) If said Bid shall be rejected, or in the alternate (b) If said Bid shall:,be accepted and the Principal shall execute and'deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract,and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Nd, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by an extension of the time within which the Owner may accept such Bid; and: Surety does hereby waive notice of any such extension. SIGNED, SEALED AND DATED this 13TH day of JUNE 2018 J.CARR06L WEAVER,INC, (Principal B -(Seal) W4 -1 MASSACHUSETTS BAY INSURANCE COMPANY Q Z C'J BY (Seal) Ar (Attorney-in-fact) THE HANOVER INSURANCE COMPANY BY ► (Seal) 470A1, M RY ELLEN ORE (Attorney-in-fact) 141-0787(10/04) THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of Now Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan,(hereinafter'individually and collectivelythe"Company")does hereby constitute and appoint, Steve Addkison, Mary Ellen Moore, Cathleen Hayles,Aaron J. Endris and/or Tricla Balolong Of Higginbotham & Assoc. Inc. of Corpus Christi, TX each individually, if there be more than one named, as its true and lawful attorneys)-in-fact to sign,execute, sea],acknowledge and deliver for,and on its behalf,and as its act and deed any place within the United States,any and all surety bonds,recognizances,undertakings,or other surety obligations.The execution of such surety bonds, recognizances,undertakings or surety obligations,in pursuance of these presents,shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company,in their own proper persons.Provided however,that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Thirty Million and Noli 00($30,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys-in-fact of the Company,in its name and as it acts,to execute and acknowledge for and on its behalf as surety, any and all bonds,recognizances,contracts of indemnity,waivers of citation and all other writings obligatory in the nature thereof,with power to attach thereto the seal of the Company.Any such writings so executed by such Attorneys-in-fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED:That any and all Powers of Attorney and Certified Copies of such Powers of Attomey and certification in respect thereto,granted and executed by the President or Vice President in conjunction with any Vice President of the Company,shall be binding on the Companyto the same extent as if all signatures therein were manually affixed,even though one or more of any such signatures thereon may be facsimile. (Adopted October 7, 1981—The Hanover Insurance Company;Adopted April 14, 1982—Massachusetts Bay Insurance Company',Adopted September 7,2001—Citizens Insurance Company of America) IN WITNESS WHEREOF,THE HANOVER INSURANCE COMPANY,MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals,duly attested by two Vice Presidents,this 17Ch day of February, 2016. 'THE HANOVER INSURMCE COMPANY MASSACRUSMS SAY=VRA$�g E COMPANY C LIRANCE,OMPANY OF AWRICA Vict Presidmi THE K"OVER INSUftANor COMPANY h I -RUSM7 �2 %� qu��=,pv- THE COMMONWEALTH OF MASSACHUSETTS 77T COUNTY OF WORCESTER )ss. M�V,_� On this 17th day of February, 2016 before me came the above named Vice Presidents �The' Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America,to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America,respectively,and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument bythe authority and direction of said Corporations. _A OIANI J_MARINO Qwn"w Dime 1 Not�q pabfic Mato 41 9= My Cc nun iioa E-Api�k1amb 4,201-2 1,the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,hereby certify that the above and foregoing is a full,true and correct copy of the Original Power of Attorney issued by said Companies,and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 13TH day of JUNE, 2018 CERTMED COPY Z - ~ The Hanover Insurance Company|*munmmnnmWorcester,wmn16s o�m���c��r��e�|«me�������.*�u ��� ~ ��n�Gr��° Massachusetts Bay Insurance Company|*wunco/^m�Worcester,m*m65s Bid Bond KNOW ALL MEN BY THESE PRESENTS,that we,the undersigned, J, CARROLL WEAVER,INC. hereinafter called Principal,and THE HANOVER INSURANCE COMPANY, a corporation established under the laws of the State of New Hampshire, and/or MASSACHUSETTS BAY INSURANCE COMPANY, a corporation established under the laws of the State of New Hampshire and having their principal office in Worcester,Massachusetts,as Surety, hereinafter called Surety,are held and firmly bound unto CITY OF CORPUS CHRISTI as Ob|igee, in the penal sum ofFIVE PERCENT OF T14E GREATEST AMOUNT BID (5%G.A.B ) — |�� for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors administrators,successors and assigns. The condition ofthe above obligation is such that whereas the Principal has submitted tnthe CITY 0FCORPUS CHRISTI acertain Bid,attached hereto and hereby made apart hereof,toenter into acontract inwriting for RESIDENTIAL STREET REBUILD PROJECT(RSRP)QD/IQ)PROJECT NO.El 7019-BID PART I NOW,THEREFORE, (a) |fsaid Bid shall be rejected, orinthe alternate (b) |fsaid Bid shall b d and the Principal shall execute and deliver h of Contract hod hereto (properly completed in accordancewith said Bid) and -shall furnish a bond for his faithful performance of said contract,and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects pmNbnn the agreement created by the acceptance of said Bid, Them this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability ufthe Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value eceived, hereby stipulates and agrees that the obligations of said Surety and its bond shaIi be in no way impaired or affected by an extension of the time within which the Owner may accept such Nd; and Surety does hereby waive notice ofany such extension, SIGNED, SEALED AND DATED this 13TH dayo 2018 TCADROL All We «�r ��� -- U MASSACHUSETTS BAY INSURANCE COMPANY BY (Sea]) <mtomq+/n-fam> THE HANOVER INSURANCE COMPANY IV ''"/,.�.0*o^^ o (Seal) THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY "HIS Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan,(hereinafter!ndlvii dually and cofiectivelythe"Company")does hereby constitute and appoint, Steve Addkison, Mary Ellen Moore, Cathleen Hayles,Aaron J. Endris and/or Tricia Balolong Of Higginbotham &Assoc. Inc. of Corpus Christ!, TX each individually, if there be more than one named, as its true and lawful attorneys)-in-fact to sign,execute, sea[,acknowledge and deliver for,and on its behalf, and as its act and deed any place within the United States,any and all surety bonds, recognizances,undertakings,or other surety obligations.The execution of such surety bonds, recognizances,undertakings or surety obligations,in pursuance of these presents,shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company,in their own proper persons.Provided however,that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Thirty Million and No/1 00($30,000,000:) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company,and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Moe President, be and they hereby are authorized and empowered to appoint Attomeys-in-fact of the Company,in its name and as it acts,to execute and acknowledge for and on its behalf as surety, any and all bonds,recognizances,contracts of indemnity,waivers of citation and all otherwritings obligatory in the nature thereof,with powerto attach thereto the seal of the Company.Any such writings so executed by such Attomeys-in-fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED:That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto,granted and executed by the President Or Vice President in conjunction with any Vice President of the Company,shall be binding on the Companyto the same extent as if all signatures therein were manually affixed,even though one or more of any such signatures thereon may be facsimile. (Adopted October 7, 1981—The Hanover Insurance Company-,Adopted April 14,1982—Massachusetts Bay Insurance Company,Adopted September 7,2001—Citizens Insurance Company of America) IN WITNESS WHEREOF,THE HANOVER INSURANCE COMPANY,MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals,duly attested by two Vice Presidents,this 17th day of February,2016. THE HANOvER WsORANct-CompAny MASSACHUSETTS SAY MI)RANCE COMPANY ZISURAN ��OM tilueu CE PANOF Y AMF-RMA 0490 FobeA'Fhomas,Vic,-Pnsid= 'rHr f"OVER INSVRANcEcomPANY AMA SHUSErT BAY I M CECOPAKY CIT EN 4 CE OF AMERirA THE COMMONWEALTH OF MASSACHUSETTS COUNTY OF WORCESTER )ss. J. V1_ On this 17th day of February, 2016 before me came the above named Vice Presidents The Hanover insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America,tome personally known to be the individuals and officers described herein,and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America,respectively,and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of MARINO said Corporations. —AL DIAN*J. :E131 "Ory P*Aft cr my CWwabiw E4*" Dime pubfir "emb 42= My eonti rasion Cxpi=klh 4,2(P-2 1,the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,hereby certify that the above and foregoing is a full,true and correct copy of the Original Power of Attomey issued by said Companies,and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts,this 13TH day of JUNE, 2018 -PY CERTIFIED CO- X C'Iy(-,G\ ,"I Report Created On:6/13/2018 4:29:34 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE Bennie Vickers 05/23/2018 9:19:12 AM Bennie Vickers 05/23/2018 9:19:14 AM Bennie Vickers 05/23/2018 9:19:15 AM Bennie Vickers 06/13/2018 8:48:15 AM Bennie Vickers 06/13/2018 8:48:17 AM Bennie Vickers 06/13/2018 8:48:19 AM Bennie Vickers 06/13/2018 8:48:20 AM C'Iy(-,G\ ,"I Report Created On:6/13/2018 4:29:34 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Bid Docs E17019 Specifications 4/16/2018 8:55:47 AM Plans E17019 Plans 4/16/2018 8:58:30 AM Other E17019 Bidders Worksheet#1 4/18/2018 9:43:24 PM Other E17019 Bidders Worksheet#2 4/25/2018 11:40:47 AM Addenda E17019 Addendum No. 1 4/27/2018 12:13:28 AM Bidders Pre Bid Attendance Roster 5/09/2018 9:00:03 AM Addenda Addendum No.#2 5/11/2018 1:38:26 PM Addenda Addendum No.#3 5/21/2018 1:36:19 PM Addenda Addendum No.4 5/25/2018 8:40:54 AM Addenda Addendum No.5 6/12/2018 9:26:45 AM Addenda Addendum No.6 5/30/2018 5:55:59 PM Addenda Addendum No.7 6/12/2018 9:33:47 AM C'I V(-,G\ ,"I Report Created On:6/13/2018 4:29:34 PM PROJECT: E17019 Residential Street Rebuild Program(RSRP)(ID/IQ)Bid Part 1 &2 BIDDER: J Carroll Weaver TOTAL BID: COMPLETION TIME: Not Required BIDDER INFO: PO Box 1361 Sinton,TX 78387 P: 361-364-1569 F:361-364-4729 00 52 23 AGREEMENT This Agreement, for the Project awarded on July 24,2018, is between the City of Corpus Christi (Owner) and J. Carroll Weaver, Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Residential Street Rebuild Proiect(RSRP) (ID/IQ) Bid Part 4-&2 Proiect No. E17019 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Hanson Professional Services, Inc. 4501 Gollihar Rd Corpus Christi,Texas,78411 2.02 The Owner's Authorized Representative for this Project is: Joshua Senecal, 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••41;;^ 'r.^days f9F Bid Dart I aF4d within 270 days for Bid Part 2 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 40.41;44 220 da s f9F Bid Pao a-R4 within 300 days for Bid Part 2 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 Agreement 005223- 1 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part"2, Project No. E17019 Rev 06-22-2016 A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$1000.00 for each day per Bid Part Number that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$500.00 for each day per Bid Part Number that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. IDIQ Budget for Part 2 $ 4,390,000.00 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 005223-2 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part"2, Project No. E17019 Rev 06-22-2016 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 005223-3 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part"2, Project No. E17019 Rev 06-22-2016 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations,tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 005223-4 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part"2, Project No. E17019 Rev 06-22-2016 L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-5 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part"2, Project No. E17019 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI Digi iry g abv....... °b D a Diga nv abvdafifla da Rebecca H uerta ry° d�y a=°oPm�n sb oe-D,ty bD 07y0 df @0�ra:a 5`0=05 ag Date 201 08,0 18:3)'.33 9599 Dat 2918.98.91 98.9949 9599' Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services Res. 031480 AUTHORIZED APPROVED AS TO LEGAL FORM: 7�24�1 8 BY COUNCIL -1 Dgtallysigned b 2018.08.06 16:31:39 DD=RH/ML D=City Secretary,D ary Secretary,RH/ML emaI mD�quel@eetexas.com, us -05'00' Date2ol8.0.07 09:08:20-05'00' Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR Digitally signed by Barbara Greenwood Barbara Greenwood DNe-ig,in mGreenw°° °= Ga°Il Weaver l°° mail=barbam(�jcarr°Ilweaverinc.c°m,-US ('` `^, Dale'.2018.08.0308'.39'.40-05'00' J. CWeaver,ea Ver, Inc, DN (Seal Below) By: Bennie Vickers Note: Attach copy of authorization to sign if Title: Vice President person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief P.O. Box 1361 Financial Officer Address Sinton,TX 78387-1361 City State Zip 361/364-1569 361/364-4729 Phone Fax Bennie@jcarroIlweaverinc.com EMail END OF SECTION Agreement 005223-6 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part"2, Project No. E17019 Rev 06-22-2016 00 6113 PERFORMANCE BOND BOND NO. 1065217 Contractor as Principal Name: J. Carroll Weaver, Inc. Mailing address (principal place of business): P.O. Box 1361 Sinton, TX 78387-1361 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: Residential Street Rebuild Project (RSRP) IDIQ - Part 2 Project No. E17019 Award Date of the Contract: July 24, 2018 Contract Price: $4,390,000.00 Bond Date of Bond: AUGUST 1, 2018 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: THE HANOVER INSURANCE COMPANY Mailing address (principal place of business): 10375 RICHMOND AVENUE, SUITE 1050 HOUSTON, TEXAS 77042 Physical address (principal place of business): SAME Surety is a corporation organized and existing under the laws of the state of: NEW HAMPSHIRE By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 713-243-7072 Telephone (for notice of claim): SEE ATTACHED Local Agent for Surety Name: HIGGINBOTHAM/SWANTNER & GORDON Address: 500 N. SHORELINE BLVD., SUITE 1200 CORPUS CHRISTI, TEXAS 78401 Telephone: 361-883-1711 Email Address: memoore@higginbotham.net The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond E17019 Residential Street Rebuild Project (RSRP) IDIQ— Part 2 00 6113 -1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Pri aI ./ Signature: Surety Signature: ." -,e-7-).// d^ -1� Name: Bennie Vickers Name: MAR LLEN MOORE Title: Vice President Title: ATTORNRY TN FACT Email Address: bennie©jcarrollweaverinc.com Email Address: memoore(ahiggi nhntham_net o wits,,,,,,,. ONt.% TEX „/ (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond E17019 Residential Street Rebuild Project (RSRP) IDIQ— Part 2 006113-2 7-8-2014 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, (hereinafter individually and collectively the "Company") does hereby constitute and appoint, Steve Addkison, Mary Ellen Moore, Cathleen Hayles, Aaron J. Endris and/or Tricia Balolong Of Higginbotham & Assoc. Inc. of Corpus Christi, TX each individually, if there be more than one named, as its true and lawful attomey(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Thirty Million and No/100 ($30,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted October 7, 1981 — The Hanover Insurance Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001— Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 17th day of February, 2016. THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENSA$SURANCE COMPANY OF AMERICA Robert Thomas. Vice President THE HANOVER INSURANCE COMPANY SA US = BAY CE COMPANY CIT EN 1 U CE AMERICA AERICA l Ai it/ //4 i✓Iltititit\ 7.? 1-, O.we. - .••.Or gum....- On i On this 17th day of February, 2016 before me came the above named Vice Presidents • The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. Diane J..la�i4to. Naar!. • Public My Commrs.+xm ExpirL•. March 4. 2022 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Ori_ ginal Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 1ST day of AUGUST, 2018 CERTIFIED COPY Theodore G. Martinez. Vice Presidcnt IMPORTANT NOTICE To obtain information or make complaint: AVISO IMPORTANTE a Para obtener informacion o para someter una queja: Usted puede Ilamar al numbero de telefono gratis de Hanover Insurance Company para informacion or para someter una queja al: You may call Hanover Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-608-8141 You may also write: Hanover Insurance Company Premier Place Suite 850 5910 North Central Expressway Dallas, Texas 75206 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us Email: ConsumerProtection @tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. 221-4828 (7-07) 1-800-608-8141 Usted tambien puede escribir: Hanover Insurance Company Premier Place Suite 850 5910 North Central Expressway Dallas, Texas 75206 Puede communicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al .1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin, Texas 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us Email: ConsumerProtection @ tdi.state.tx.us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: SI tiene una disputa concemiente a su prima o a un reciamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE A VISO A SU POLIZA: Este aviso es solo para proposito de informacion y n se convierte en parte o condicion del documento adjunto. Hanover Insurance Groupe 00 6116 PAYMENT BOND BOND NO. 1065217 Contractor as Principal Name: J. Carroll Weaver, Inc. Mailing address (principal place of business): P.O. Box 1361 Sinton, TX 78387-1361 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: Residential Street Rebuild Proiect (RSRP) IDIQ - Part 2 Project No. E17019 Award Date of the Contract: July 24, 2018 Contract Price: $4,390,000.00 Bond Date of Bond: AUGUST 1, 2018 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: THE HANOVER INSURANCE COMPANY Mailing address (principal place of business): 10375 RICHMOND AVENUE, SUITE 1050 HOUSTON, TEXAS 77042 Physical address (principal place of business): SAME Surety is a corporation organized and existing under the laws of the state of: NEW HAMPSHIRE By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 713-243-7072 Telephone (for notice of claim): SEE ATTACHED Local Agent for Surety Name: HIGGINBOTHAM/SWANTNER & GORDON Address: 500 N. SHORELINE BLVD., SUITE 1200 CORPUS CHRISTI, TEXAS 78401 Telephone: 361-883-1711 Email Address: memoore@higginbotham. net The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by tolling the following toll-free number: 1-800-252-3439 Payment Bond Form E17019 Residential Street Rebuild Project (RSRP) IDIQ— Part 2 006116-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Pri !pal Signature. Surety Signature: >1/0 �.4 Name: Bennie Vickers Name: MAR LLEN MOORE Title: Vice President Title: ATTORNEY IN FACT Email Address: hennielacarrnllweaverinc corn Email Address: memoore@higginbotham.net - `.0, � > 1 m,,,,,,,, ,,,• 0.00- WEq ,,, :c, • - * * = 5 •,,ohth. , . Q- ,,. ,,•,IuI" (Attach Power of Attorney and place surety sea! below) - • .- END OF SECTION Payment Bond Form E17019 Residential Street Rebuild Project (RSRP) IDIQ- Part 2 006116-2 7-8-2014 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, (hereinafter individually and collectively the "Company") does hereby constitute and appoint, Steve Addkison, Mary Ellen Moore, Cathleen Hayles, Aaron J. Endris and/or Tricia Balolong Of Higginbotham & Assoc. Inc. of Corpus Christi, TX each individually, if there be more than one named, as its true and lawful attomey(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Thirty Million and No/100 ($30,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted October 7, 1981 — The Hanover Insurance Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001 — Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 17th day of February, 2016. THE COMMONWEALTH OF MASSACHUSETTS COUNTY OF WORCESTER ) ss. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS) 1SURANCE COMPANY OF AMERICA Robert Thomas. Vice President THE HANOVER INSURANCE COMPANY MA SA HUS' BAVI CE COMPANY CIT ' EN t SU )" CE • • OF AMERICA 1 I 44 II=_ On this 17th day of February, 2016 before me came the above named Vice Presidents • The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me pe sonally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. Diane J. o. r\ozary Puhtk -My Conun,ssion Expirvs March 4.. 2022 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 1ST day of AUGUST, 2018 CERTIFIED COPY Theodore G. Martinez, Vice Picsidcnt IMPORTANT NOTICE To obtain information or make a complaint: You may call Hanover Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-608-8141 You may also write: Hanover Insurance Company Premier Place Suite 850 5910 North Central Expressway Dallas, Texas 75206 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us Email: ConsumerProtection @tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. 221-4828 (7-07) AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numbero de telefono gratis de Hanover Insurance Company para informacion or para someter una queja al: 1-800-608-8141 Usted tambien puede escribir: Hanover Insurance Company Premier Place Suite 850 5910 North Central Expressway Dallas, Texas 75206 Puede communicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al .1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin, Texas 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us Email: ConsumerProtection @tdi.state.tx.us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concemiente a su prima o a un reciamo, debe comunicarse con el agente o la compania primero. SI no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE A VISO A SU POLIZA: Este aviso es solo para proposito de informacion y n se convierte en parte o condicion del documento adjunto. Hanover Insurance Groupe CERTIFICATE OF LIABILITY INSURANCE JCARR-1 OP ID: DP DATE ENSWEIL7T YYY] 0X34!2418 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 INSURERS), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT, If the cortitiicatie holder is an ADDITIONAL INSURED, the policy(lea) must 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 endorsements} - PRODUCER GSMINSURORS P0Box 1478 Rockport, Pl. 78382 Glass Sorenson & Mc David Inc INSLiRED J. Carroll Weaver, Inc. P. 0. Box 1361 Sinton, TX 78387 MhIwEcT Glass Sorenson & McDavid Inc _ rals.MAL ,361-729-541 WO. r 361-7294117 AOORESS: _ INSuRERMAFFORDIriaOOVERROe —_.rii IRSURERA.; Travelers Ind Co of Amer 25666 ....-' - JrrsLFRER J3 !Charter Oaks Fire Ins Co - - - 1N3LrRERC:Great American Insurance Co. JF4S1JAER D: Texas Mutual Insu ranCe Co ... COVERAGES CERTIFICATE NUMBER! ._... _ 2569 5 n+su x a:Columbia Casualty iMSLJPER F : Travelers 'Insurance Company REVISION NUMBER! 31127 THIS INDICATED. CERTIFICATE r tLTH IS )CLU5ION5 TO CERTIFY THAT THE POLJCIES NOTWITHSTANDING ANY REOI.JIREMENT. MAY BE ISSUED OR MAY AND CONDITIONS OF SUCH OF INSURANCE PERTAIN, POLICIES., RARE fD- LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT VATH RESPECT THE'INSIJRANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO LIMITS StIOWtd MAY HAVE BEEN REDUCED BY PAID CLAMS. POLICY PERIOD TO WHICH THIS A41, THE TERMS, .- TYRE CWMA RHGE POLICY NUMBER (1i DMM jM1iRf1'YA'1''} MPAVDEYIlT} {T,IANL7CYTTI'1.1 LIMITS- B E X COMMERCIli.GEritrALLJfwOUrr OCCUR CO-2.111538DAMAGE CSB 6057441897 103f01 G3'01'2018 f2018 03!0112079 4310112049 EACHOccURRENCE $ 1,000.000 X CLAMS -WEE Contractors X TO RENTED PRIES[Eaaoaxrwk) WC EP 'w Drip peiwk) S 3 300,000 5,WX Pollution r-RSONAL &. DV INJURY 5 1.000,000 GENI AGGREGATE LIPArTAPpLIES PER PQUGY 1 .1 I_ ] I -CG OTHER. GENERAL AGGREGATES PROo�IcrS- COMP/CR AGO Pp1lutIon 3 i 2.000.000 2,000.000 5,000,000 A Aur X MGRRE LiA6LJrY ANY AVM FLLOWNED AUTOS HIRED AiJTOS I-EDLgFD S1hT1E BA -23115538 fl3101{201 f1 0310112019 tOM E] SINGLE LIMIT j [BODILY INJURY (Per person} 3. i 1 _000,000 —IS AUTOS OFt AUTOS grx*v INJURY (PQaoddwit) S - LRF .F, DAMAGE - ---. -- -- S --- UMBRELLA udie J DICERS LIAR DEO J X 1 RETEFIFICR3 °cap CLAIMS -MIX 10000 1.150'N4 02 03101!2018 O3/Q112019 EACH XGCLRIRENCE_ t 5,000,000 _' AGGREGATE S __ 3 5,000,004A - NO APLOYE1RrLIAI ILJTY 0G LNY PROvFIETOR.PARTNEP�E rCUTTE OFFICCRNEMOER EXCLUDED'? (Mandatory[ In Nal, If yes. Gey.nbcr on L)ESCFIRTION OF OPERh1ONS N .1.0. jI! 1000121f�drs fl 11i2d1R I}�1l2 t9 E 11 E.- I . L- 7H- J au FJACN Nec L166N1' T 1 .Q ,CL]A 0 L NS EASt - EA UV LOYE0 S 1,000,000 below EL DrSEASE- POLICY UMIT S 1,000,404 F Equipment Floater OTE40. 2F257505 03101/2018 03f01f2019 LeaseRent Ded 500,000 2,500 DESCRIPTION OF OPERATIONS f LOCATIONS J VEHICLES ;ACARD 141, AddillanaF Re,nand Schrdutk nary he artaohed if more [space I6 retiulredl General Liability, Auto and Umbrella contains Blanket Additional insured For Certificate Holder as required per written Contract. General Liabil�' y, Auto, Umbrella and Workers Comp contain Blanket Waiver of Subrogalon for certificate holder as required per written contras#.General Liability includes Prim aryiNon-Contributory Endt, Project' see attached CERTIFICATE HOLDER CANCELLATION CITYCCO City of Corpus Christi Deparhnent of Engineering Services{ IPO Box 9277 SHOULD ilitty QF THE ALCOVE DESCRMEEI POLICIES ilE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH 771E POLICY PROVISIONS. - - - - ALITHDfOZEL7 REPRESENTATIVE ,_IL -? 16k orpUs C sti, TX 78463-9277 e7 1988-2014 ACORD CORPORATION. All rights reserved- AGORD 25 {2014104} The ACORD name and logo are registered marks of ACORD NOTEPAD: Hounritcone CITYCCO IM$U3RED'S NAME J_ Carroll Weaver, Inc. JCARR-1 OP ID: DP PAGE * 07/30/2018 Project: 117019 L sidential Street Rebuild Frajact Fi IDIQ - Part 2 JCARR-1 OP ID: DP . ► CERTIFICATE OF LIABILITY INSURANCE018 07/30/I22 '� THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RJQHT$ (UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTENT] OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTI7aJTE A CONTRACT BETWEEN THE €SSLIING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER` IMPORTANT: If the. certllioate holder Is an ADDITIONAL INSURED, the the terms and conditions of the policy, certain ppli ies may require an endorsement cerlificala holder In lieu Of such a ndorsement[s}. palicy(iesI must be endorsed- If SUE.RGGATfON IS WAIVED, SubjaCt to A statement on this Darti1cata does not confer rights to the torroz NAGies Sorenson & McOavid Inc NTE; Pecouessi GSMINSL}RORS P O Box 1470 Rockport, TX 7$3&2 Glass Sorenson & McDavid Inc PHONE _ , t , E ii: 351-725-5414 FAX nor 361-729-3817 E-lAAJL AWACS& . — lama Era SI AFFORGMII COVERAGE RIC x DART ERA:Travelers Ind Co Of Amer 25866 INSURED J. Carroll Weaver, hnc. --- - P. 0. Box 1361 Sinton, TX 78387 lemma Charter Oak Fire Fns Co 25675 Lals±J Eil c :Gree# American Insurance Co. EACH pCGURREKE NSURERD!TB1as Mutual Insurance Co 22945 eisuwTnE.:Coh n{7ia Casualty 31127 INSURER F' Travelers Insurance Company COVERAGES CERTIFICATE NUMBER! REVISION HUMBER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTINITHSTAMDI IG ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT mil RESPECT TO WHICH THIS CERTIFICATE MAY EE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDIYIOtj3 OF SUCH POLICIES- UMrrs SHOWN rev HAVE BEEN REDUCED HY PAID CLAIMS 471¢ T+'PEOFINSURRNCE IRSR O .. a POL1OYP1W&ER .._ --' t?41'y' fil POLICY LU TS B X COMMERCIAL GENERAL uAfIgarY EACH pCGURREKE $ 1,000,0Os CDA MS-MAIDE f X -22JR CO -2.€115638 0 trzors 03!01!2019 DALW4p E $ 300.11 4 E X Contractor's CSB 8057441097 03101 12018 0310112019 MED ExPippi one p a r i S 5,1 1 1 Pollution PERSONAL awvawLrlrr i 1,460,001 ZErrt AG. GATE u! rAPPLIE6 PER GBlERAL AOG GATE $ 2.000,01-1 POLICY I ^-1 T r i I -0C PeCOUCTs-C-Or rOpAr $ 2,000,011 OTHER Pollution $ 5,000,011 ARTOIlOeKE LAARkp'r 6i!EINED SINGLE uMrt IEueoydrnlj. 1,000,0E1 A ?ili uFY AUTO 8A -2J115530 03.+0112018 03101/201S soot'? INJURY [Per alaorl} s ALLO'�Vf D AUTOS _ 9Cl1EflLREa AUTOS $OdrLYINJURY Ter sebtlent} $ 1�REa,4UTos _ WINED NQN ti'iNEO 0,4.11.0-6 P r [WAAGE $ $ . umerteL.A Me X I oGOUR EACH OCCURRENCE $ 5,000,001 C X. E%CFi98LIAO CLANIS-MADE TUU5014453-02 03/0112018 0310112019 AGGREGATE $ 5,000,04+ DEO X RETEMION1 1DOpN - 1 WAXERS COMPEISATknr ANO EMPLOYERS' LIABRJTY STMATIJTF ;R� D. maw PR OPRIETQRIPA RTNEIVEXECLrTTJE V.11 II CI TI J A UO01237005 43I41l20f$ O3JM1J2019 EL EAcr1 Accum NT y 1,440111 CFFICERAAEMEEER E* CLUDED7 IYentletaryIni EL DISEASE- EA. EMPLOYEE - $ 1.000.011 !ryes, describe mder E' $ fRIPtICAFOF OPERATIONS NO.*. EL oISEA$E-POUCYco rr . ! 1,000,011 F EguIpment Floater QT660 2F257505 0310112010 03/0112019 LeaseRe5tt 500,01 1 Ded 2,511 OE$CF3PTFON OF OPERATIONS f LOCATIONS r VE1-3CL€$ 1AOOIi0 101, AtldIRana1 Rnmar s $cheallo, may Ne attacfled if morn Spoto IR required} CERTIFICATE HOLDER CANCELLATION CITYCOI OW of Corpus Christi PO Sox 9277 Corpus Christi, TX 78469 SHOW -0 ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLE4 6EEORE TIME EXPIRATION DATE THEREOF, NOTICE WILL BE DELWERED FN ACCORDANCE WITH THE POLICY PROVISIONS. LSD REFRE5EITATPIE 01988-2014 ACORD CORPORATION. Af I rights reserved. ACORD25 {2014I01) The ACOR name and logo are registered marks of ACORD COMMERCIAL GENERAL. LIABILITY THIS ENDORSEMENT CHAI4GES THE POLICY. PLEASE READ I7 CAREFULLY. , BLANKET ADDITIONAL INSURED - AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the Following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following is added to SECTION 11 — WHO IS AN INSURED: My person or orgen¢ation that_ 2. You agree in a 'written contract requiting in- surance" to include as an additional insured on this Coverage Park; and b. Has not been added as art add[tlon,a[ insured for the serne project by attachment of an en- dorsement under this Coverage Part which [ndudes such person or organization in the endorsement's schedule; is an In$rired. but: a. Only with respect to liability for 'be dify Injury'. "property damage" or"personal injury; and b. Only as described In Paragraph (1), (2) or (3) below, whichever applies: (1) rf the'mitten contract requiring insur- ance spedfical[y requires you to provide additiona[ Insured coverage to that per- son or organization by the use of; (a) The Additional Insured — Owners. Les;a99s or COrtiraCtora — (Form e) endorsement CG 20 1011 05; or (b) Either or both of the following: the Additional insured — Owners, Les- sees or Contractors — Scheduled Parson Or Organkntion endorsement CG 20 10 10 01, or the Additional in- sured — Owners, Lessees or Contrac- tors — Completed Operations en- dorsement CG 20 37 10 01; the person or organization is an additional insured only if the injury or damage arises out of "your wore to which the "written contract requiring insurance applies: (2) If Me "written contract requiring insur- ance' specikcally requires you to provide additional insured coverage to that per- son or organization by the use of; (a) The Additional Insured — Owners, Lessees= or Contractors — Scheduled Person or Orgsnatfnn endorsement CO 20 10 07 04 or CG 20 10 04 13, the Additional Insur'ntd — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37 0704 or GG 20 37 04 13, or both of such enctorsernents with either of those edition dates; or Either or both of the following: the Additional Insured — Owners, Las - seat] or Contractors — Scheduled Parson Or Organization endorsement CG 20 10, or the Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37, without an edition data of such endorsement specified; Ma person or organization Is an addi ionei insured only If the Injury or damage Is caused, [n whole e e or in part, by acts or omissions 4f you or your subcontractor in tl nerierr enea el 'your wank' to wtt;rth the 'Written contract requiring Insurance applies; or (3) IF neither Paragraph (1) nor {2) above ap- plies; (a) me person or organization Ie an ad- ditional Insured only if. and to the ex- tent that, the intury or damage is caused by acts or omissions of you or your subcontractor in the perform- ance or "your worm" to which the 'writ- ten Contract requiring insurance" ap- plies: end (b) The person or organization does not qualify es an additional insured with respect to the independenl acts or ornIssions at such person or organi- zation. (b) CG DB 04 49 13 a 2613 Thi Travetere ]ridemnity Cnn:perry, pipits nrsuved_ Page 1 of 3 COMMERCIAL GENERAL LIABILfT? 2. The insurance provided to the additional insured by this endorsement le limited as follows: a. If the Limits of Insurance of this Coverage Part shown In the Declarations exceed the minimum limits of [lability required by .the 'written contract requiring insurance", the in- surance provided to the additional Insured will be [Imlted to such rrllnirnurn required limits of liability_ For the purposes of determining whether this limitation applies, the minimum limits of liability required by the "Written con- tract requiring insurance' will be considered to include the minimum limits of liability of any Umbrella ar mss [iabitkty coverage required for the additional Insured by that 'written con- tract requiring Insurance". This endorsement will not Increase the limits of insurance de- scribed in Section III — Limits Of Insurance. b. The Insurance provided to the additional in- sured does not apply to "bedi[y injury'% "prop- erty damage` er 'pereena] injury' arising out of the rendering cf, or fakirs to render, any professional architectural, engineering or sur- veying services, including: (1) The proparkng, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, repnrtsr surreys, field Or- ders or change orders, Or the praparingr approving, ar failing to prepare or ap- prove, drawings and specifications: and (2) Supervisory, inspection, architectural or engineering activities. c. The Insurance provided to the additional in- sured aces not apply to 'bodily injury" or "property damage" caused by'your work- and Included In [he -products-complete] opera- tions hazard" unless the 'Written Contract re- quiring insurance" specifically requires you to provide su#I coverage for that additional in- sured during the pokicy period_ • 3. The insurance provided to the addttiOnut insured by this endorsement is excess over any valid and collectible other insurance, whether primary-, ex- cess, contingent or on any other basis, that Is available to the additional Insured. However, if the 'written contract requiring Insurance" Specifically requires that this Insurance apply on a primsry basis ora primary and norntributory basis n3[a inSUrane IS Ornery tel other insurance avai]ebla to the additional insured under which that person or organization qualifies as a named insured, and we will not share with that other insurance. But the insurance provided d to the additional insured by this endorsement still Is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, II:at is a1,+aiiab1e to the additional insured when that per- son or organization is an additional insured, or is any other insured that does not qualify as a named insured, under Suet otter insurance, 4. As a condition of coverage provided to the addi- tion$[ insured by this endorsement a. The additional insured must give us written -colica as soon as practicable of an 'occur- rence" or an offense which rn$y result in e claim_ To the extent passible, such nonce should Include: (1) Flour when and where the •occurrence" of offense took place; (2) Tho names and addresses of any infured persons and witnesses; and (@), The nature and location of arty Injury of damage arising out of the `occurrence or offense_ la. Ifs claim is made or "suit" Is brought against the additional insured, the additional insured must; (1) immediately record the specifics of the claim or "suit" and the date rived; and (2) Notify us as soon as pracUccbie_ Thal addition& insured must see to It that we receive written nonce of Me claim or "suit' as sono as practicable, c. The additional insured must immediately send us copies of ail legal papers received In con- nedion with the claim or "suit", cooperate with us in the Investigation or settlement of the dpim or defense- egelnat the "suit", era oth- erwise comply with alt policy conditions, d. The additional insured roust tender the de- f8rlse and indemnity of any claim or 'suit" to any provider of other insurance which .would cover the additional insured for a loss we clover under this endorsement. However, this condition does not effect whether the Insur- ance provided to the additional Insured by this endorsement is primary to other Insurance available to die additional insured which cov- ers that person or organization as a named insured as described in paragraph 3. above. 5. The fokrwing Is added to the DEFINITIONS Sae- tion- nArritten contract requiring insurance' means that part of any written contract or agreement under which you are required to Include a person or or - Page 2 of 3 2012 The Travelers Ietdemnlly Campo rry. Air rights reserved, CG D6 D400 13 ganization 9& an addIUor al insured On MI6 Cover- age Part, provided that the "bodily injury" and 'property darrnage" occurs. and the 'persona] [ft - jury" is caused by an cf en$e cornmltted, during the policy period and: COMMERCIAL GENERAL LABILITY a, Afton the signing and executor' of the contract or agroerrEent by you; and b. While that part of the contract or agreement In effect. CG 06 04 0613 47 2o13 The+ Trawlers Indemnity C nmpe ny, AI: rights resenrod- Page3of3 POLICY NUMBER: CO -2J115538 COMMERCIAL GENER.AL LIABEL[TY THIS ENDORSEMENT CHANGES THE PQUCY, PLEASE READ IT CAREFULLY. CONTRACTORSTE 1D ENDORSEMENT Tnis endorsement modifies Insurance provided under he follotiving: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However. coverage for any injury, damage or medical expenses des[xibed in arty of the provisions of this endorsement may he axdudnd or limited by another endorsement to this Coverage Pert, and these coverage broadening provisions do not apply to the extent teat coverage N excluded or Idmlled by such an endorsement. The fo]towing lung is a general cover - ago description only. Limitations and exclusions may apply to these coverages_ Read all the provlrfions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what Is and is not covered. A. Aircraft Chartered With Pilot B. Damage To Premises Rented To You C. Increased Supplementary Payrmen e D. incidental Medical Malpractice E. Who Is An Insured — Newly Acquired Or Formed Organizations F. Who Is An Ensured — Broadened Named Insured — Unnamed Subsidiaries G. Blanket Additional Insured — Owroers, Managers Or Lessors Of Premises PROVISIONS A. AIRCRAFT CHARTERED W]T}H PILOT The following is added to Exclusion g., Aircraft; Auto Or Watercraft in Paragraph 2. of SECTION — COVERAGES — COVERAGE A BODILY IN- JURY AND PROPERTY DAMAGE LIABRIT ': This exclusion does net nppiy to an elircraft that Iso (a) Chartered with a pilot to any insured; (b) Not owned by any insured: and (cl Not being used to carry any person or prop- erty for a charge, B. DAMAGE TO PREMISES RENTED TO YOU 1. The first paragraph of the exceptions in Ex- clusion J., Damage To Property, in Para- graph 2. of SECTION f — COVERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY Is deleted. 2. The fallowing replaces the last paragraph of Paragraph 2., Exclusions, of SECTION I — COVERAGES — COVERAGE A. BODILY CG D3 1611 11 H. Blanket Additional Insured — Lessors Df Leased Equipment I. Blanket Additional insured — States Or Politica! Sul divisions — Permits .k, Knowledge And Notice Of Occurrence Or Offense K. Unintentional Omission L. Blanket Waiver Of Subrogation M. Amended Bodily Injury DellnEtion NI. Contractual Liability —Railroads INJURY AND PROPERTY DAMAGE LI. ABILITY: Exclusions c, and g, through n. do not apply to "premises damage"_ Exclusion t.('t)(Iet) ODES not apply to'premises damage' canned by: a. Fire; b. Explosion; c. Lightning; d. Smoke resulting from such tire, explosion, or lightning: or B.Mier: unless Exclusion f. of Section I — Coverage A T 13od]]y injury And Property Damage Liability is replaced by another endorsement to this Coverage Part that has Exclusion —Alf Pollu- tion Injury Or Damage or Total Pollution Ex- clusion In its title. A separate IEmii of insurance applies to 'premises damage' as described :n Para- graph 6. of SECTION III V LIMITS OF IN- SURANCE_ ,L 2011 The Travelers Indernn4 Compal y, Ad ria s reserved. Page 1 of 6 COMMERCIAL GENERAL LIABILITY 3, The following replaces Paragraph 6. of SEC- TION III— mem OF INSURANCE! Subject to 5. above, the Damage To Prem- ises Rented To You Limit is the most we will pay under Ceverage A for damages because of "premises damage" to any one premises. The Damage To Premises Ranted To Yau Limit will apply to all "property damage" proximately caueed . by the same "Oeeer- rence", whether such damage resrxlts from: fife; explosion; lightning; smoke resutxing from such fee, explasior:. or lightning; or water, Or any combination of any or these causes, The Darnage To Premises Rented TO You Limit eel be: B. Tti-e amount shown for the Damage To Premises Rented TO You Lirnit on the Declarations of this Coverage Part; or b, $300,00e tf n0 ernount is shown for the Oarnage To Premises Rented To You Limit on the Declsretlorus of this Coverage Part. 4. The following replaces Psrmgraph a. of lire definition of "ineurod contract" in the DEFINI- T1ONS Section: a. A contract for a lease of premises. How- ever, that portion of the contract for e lease of premises that indemnifies arty person or orgartlzation for 'premises damage- Is not nn insured Contract°; S. The following Es added tO the DEFINfONS section, °Premises damage" means "property dam- age th: a. Any premises while rend to you or tem- porarily occupied by you with permission of the owner, or b. The contents of any premises while such premises Is rented lo you. If you rent such premises fora period of seven or fewer consecutive days. 6. The !following replaces Paragraph 4.b.(1}{b) of SECTION Pi — COI+AIAERCIAL GENERAL LIABILITY CONDITIONS: ib) That is insurance fee "prerntees damage"; or 7. Paragraph 4.b.(1)(el, of SECTION IV - COMMERCIAL GENERAL LIABILITY CON- DITIONS is deleted_ C. INCREASED SUPPLEMENTARY PAYMENTS t. The feliowing replaces Paragraph 1-b. of SUPPLEMENTARY PAYMENTS — COVER- AGES A AND li of SECTION I — COVER - AG E: b. Up to $2500 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which he Bodily Injury Liabltlty Coverage applies, We do not have to fur- nish the bonds. 2. The foilowtng replaces Paragraph t.d. of SUPPLEMENTARY PAYMENTS — COVER- AGES A AND B of SECTION l — COVER- AGES: d, Ail reasonable expenses incurred by the Insured et our request to assist us In the investigation or defense of the claim or "suit-, including actual ]ass of earnings up• lo $*500 a day because of time off from work. D. INCIDENTAL MEi}ICAL MALPRACTICE 1. The following is added to the definition of "oc- currence" in the DEFINITIONS Section_ 'Occurrence- also means an act or orrdssiora committed in providing or failing to provide -lneidentai medical servI s", first aid or 'Geed Samaritan services" to a person. 2. The fallowing is added b Paragraph 2.n.(1) of SECTION 11— WHO IS AN INSURED: Paragraph (1)(d) above does not apply 10 "bodily injury" arising out of providing or fall - €ng to provide: (I} -incidental medlwl sar'ricee by any of your "employees' who is a nurse practi- tioner, registered nurse, licensed practical rturle, nurse assistant, err ergency medi- cel technician or paramedic: or {iii) First aid or "Good Samaritan services- by any of your 'employees" or Hvalunteer workers', other than an employed or vol- unteer doctor, My suet i "employees sr 'volunteer workers providing or failing to provide first. aid et 'Geed Sarnaritan ser- vices' during their~ work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your elusi- fess. Page 2 of erel The TieweEeffs lnderrrrty Comperr,. All rens ressuraed. CG D3 1811 11 3. The following is added to Paragraph E. of SECTION fll— LIMITS OF INSURANCE: For the purposes of determining the sppliCa- hle Each Occurrence Limit, a1] related ads or omissions committed in providing or railing to provide 'incidental medical services", first aid or "Good Samaritan services" to ariy ane per- son will be deemed to be one "occurrence". 4. The following exclusion is added to Para- graph L. Exclusions, of SECTION 1 — COV- ERAGES — COVERAOE A UOUi.LY INJURY AND PROPERTY DAMAGE LIABILITY; Stile 0fiPhenna eutice]a "Bodily injury' or 'property darr►age° arising out of the willful violation of a penal statute or ordinance relating to the sale of pharrnaoeutt- cals committed by, or with the knowledge or oonsentof, the insured_ S. The following Is added to the DEFINITIONS Sectio,- "Incidental medical services` means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or Instruction, or the related furnishing of • food or beverages. or b. The furnishing or dispersing of drugs or medical, dental, or surgical supplies or appliances. "Good Samaritan sop/kale means any emer- gency medical services for which no compen- sation is demanded or received. The following is added to Paragraph 4.b.. Ex..- cess xcess Insurance, of SECTION iV — COM- MERCIAL GENERAL LIABILITY CONDt- TI ONS: The insurance is excess over any valid and collectible other insurance available to die in- sured, whether primary, excess, contingent or on any other basis, that is avai;abls to any of your 'employees" or "volunteer workers" for "bodily injury" that arises out of providing or failing to provide "incidental medical Ser- vic`, first aid or "Goad Samaritan servloes' to any person to the extent not subject to Panagrepfi 2.a,(1) of Section R Who Is An insured, E, WHO IS AN INSURED — NEWLY ACQUIRED OR FORMED ORGANIZATIONS The following replaces Paragraph 4. of SECTION II — WHO IS AN INSURED: CO Da 161111 GXMMERCIAL GENERAL LIABILITY 4. Any organization you newly acquire or form, other than a partnership, Joint venture or lim- ited iiabl[Ity company, of which you are the sole owner or in which you maintain the ma- jority ownership interest. wi[I qualLfy as a maned Insured if there Is no other insurance which provides similar coverage b that or- ganization. However: a. Covoraga ander this provision is afforded only: (i) Urrlit he ?00th day after you acquire or farm the organization or the end of the policy period, whichever is earlier, if you do not report such organization in writing to us within~ 1882. days after you acquire or form if; or (21 Until the end of the policy period, when that date is later than 180 days after you /acquire or form such Organization, if you report such organization in writing to las within 180 days. after you acquire or form [t, end we agree in wrifJng that it will Con- tinue to be a Named insured until the end of the policy period; b. Coverage A does not apply to 'bodily injury" or "property damage" that ourred before you acquired or formed the organIz on; and c. Coverage B does not apply to 'personal In- jury° or 'advertising injury" arising out Of an offense committed before you acquired or formed the organization_ F, WHO 1S AN INSURED — BROADENED NAMED INSURED — UNNAMED SUBSIDIARIES The following is Bated to SECTION It — WLLG' (5 AN INSURED: Any of your subsidiaries, other than a partnership. joint venture or limited liability eorrreany, that is not shown as a Named Insured in the Declara- tions is a Named Insured If you maintain an own- ership interest of mora than 60% in such subaBidi- ary an the first day of the policy period. No such subsidiary is an insured for bodily injury" or `property damage' that occurred, or "personal injury" or "advertising injury" caused by an of- fense committed after the date, if any, during the policy period, that you no longer maintain an ownership interest of more than 50% in suet sub - 2011 2011 Thh Trnve4ers Indamnl;yr Cermpary, Ali rights reztroul. Page 3 of 6 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDSTIONAL, INSURED - OWNERS, MANAGERS OR LESSORS DF PREMISES The following Is added to SECTION If - WI -10 IS AN INSURED: Any person or organization that is a premises owner, manager or lessor and that you have agreed in a written contract or agreement to in- clude as an additional insured on this Coverage Part is an insured. but only with respect to liability for 'bodily injury", "property Carnage", 'personal injury" or "advertising Injury" hall a. Fs 'bodily injury.. or "property damage° that occurs, or Is 'personal injury" or `advertising injury" caused by an offense Flat la commit- ted, subsequent to the execution or that con- tract oragree/nen t; and b. Arises out of the ownership, rrraintenance or use of that part of any premises leased to you. The InSarrance provided to such premises owner, manager or lessor is subjeet to the following pro- visions: a, 'ria rmits of insurance provided to such premises owner. manager or lessor will be the minrrnum limits which you agreed to pro- vide in the written contract or agreement, or ha timits shown on the Declarations, which- ever are less. b. The insurance provided to scion prernises owner, manager or lessor does not epply to: (1) Any °bodily injury' or "property damage' that occurs. or 'personal injury" or "adver- tising injury" caused t}y en offense that Is committed, after you cease to be a tenant In that premises; or (2) Structural alterations. new oanstnlcEion or demolition operations performed by or on behalf of such premises owner, lessor or manager. c. The insurance providers to such premises owner, manager or lessor la excess over any valid and collectible other Insurance available 'to such premises owner, manager Or lessor, whether primary, excess, contingent or on any other basis,. unless you have agreed in the mitten contract or agreement that this in- surance must be primary to, or rwn- contrib ttory with, such other Insurance, in which case this insurance will be primary to. and non-contributory with, such other insur- ance. H. I, BLANKET AODITiONAL INSURED - LESSORS OF LEASED EQUIPMENT The following is added to SECTION II - WHO IS AN INSURED: Any parson or orgentzalton Ilial is en equipment lessor and that you have agreed In a written con- tract or agreement to include es en insured on this Coverage Part its an Insured, but nPy with re- spect to liability for "bodily injury', 4propesty dam- age'.'persorxal injury" or'eiverlising injury' that: a. Is °bodily injury' or "property damage" haat occurs, or Is 'personal injury" or °advertising injury" caused by an offense that is oamrnit- d, subsequent to the execatinn of Mat oun- fr'act or ag,regiment; and b. Is caused, In whole or in part, by your acts or omissions in the maintenance, operation or use of equipment leased to you by such equipment lessor. The insurance provided to Such equipment lessor is subject to the following provi+uions: a. The Limits of insurante provided to ix* equipment lessor will be the minimum limits which you agreed to provide in the written Contract or agreement, or the limits shown on the aedaseUons, whichever ere less. b. The insurance' provided to Skil2h equipment lessor does not appty to any "bodily injury" or "property damage* that occurs, or 'personal injury" or "sdvarttslt injury- caused by an of- fense that is committed. after the equipment lease expires. c. The insurance provided to such equipment lessor is excess over any valid and Collectible other insurance evailabie to such equipment lessor, whether printery, excess, contingent or on any other basis, unless you have agreed in the written contract or Nin3eriietlt that this insurance must be prirnary to, or non-antf1butory with. such other insarrerace, in which case this insurance wib be primary ta, and non-contributory with, such other in. durance_ BLA 4K T ADDITIONAL INSURED - STATES Aft POUT1CAL SUBDIVISIONS - PERMITS The following is added to SECTION tl - WHO IS AN INSURED; My state or political subdivision that has issued a permit Jo connection with operations perforrned by you or on your behalf and that you are required Page 4 or 5 a 2011 The TrIlialiall3 Indemnity Company- All rid hta reserved - OG D3 1611 11 by any ordinance, law or building code to include as an additional insured on Ihks Coverage Part is ars insurer but only with respect to liability for "bodily injury", "property damage", 'personal In- jury' or "wive fusing injury" ari61ng out of such op- erations. The Insurance provided to such. stets or pol]tical subdivision does not apply tai a. Any "bodily injury,' "property damage," "per- sonal iniury" or "advartlsing.injury" arising out of operations performed for that state or po- litical subdivision; or b. Any "bodily Injury' or 'property dig' in- cluded In the "products-completed operations hazard, J, KNOWLEDGE• AND NOTICE OF OCCUR- RENCE OR OFFENSE The following is added to Paragraph 2., Dxatley In The Event of Oeeurrence, Offense, Claim Or Suit, of SECTION P1 — COMMERCIALGEN- ERAL. LIABILITY CONDITIONS, e. The Following previsions apply to Paragraph a. above, haat only for the purposels of the in- sur nee provided under this Coverage. Part 10 you or any insured fisted In Paragraph 1, or 2, of Section If -- Who Is An insured: (1} Notice 10 us of such "occurrence" or of- fense must be given as soon a-5 practica- ble oraty after the 'occurrence" or offense le known by you (if you are an individual), any of your partners or m-ernbers who is an individual (if you are a partnership or joint venture), any of your managarS who Is en Individual or you arra i rirE1lted GaLii1 ty company), any of your "executive offi- cers" or directors Of you we an Organiza- tion other then a perhlars a[pr joint venture or limited Iin.bflity company) or any 'ern-- pinyee" authorized by you to give not1c of are Eaccurrence" or offense, i21 1f you area partners€:ip, joint venture of [Irriited Iiabrri y company, and none of your partners. joint venture members or man- agers are 1ndlviduael8, notice to us of such "occurrence" or offense must be given es soon as practicable only after the "occur- rence" or offense is known by: (a) Any individual vino is; (1) A partner or rnornber of any part- nership or joint venture; COM 3 1611 11 (3) COMMERCIAL GENERAL LIABILITY (Il) A manager of any limited liability company; or (HI) An executive officer or director c,f any other Organization; that is your partner, joint venture member Or manager, or (b) Any 'empi'oyee- authorized by such partnership, joint venture, I[rroite[1 li- ability company or other arganlzalicn to give notice bren "occurrence" or offense. Notice to us of such "occurrence" or of an offense will be deemed to be Oran es soon as practicable if Ii is given in goad faith as soon as practicable to your work- ers' compensation 'insurer. This applies only If you subsequently give nottca teL us of the 'occurrence" or offense as soon as practicable after any of the perne de- scribed In Paragraphs e, (1) or (2), above discovers that the "occurrence" or offense may result irr suras lo which the insurance provided under this Coverage Part may e pp!y. However, if this Coverage Part includes en en- dorsement that provides limited coverage for "bodily easy" or "property demage' or pollution costs arising out of e discharge, release or es- cape of 'pollutants" which contains a requirement that the discharge, release or escape of 'pollut- ants" must be reported to us within a specttc number of days alter its abrupt rommenOarnent, This Paragraph e. does not affect that require- ment, K. UNINTENTIONAL OMISSION The following is added to Paragraph 6., Repre- sentations. of SECTION EV — CDMMERC AL GENERAL LIABILITY CONDMONS: The • unintentional arninslon of, or unintentional error in, any information provided by you which we felled upon in issuing this policy will not preju- dice your rights under this insurance_ However, this provision does not affect our right to collect additional premium or to exerase our rights of cnncelratlon or nonrenewal in accordance with applicable insurance lags or regulations_ L ULAN KET WAIVER OF SUBROGATION The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To US, of SECTION Pi — COMMERCIAL GENERAL LI- A6ILJT3' CONDITIONS: ZO11 The Trevalere lr eft fly Company. V ilyhtirageved, Page 5 of COMMERCIAL. ENER?kt, LIABILITY If the insured has agreed in a contract or agree- ment to waive that .Insureds right of recovery against any person or Organization, we waive our right or recovery against such person or organize - ion, but only for payments we make because of: a. 'Bodily injures or "property damage" that oc- curs.: or b. "Personal Injury" or 'advertising :rrjury' mused by an offense that lea corn m1tlted: 51..tSeqUent ko the execution or that contract or agreentenl M. AMENDED BODILY INJURY DEFINITION The 10110wing replaces the definition of thb❑di1y injur ° in the DEFINITIONS Section: Page6of6 3. 'Bodily injury" means bodily injury, mental anguish, mental injury, shock, fright, disability, i�umi]iation, sickness or disease suatalned by a person, including death resulting Fran+ any of 11 -lase at any time_ N. CONTRACTUAL LIABILITY —RAILROADS S 1. The following replaces Paragraph c, of the definition of insured contract" in the DIFtNl- T ONS.Sactbm 0. Any easement or ffcense agreement; Paragraph f.(1) of the definition of 'Insured contract' in the DEFINITIONS Section is de- Eetad. &� 2C91 fl Tnaysiefslnd9mnrty Comparsy. All rights resGract. CG 031611 11 POLICY NUMBER- BA -2J -I15538 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the fo[Iowing: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE —This endorsement broadens coverage_ However, coverage for any injury, damage or medical expenses descbed in any of the provisions. of this endorsement may be excluded or limited by another endo rent to the Coverage Part, and these coverage broadening prnvisiOns do not apply to the extant that Coverage is excluded or limited by such an endofaetmrent. The following 1l81ing is a general cover- age description only. Limitations and exCluSbons may apply to these coverages. Read all the provisions of this en- dorsement end the rest of your policy carefully to determine rights. duties, and what is and isnot covered. A. BROAD FORM NAME' INSURED B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HIRED AUTO O. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMEN1S — INCREASED LIMITS F. HIRED AUTO — LOWED WORLDWIDE COV- ERAGE— INDEMNITY SIS G. WAIVER OF D EDU CTiBLE = GLASS PROVISIONS A. BROAD FORM NAMED INSURED The following ;s added to Paragraph A.1., Who fa An Insured, of SECTION 11—COVERED AUTOS LIABILITY COVERAGE; Any organization you newly acquire or form dur- ing the policy period over which you maintain 5.0% or more n rshlp interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til' the 184th day after you acquire or foram the or- gan[zetion or the end of the policy period, which- ever is sutler, a. ELANKET ADDITIONAL INSURED The following is added to Paragraph . in A,1„ Who Is An Insured. of SECTION II—COVERED AUTOS LIABILITY COVERAGE: Any person or or a.nizailon'who Is required under a written contract er agreement between you end that person or organization, that is signed and executed 5y you before the "bodily injury' or "property damage occurs and that is In effect during the policy periOd,.to be named as an add - Lionel insured is en "insured" for Covered Autos Liability Coverage, bat only for damages to whic.1; CA T3 53 L2 15 H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE —INCREASED LIMIT I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES -- INCREASED L1MiT J. PERSONAL PROPERTY K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR 4_05S M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS this insurance applies and only to the extent that parson er organrzatton qualifies as an 'Insuzee under the Who is An Insured provision contained in Section Ii_ C. EMPLOYEE HIRED AUTO 1. The following is added to Paragraph A.1., Who is An Insured. of SECTION fl — COV- ERED AUTOS LIABILITY COVERAGE: An 'employee' of yours is an 'insured" while operating ars 'eula" hired or ranted under e contract or agreement in an "employee's" name, with your permission, while peilorrning duties related to the conduct of your bus- ness. 2. The following replaces Paragraph b. In Other Insurance, of SECTION IV — BUSI- NESS AUTO CONDiT1OHS: b. For Hired Auto Physical Damage Cover- age. the following are doomed to be cov- ered ''autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto` hired or rented by your .employee" under t# contract In an 'employee's' name, with your 2015 Ttis Tra+w4ui Indemnity Corr -pally. Al! rlgi`.bs rase vim. Page 1 of 4 rr,Gud es crpyrightid me1e:•lel of twurordes Servl.ces Ofll i, In . wills Its perm xa1n, COMMERCIAL AUTO permission, while performing Julies related it the conduct of yOur bnsl- nees- I-Tawever, any "auto` that is teased, hired, rented or borrowed with a driver is not a covertsd "auto". D. EMPLOYEES AS INSURED The following is /added to Paragraph A1., Who Is An Inured, of SECTION li —COVERED AUTOS LIABILITY COVERAGE: Any 'employee" of yours is an insured' while us- ing a covered "auto you don't tiwn, hire or borrow in your business or your persona[ affairs. E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS 1. The following replaces Paragraph A.2.8.(2}, of SECTkON 11— COVERED AUTOS LIABIL- ITY COVERAGE: (2) Up to $3,000 for coat of bail bonds (in - chiding bonds Far related traffic law viola- tions} n -quIred because of an 'accident' we cover. We do not have to furnish these bonds. 2. The following replaces Paragraph A.2,&{4}, of SECTION II-- COVERED AUTOS LIABIL- ITY COVERAGE (4) All reasonable expenses Incurred by the "insured" at our request. including actual' loss of earnings uta to $500 a day be- cause Of lime off from work F. HIRED AUTO — LIMITED WOR1.n1NIDE COV- ERAGE — INDEMNITY SATs The following replaces Subparagraph (5) in Para- graph B.T.. Policy Period, Coverage Territory, of SECTION IV - BUSINESS AUTO CONDI- TIONS; (5) Anywhere In the world. except any country or jurisdiction while any trade sanction, em- bargo, or similar regulation imposed by the United Mates of America applies to and pro - tittle the transaction of business with or within such country or jurisdiction, for cov- ered Autos Liability Coverage for any covered 'auto" that you lesser hire, rent. or berrcw without a driver for a period of 30 days or less and that is net art 'auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership). members (if you area limited liability company) or members of their households. (a) With respect to any Clairrt made or "suit' brought outside tare United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada: (I) You must arrange to defend the °in- sured" against, and investigate ar set- tle a:iy such claim or 'suit" and keep as advised of all proceedings and as lions, (i1) Neither you nor any ogler involved "insured" wilk make any settlement without our consent. We may. et our discretion, participate in defending the "insured" against, or In the settlement of, any claim or "suit`. (Iv) We;AI reimburse the "insured" for suras that the "insured' legally must per es damages because of 'bodily [Elul -4f Or "property damage to which this insurance applies, that the "in- sured' pays with our Consent, but Only up to the limit descrrbad in Pare - graph C., Limits Of insurance, of SECTION 1! — COVERED AUTOS LIABILITY COVERAGE. (rr). We will reimburse the 'Insured' for tete reasonable expenses incurred with our consent for your investiga- tion of such halms and your defense of the 'insured' against any such 'sor. but only up to And Included Within he limit described in Para- graph C., Kraits OF insurance, of SECTION II — COVERED AUTOS LIABILITY COVERAGE, and not In addition to such limit. Our duty to make such payments ends when we have used up the applicable Ilrrait of insurance in payments for damages, satt]emer1ts or defense expanses. (14 This insurance Is excas over any valid and collectible other insurance available to the 'Insured' whether primary, excess, contingent or on any other basis. (o) 1?sks insurancs is not a substitute for re- quired ar compulsory insurance in any clrJntry outside the United States, its ter- ritories and possessions, Puerto Rico and Canada. Page 2 of 4 IP 2015 The TmviVers lnremnity Company- All rights res.arrved. anclud65 copyright d materiel cFJn_sirence services Grim, Irt %VI jb pezn ele,n, CAT3.53 0215 You agree to maintain ell required or compulsory Insurance In any such coun- try up to the minin um limits required by local lo3w. Your falJure to comply wllh compulsory insurance redulr9menls will not invalidate the coverage afforded by this policy, but we will only be liable to the sante extent we would have been flabie had you complied with the compulsory in- surance requirements. (d) It is understood that we are not an admit- ted or authorized insurer outside the Unifed. States of Amerlcs, its territories and possessions, Puerto Rico and Can- ada, We assume no responsibility for the famishing of certificates of insurancer or for crtrnpitanc+e in any way with the laws of other countries relating to Insurance. G. WAIVER OF DEDUCTIBLE •- GLASS The following i$ added to Paragraph D., Deductl• We, of SECTION IIi •- PHYSICAL DAMAGE COVERAGE: No deductible for a cowered 'auto" gi11 apply to glass damage if the glass is repaired rather than replaCed, H, HIRED AUTO PHYSICAL DAMAGE - LOSS OF USE- INCREASED LIMIT The following repiiaces the Test sentence of Para- graph A.4,b., Loss Of Use Expenses, of SEC- TION III -PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for Ions of use i$ $65 per clay, to a ineximun7 of 5750 for any one'accident"- I. PHYSICAL DAMAGE - TRANSPORTATION EXPENSES — INCREASED LIM T The following replaces the first sentence in Para- graph A.4.a.r Transportation Expenses, of SECTION III - PHYSICAL DAMAGE COVER. AGE: We will pay up to 550 per day to a maximum of $1.500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto' of the prtvate passenger type. J. PERSONAL PROPERTY The following is added to Paragraph A.4.. Cover- age Extensions, of SECTION Ill - PHYSICAL DAMAGE COVERAGE: Isonal Property We wfJI pay up to $400 for "toss" to wearing ap- parel and other part property which is: (1) Owned by an "insured": and coMMEROIAL AUTO ( In or on your covered °auto". Thi3 Coverage applies only in the event of a total theft cf your covered 'auto°_ No deductibles apply to This Personal Property coverage, K. AIRBAGS Ths- fallowing is added to Paragraph B.3„ ExCiu- aions, Of SECTION 111 - PHYSICAL DAMAGE COVERAGE: Exch,etan 3a. cues not apply to "loss' to one or rrtr}re airbags in a COVOred "auto' you t that in- flate due to a cause other than a cause of °foss° set forth In Paragraphs A.1.0. and A.1.c., but only; S. 111I ''eut& ie a covered ":flute' for Compre- hensive Coveraga under this policy; lv. The airbags are not covered under any war- ranty; and c. The a Irbags were not intent arta IIy ir'tfla ted. Wo will pay up to a maximum of S14013 for any one 'loss'. L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.i .. of SECTION IV - BUSINESS AUTD CONDMON Your duty to glue us of our authorized representa- tive prompt notice of tike eaocidenl" or "loss' ap- plWe only when the 'accident" or -loss" is known 04 You {if you are an indlvidur34; (b) A partner (if you are a partnership): (c) A member (if you are e limited Ifabiilty com- pany); (d) An executive officer, director or insurance manager (ft you are a corporation or other or- garllzation); or (0j Any employee" authorized by you lo give no- tice of the 'accident' or "lose"_ M. BLANKET WAIVER OF SUBROGATION The following r'epfeoes Paragraph A.5., Truiiafer Of Rights Of Recovery Aa1nst Others To ISS, Of SECTION - BUSINESS AUTO CONDI- TIONS: 5. Transfer Of Rights Of Recovery Against Others To U We waFve any right of recovery we may have against any perfion or organization to the ex- tent required of you by a written contract signed and executed prior to any 'acct anti or `loss", provided 3nat the 'eco idesrr or "bass" arises Out of operations contemplated by CA T3 53 02 15 3015 The Travelers Indemnity Congpe n7r- AIF rlylm reser d- Page $ of 4 tinc.iudes Gtpyrighle mgteriel o1rr rarme Servippx ° .111 , will 'at perm ss1Uru COMMERCIAL AUTO such contract. The waiver applies only to the person or organization designated in such contract, N. UNINTENTIONAL ERRORS OR OMISSIONS The following Is added to Petrograph 3-2.. Con- cealment, Misrepresentation, Or Fraud, of SECTION IV -BUSINESS AUTO CONDITIONS: The unintentional omission of, or unintentional error in, any tnformatfon given by you sheik not prejudice your rights under this Insurance. How- ever this provision does not effect our right to col - lett sclittiona1 premium or exercise our right of cancellation or non -renewal, Page 4 of 4 gi 2?5 Ti>'a Trave'ers Indemnity Compardy- All Agi re1ved. Ireludas copyrtill ed material ar rngurrnca Services Ont., inc.. %rdh' p4rrnitgion. GA T3 53 02 15 TexasMr WORKERS' COMPENSATION INSURANCE WORKERS.' COMPENSATION AND EMPLOYERS LIABILITY POLICY - WC 420304E Agent coPY TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement appfies only to the Insurance prodded by the porfoy because Texas is shown in item 3A of the Information Page. Wehave the rtght to recover aur payments from anyone liable for an injury covered by this policy. We will not enfozoe our right against the person or nenizetion named Ir+ the. Schedule, but this waiver applies only with aspect to bodily injury arising out of tate operations described In the scIi&dule where you are required by a written contract to obtain this waiver from us. Thisendorrernerit shelf not operate directly or. truiirec#ry to benefit anyone not named Ir t4, Schedule. The premium for this endorsement is shown in the Schedule Schedule 1. {) Specifrc Waiver • Name of person or organization (X)Bfan1cet Waiver Any person or orgeftstIon for whom the Punct insured has agreed by written contract to furnish this waiver, 2.. Opera41arns: Al! Texas operations 3. Premium The premium charge for this endorsement 5tlell he 2.0O percent oftrite.premium developed on Payrof in connection with work perlormod for the above pore.00m or organ EzaI On{s} ertsirsg Out of the operattions desnri beCt. 4- Advanoe Premturrt. included, see Information Page 1 hie endareemer t the rrgee the policy to which It is att,a dec' eiroalive an Me !notation data of he paticy graces a dnrterent dad is intik:4 bd below, (1h4 fallowing 'attaching clause" need be completed n 1l'f Mian title endorsem r't la !batted ralbsequenpifa i i1 or Vie polity.) "'Ma endarxerr nt, efl'ec1iv on 3i1/ fa at 12:01 a,raa. standard farms a part art POIoy no. 0001237005 of Texas Mutual Instiance Company effective on 311/1 a *sued l to: J CARROLL WEAVER INC 'finis is rapt a bill NCCI Odarter Coda. 29D3 PO box 12458. Autriinr Dc 7137 1-2058 t of 1 taxasenutual.com [ (BOO) 1359-5N5 FaX (8OO) 356 -MO Authorizetlrepresantative WCd20344B. POLICY NUMBER: DT-C0-2J115538-COF-18 ISSUE DATE: 03-07-18 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice of Cancellation: 30 PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM (CONTINUED ON IL T8 03) ADDRESS: THE ADDRESS FOR THAT PERSON OR (CONTINUED ON IL T8 03) SINTON TX 78387 PROVISIONS: If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule ILT4050311 above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. © 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 POLICY NUMBER: DT-CO-2J115538-COF-18 GENERAL PURPOSE ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US IL T4 05 03 11 THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: ALL COVERAGE PARTS INCLUDED IN THIS POLICY CONTINUATION OF FORM IL T4 05, PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVED NOTICE FROM US OF THE CANCELLATION OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS SCHEDULE. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. IL T8 03 Page 1 POLICY NUMBER: BA -2J115538 -18 -CNS ISSUE DATE: 03-06-18 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY CANCELLATION: PERSON OR ORGANIZATION: SEE CA T8 04 ADDRESS: SINTON, TX 78387 SCHEDULE Number of Days Notice of Cancellation: 30 PROVISIONS: If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule ILT4050311 above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. © 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 COMMERCIAL AUTO POLICY ENDORSEMENT - CA T8 04 03 18 POLICY NUMBER BA -2J115538 -18 -CNS ** THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ** IL T4 05 -DESIGNATED ENTITY IT IS AGREED THAT: PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED SHOWN IN THE DECLARATIONS RECEIVES NOTICE FROM US OF THE CANCELLATION OF THS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THE SCHEDULE. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. EFFECTIVE DATE 03-01-18 EXPIRATION DATE 03-01-19 PAGE 0001 DATE OF ISSUE 03-06-18 TexasMutuar WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 06 01 EMPLOYERS LIABILITY POLICY TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. Insured copy 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. 1. Number of days advance notice: 30 2. Notice will be mailed to: Schedule CITY OF CORPUS CHRISTI DEPT. OF ENG SERV PO BOX 9277 CORPUS CHRISTI, TX 78469-9277 US 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 3/1/18 at 12:01 a.m. standard time, forms a part of: Policy no. 0001237005 of Texas Mutual Insurance Company effective on 3/1/18 Issued to: J CARROLL WEAVER INC This is not a bill NCCI Carrier Code: 29939 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com I (800) 859-5995 I Fax (800) 359-0650 ih/Le Authorized representative 2/28/18 WC 42 06 01