Loading...
HomeMy WebLinkAboutC2018-613 - 7/24/2018 - Approved C2018-613 7/24/18 Rei.031480 00 2 23 AGREEMENT A. Ortiz Construction & Paving This Agreement,for the Project awarded on July 24,2018, is between the City of Corpus Christi (Owner) and A.Ortiz Construction&Paving, 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/IC)Bid Part 1&-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 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 within 250 days for Bid Part 1 and within "^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 within 280 days for Bid Part 1 after the date when the Contract'imes 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 1&-2, Project No. E17019 `'° ; �N F D 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 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 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE I–BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents,this Bid Proposal is submitted by A Ortiz Construction & Paving,Jnc. —(type or print norne of compony) 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 tile Bid (See Section 7.01 below) to the City's electronic bidding website at www.Ci%PCastQSA,corn. if submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid - Residential Street Rebuild Project(RSRP) (ICD/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. 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 tile following Addenda: Addendum No. Addendum (Date, Si tu e Acknowledging Receipt 1 April 25, 20118, Si ow — 2 May 11, 2018 3 May 18 2018 4 May 23, 201 5 May 25, 201 6 May 25,201 0 7 June 07, 201 Bid Acknowledgen-tent Form 003000- 1 Residential Street Rebuild Project(RSRP)(ID/IQ) Bid Part 1 &2,Project No. E17019 Rv 01-13-2016 ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress,and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any,at or adjacent to the Site;and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site;and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information,observations, and documents on: A. The cost,progress,and performance of the Work; B. The means, methods,techniques,sequences,and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations,investigations,explorations,tests,studies,or data are necessary for the performance of the Work at the Contract Price,within the Contract Times,and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents,and all additional examinations, investigations,explorations,tests,studies, and data with the Contract Documents. Bid Acknowledgement Form 003000-2 Residential Street Rebuild Project(RSRP)(ID/IQ)Bid Part 1&2,Project No.E17019 Rev01-13-2016 3.10 The Bidder has given the OAR written notice of all conflicts,errors,ambiguities,or discrepancies that the Bidder has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed,and final payment for all Unit Price items will be based on actual quantities provided,measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid,the Bidder's responsibility,the Bidder's safety record,the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder.The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value,and whether the Bidder has met the minimum specific project experience requirements,and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids,to waive any and all irregularities in the Bids,or to reject non-conforming,non-responsive or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have,in the opinion of the Owner,changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 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 250 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)(ID/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 1 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 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name,state of residency,and federal tax identification number in the Bid Form. 10.02 The Bidder,or the Bidder's authorized representative,shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner,or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s)signing the Bid must have the authority to bind the Bidder to a contract,and if required,shall attach documentation of signatory authority to the Bid Form. 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 ReV01-13-2016 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s)authorized to execute documents on behalf of the Bidder. Bidders using an assumed name(an"alias")shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency,or as otherwise existing. ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: A Ortiz Construction&Paving, Inc. (typed or printed full legal name of Bidder) By: 4-Z 0-",4 (individual's signature) Name: Raul Ortiz (typed or printed) Title: President (typed or printed) Attest: cl (individual's signature) State of Residency: Texas Federal Tax Id. No. 74-2230136 Address for giving notices: 102 Airport Rd Corpus Christi,TX 78405 Phone: 361-882-2122 Email: aortizpav@sbcglobal.net (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 ReYOl•13-2016 00 30 01 BID FIRM Project Name: Residential Street Rebuild Project(RSRP)(1D/IQ)Bid Part 182 Project Number: E17019 Owner: City of Corpus Christi Bidder. OAR: Designer: Hanson ProfessIonal Services Inc. Basis of Bid � /i / /v / / Base Bid Fart 1 Part A-General(per SECTION 0129 01 MEASUREMENT NT"AND BASIS FOR PAYMENT) 1-Al MO ILIZATION(MAX.5 ) LS 1 1-A2 BONDS&INSURANCE LS 1 1-A3 STORMWATER POLLUTION PREVENTION PLAN(PER 51R:EET SEGMENT') EA 14 1-A4 OZONE ACTION DAYS DAY a RECONSTRUCTION SECTION-TRAFFIC CONTROL(PLAN&PREPARATION, 1-A5 MOBILIZATION&IMPLEMENTATION AND ADJUSTMENTS) EA 3 1.A.6 RE,HAMUTATION SECTION-TRAFFIC CONTROL(PLAN'&PREPAR.ATION, EA J.1 �%% % '%�/r%��d MOBILIZATION&IMPLEMENTATION,AND ADJUSTMENTS 0"i"` 1 ,' , `," 1-A7 DOOR HANGERS,PRINTED AND DELIVERED 2 PER RESIDENCE EA 682 1-A8 ALL-WEATHER MATERIAL FOR TEMPORARY DRIVEWAY ACCESS EA 104 SUBTOTAL PART A_GENERAL Items 1-Al thru 1-A8 Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) -131 REMOVE AND DISPOSE OF EXISTING TOP LAYER OF PAVEMENT SY 46134 %, i% %; '�/,i f, % (ASPHALT) 1-B2 FINAL SURFACE(1-INCH TYPE'U'HMAC) 5'Y 1000 1-B3 FINAL SURFACE(1.54NCH TYPED'H'MAC) SY 4980 "%/j' '✓ r %% 1 " °1' 1.134 FINAL SURFACE(24NCH TYPIE'D'FIMACj SY 20572 1-135 FINAL SURFACE 2.5-INCH TYPE"D"I-IMAC SY 100 %%„OCA %%' / ( ) l/r�/, ��",'"d��/%O,r Mg , 1-BG FINAL SURFACE(3-INCH TYPE DFwAC) SY 20582 Emil , 1 1-B7PRIME COAT,MC-30(0.15 GAL/SY) GAL 6921 1.13$ CRUSHED LIMESTONE BASE(TYPE A,GRADE 1-2) SY IN 131a5al%% % 1-139 GEOGRID,TE,NSAR TX-5 SY 19269 1-810 GEOGRID,TENSAR TX-7 SY 5000 1-B11 B-INCH COMPACTED SUBGRADE SY 15356 1-1-1312iLw .2 8-INCH MESTABILIZED BASE AND SUBGRADE ' SY 6553 1-1313 CEMENT STABILIZED BASE CY370 1-1314 SCARIFY AND RE-COMPACT EXISTING BASE, SY 18E30 rm 1.1315 STREET EXCAVATION CY 2564 %%%%f; f or rrl�img, 1-1316 RAISED PAVEMENT MARKERS(TYPE Iw-A,-A)(FIRE HYDRANT MARKING EA 1 23 :yi 1-B17 CONCRETE DRIVEWAY DEMOLITION' SF 19032 1-1318 N'EW STANDARD 6-INCH CONCRET E DRIVEWAY SF 19032 1-B19 PAVEMENT'REPAIR SF Soo 1-820 ADJUSTMENT OF EXI'STMG MANHOLE RING\CO'VER IN ROADWAY EA 25 N 1-B21 WATER VALVE ADJUSTMENTS EA 10 1-B22 SPEED TABLES EA 3 1.-1323 REMOVE EXISTING CHAIN LINK FENCE.AND REPLACE WITH NEW LF 200 1-B24 REMOVE EXISTING WOODEN FENCE AND REPLACE WITH NEW LF 200 1.-B25 INEW REGULATORY SIGNAGE EA 15 ���rrs�dsro r "' Bid Farm arTAC”w�ra-Tf-m- SEwrr a mgr a Residential Street Rebuild Project(RSRP),Project No.E17019 Rev C11-13,2016 00 30 01 BID FORM f1�E0'TIf1N UNIT � TIE(ATk�ktT PRICiTw 1-826 RELOCATION OF EXISTING SIGNAGE EA 20 X00 1-1327 REMOVAL OF EMSTINC SIGNAGE EA 20 1-B28 SODDING Sy 1800 1-1329 WATER SERVICE LINE ADJUSTMENTS LF 1621 SUBTOTAL PART B-STREET IMPROVEMENTS(items 1-Bl thru 1-1329) 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 1-0 SIDEWALK RETAINING CURB LF 300 1-C4 SIDEWALK RETAINING CURB DEMOLITION LF 300 I� I 1-05 CONCRETE CURB RAMP SF 7614 1-C6 CURB RAMP DEMOLITION SF 7614 1-C7 TYPE"C"PREFABRICATED CROSSWALK STRIPING(1.2-INCH) LF 1.00 N"X'110, 1-C8 TYPE"C®PREFABRICATED CROSSWALK STRIPING(24-INCH) LI 730 1-C9 TYPE"C°PREFABRICATED STOP BAR STRIPING(24-INCH) LF 149 , „i,%if0 % %/%%%%% "' fG /, , ki �/�iG�ir� ,��� SUBTOTAL PART C-ADA IMPROVEMENTS 1-Cl THRU 1-0 Park D-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1.-D1 CURB INLET(TOP RECONSTRUCTION,S'THROAT TYP.) EA S - 1;-D2 NE'a�lV4-INCH CURB&GUTTER LF 5870 %%% %iiii�o�r err ri r r � i r�r is 1-03 NEW 6-INCH CURB&GUTTER LF 5870 1«04 DEMOLITION CURB&..GUTTER(4'%6"AND DRIVEWAY) LF 11741 *APERV""ARRIER 1-D6 CURB INLET DEMOLITION(INLET TOP) EA 3, 1-D7 SILT FENCE(SWPPP) LF 200 %/i %//%%o'iir f � NOUN l/r "✓ ,r ,n, 1-D8 INLET PROTECTION(SWPPP) EA 97 1-D9 SIDEWALK DRAIN LF 20 SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(1-Dl.THR'Ui 1.09) Part E-ALLOWANCES(per SECTION 0123 10 ALTERNATES AND ALLOWANCES) 1-El ALLOWANCE FOR UNANTICIPATED WATER lMPROVEMENTS LS 1 2-E2 ALLOWANCE FOR UNANTICIPATED WASTEWATER IMPROVEMENTS IS 1 3-E4 ALLOWANCE FOR UNANTICIPATC�STREETORM pMPROV4MEIVOTSLS 1 yMENTS LS 1 voj 3-E3 ALLOWANCE FOR SEWER SUBTOTAL PART E-ALLOWANCES (1-E1 THRU 1-E4) BASE BIRO PART 1 SUMMARY SUBTOTAL PART A-GENERAL(Items 1-A1 thru 1-A8) SUBTOTAL PART B-STREET IMPROVEMENTS Items 1-131 thrU 1-829 SUBTOTAL PANT C-ADA IMPROVEMENTS(Items 1-C1 thru 1.-C9) SUBTOTAL PART O-DRAINAGE IMPROVEMENTS(Items 1-C1 thrru 1-D9) SUBTOTAL PART E-ALLOWANCES(Items 1-E1 thru 1-E4) TOTAL PROJECT BASE BICC PART 1(PARTS A TI-IRU E) Contract Times Bidder agrees to reach Substantial Completion in 250 days Bidder agrees to reach Final.Completion in 1 280 Jdays Bid Form Assn Mex�r Tao.1 Residential Street Rebuild Project(RSRP),Project No..E17019 Reuai•13.2016, 00 SO 01 BID FORM Project. Name: Residential Street Rebuild Project(RSRP)(ID/ICI,) BId Park 1&2 Project Number. E:1.7019 owner: City of Corpus Christi Bidder st4��§n H logjnc, OAR:. Designer: Hanson ProfessionalServices Inc. Basis of Bid l EER1Tt I1fTPjO :,,/l//// '�/i ii,io��i ,,,, „` ,/ �fi „✓ri„ /ir, ,A /� ✓, ,,,iiia//ii'i / i /� ,,.,Jf,, Fuse Bid Part 2 Part A.General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT 2-Al MOBILIZATION(MAX,5%) LS 1 2-A2 BONDS&INSURANCE LS 1 2-A3 STORMW ,TER POLLUTION'PREVENTION PLAN(PER STREET SEGMENT) LA 1,8 2-A4 OZONE ACTION DAYS DAY 4 RECONSTRUCTION SECTION-TRAFFIC CONTROL(PLAN&PREPARATION, ma, 2-A5 EA 7 //y, MOBILIZATION&IMPLEMENTATION,AND ADJUSTMENTS ! REHABILITATION SECTION-TRAFFIC CONTROL(PLAN&PREPARATION, ; j/*0110 2-A.6 EA 11 MOBILIZATION,&IMPLEMEN'TATI'ON AND ADJUSTMENTS) 2-A7 DOOR HANGERS,PRINTED AND DELIVERED(2 PER(RESIDENCE) EA 838 2-A8 ALL-WEATHER MATERIAL FOR TEMPORARY DRIVEWAY ACCESS EA 102i� o SUBTOTAL PART A-GENERAL(items 2-A1 thru 2-A8) ,r Part B.STREET IMPROVEMENTS(per S'ECTILIN 0129 01 MEASUREIdENT AND BASIS FOR PAYMENT) REMOVE AND DISPOSE OF EXISTING TOP LAYER OF PAVEMENT54527 % ii/��iN!' 2-B1 5YEl %i% (ASPHALT) /% 2-82 FINAL SURFACE(1-INCH TYPED'HMAC) SY 1000 �M/,rr 2-83 FINAL SURFACE(1.5-INCH TYPE`D°HMAC) SY 161.4 2'-84 FINAL SURFACE 2-INCHTYPE'D'HIMAC SY 31.915 ( ) 9991 2-85 FINAL SURFACE 2.5-INCH TYPED°IilV4AC SY � 2-B6 FINAL SURFACE 3-INCH TYPE`D"HMAC SY 1.1.007 2-B7 PRIME COAT MC-30(0.15 GAL/SY) GAL 8181 2-B8 CRUSHED LIMESTONE BASE(TYPE A,GRADE 1.2) SY'-IN 1.00614 2-B9 GE,OGRID TENSARTX-5 SY 15410 2-Bio GEOG RID,TENSAR TX-7 SY 2500 2-B11 8-iNCHCOMPACTED SUBGRADE SY 14569 2-B1.2 8-INCH LIME57ABIUZED BASE AND SUBGRADE SY 7.200 2-813 CEMENT STABILIZED BASE CY 370 2-814 SCARIFY AND RE-COMPACT IEXISTING BASE Sy 5000 'F, 2-815 STREET EXCAVATION CY 2429 2-816 ......,RAISED PAVEMENT MARKERS(TYPE:II•A-A)(FIRE HYDRANT MARKING) � EA 30 2-617 CONCRETE DRIVEWAY DEMOLII MN SF 19517' 2-B18 NEW STANDARD 6-INCH CONCRETE DRIVEWAY 5F 19,517 'ii i'/' j''"',"j ''r' " 2-B1,9 PAVEMENT REPAIR SF 500 2-820 ADJUSTMENT OF EXISTING MANHOLE R,ING\COVER IN ROADWAY EA 19 2-821 WATER VALVE ADJUSTMENTS EA 2 2-B22 SPEED TABLES EA 2 2-823 REMOVE EXISTING CHAIN LINK FENCE AND REPLACE WITH NEW LF 200 2-824 REMOVE EXISTING WOODEN FENCE AND REPLACE WITH NEW LI- 200 / a, 2-825 NEW REGULATORY SIGNAGE EA 15 RT,As�rrar��ax Bid Form rraarr�rrb�.� SUCH 3 or 5 Residential Street Rebuild Project(R'SRP),Project No.E17019 RevQm-13-7016 00 30 01 BID FORM D "P TIONI LINO Ulk 2-B26 RELOCATION OF EXISTJNG SIGNAGE EA 20 2-B27 REMOVAL O�F EXISTING SIGNAGE EA 20 2-B28 SODDING SY 1800 CE LINE ADJUSTMENTS LF 1730 2-B29 iUBTOTAL PART B-STREET IMPROVEMENTS(Iterns 2-B1 thru 2-1329) Part C-ADA IMPROVEMENTS,(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 6' 2-Cl 4-INCH CONCRETE SIDEWALK SF 40492 2-C2 SIDEWALK DEMOLITION SI, 40492 2-C3 SIDEWALK RETAINING CURB LF 300 ........... 2-C4 SIDEWALK RETAINING CURB,DEMOLITION LF 300 HE 2-05 CONCRETE CURB RAMP SF 8442 2-C6 CURB RAMP DEMOLITION SF 8442 SIT111111, 2-C7 TYPE'C'PRE FABRICATE D CROSSWALK STRIPING(12-INCH) LF 100 2-C8 TYPE'C'PRE FABRICATED CROSSWALK STRIPING(24-INCH) LF 670 2-C9 TYPE'C'PREFABRICATED STOP BAR STRIPING(24-INCH) LF L 141 &Il, SUBTOTAL PART C-ADA IMPROVEMENTS(2-Cl THRU 2-C9) Part D-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASS FOR PAYMENT) 2�Dl CURB INLET ITOP RECONSTRUCTION,5'TH�ROAT TYP,) EA 5 2-D2 NEW 4-INCH CURB&GUTTER LF 3277 1--7 2-D3 NEW 6-INCH CURB&GUTTER LF 3277 2-D4 DEMOLITION CURB&GUTTER(4",6"and Driveway) LF 6554 2-G6 PERVIOUS BARRIER 2-D6 CURB INLET DEMOLITION(INLET TOP) EA 3 SIMON 2-D7 SILT FENCE(SWPPP) LF 200 E/"� 2-D8 INLET PROTECTION(SWP�PP) EA 87 2-D9 SIDEWALK DRAIN LF �20 SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(2-D1 THRUI 2-D9�) Part&ALLOWANCES(per SECTION 0123 10 ALTERNATES AND ALLOWANCES) 2-El ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS LS I INS, IN 2-E2 ALLOWANCE FOR UNANTICIPATED WASTEWATER IMPROVEMENTS LS I All" 2-E3 ALLOWANCE FOR UNANTICIPATED STORM SEWER IMPROVEMENTS LS 1 2-E4 ALLOWANCE FOR UNANTICIPATED STREET IMPROVEMENTS ILS 1 SUBTOTAL PART E-ALLOWANCES (2-El THRU2-E4) BASE BID PART 2 SUMMARY SUBTOTAL PART A-GENERAL(items 2-Al thru 2-AB) SUBTOTAL PART B-STREET IMPROVEMENTS(Items 2-B1 thru 2-IB29) SUBTOTAL PART C-ADA IMPROVEMENTS(Items 2-Cl thrU 2-C9) SUBTOTAL PART D-DRAMAGE IMPROVEMENTS(Iterns 2-D thrU 2-D9) SUBTOTAL PART E-ALLOWANCES(Itlems 2-El 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 1 300 Idays Bid:Forrn rriff—46f 5 1-1-101"rif JIN Residential Street Rebufld Project(RSRP),Project No.E17019 lkevol-ls-2016 00 34 01 BICC FORM Project Name: Residential Street Rebuild Project(RSRP)(Ifs/IQ) Enid Part 1&Z. Project Number: E1.7019 Owner: Clty of Corpus Christi Bidder Irtxi ' ir IrIC, CZAR: ,Designer. Hanson Professional Services Inc. BASE BID PART 1 & 2 SUG'`w!!VMARY TOTAL PROJECT BASE BICC PART 1 TOTAL PROJECT BASE BID PART 2 1;;, TOTAL PROJECT BASE'BID PART 1& � �a � '/ ��rsr�ta�dPo�ur .m� Bid Form AITACH ENTNo,I 5"rrl:013 Residential Street Rebuild Project(RSRP),Project No,E17019 Rnv01.13.2016, 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. ❑ 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. Bidder: Company Name: A. Ortiz Construction & Paving Inc. (typed or printed) By: (signo )--attach evidence of authority to sign) Name: Raul Ortiz (typed or printed) Title: President Business address: 102 Airport Rd. Corpus Christi JX 78405 Phone: (361) 882-2122 Email: aortizpav(ps�bcglobal.net END OF SECTION Compliance to State Law on Nonresident Bidders 00 30 02-1 Residential Street Rebuild Project(RSRP)(ID/IQ)Bid Part 1&2,Project No.E17019 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms 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"NA". See reverse side for Filing Requirements,Certifications and definitions. COMPANY NAME: A. Ortiz Construction & Paving Inc. STREET P.O. BOX: ADDRESS 102 Airport Rd. CITY: Corpus Christi STATE: Texas ZIP: 78405 FIRM IS: 1. Corporation ® 2. Partnership 8 3. Sole Owner E]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 "employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) N/A N/A 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name Title NIA N/A 3. State the names of each "board member" of the City of Corpus Christi having an 'ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee N/A N/A 4. State the names of each employee or officer of a"consultant"for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name NIA Consultant NIA City of Corpus Christi 003005- 1 Residential Street Rebuild Project(RSRP)(ID/IQ)Bid Part 1 &2,Project No.E17019 Rev 01-13-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION 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: Raul Ortiz Title: President (Type or Print) Signature of Certifying Person: Date: Z Z ff DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part-time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture,receivership or trust,and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 003005- 1 Residential Street Rebuild Project(RSRP)(ID/IQ)Bid Part I &2,Project No.E17019 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 Proiect(RSRP) (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. Company Name: A. Ortiz Construction & Paving Inc (typed or printed) By: (signoir --attach evidence of authority to sign) Name: Raul Ortiz (typed or printed) Title: President Business address: 102 Airport Rd_ Corpus Christi, TX 78405 Phone: (361) 882-2122 Email: aor izpav(a),sbcgloba1.net ENO OF SECTION Non-Collusion Certification 00 30 06-1 Residential Street Rebuild Project(RSRP)(ID/IQ)Bid Part 1&2,Project No.E17019 11-25-2013 a BID BOND KNOWALL MEN BY THESE PRESENTS,thatwe A.ORTIZ CONSTRUCTION&PAVING, INC. as Principal,hereinafter called the Principal,and FCCI INSURANCE COMPANY a corporation duly organized under the laws of the State of FLORIDA as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF CORPUS CHRISTI as Obligee,hereinafter called the Obligee,in the sum of FIVE PERCENT OF THE GREATEST AMOUNT BID Dollars($5%G.A.B. ) for the payment of which sum well and truly to be made,the said Principal and the said Surety, bind ourselves,our heirs,executors, administrators,successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitteda bid for RESIDENTIAL STREET REBUILD PROJECT(RSRP)(ID/IQ)PART 1 PROJECT NO.E17019 NOW,THEREFORE,if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documentswith good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds,if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void, otherwise to remain in full force and effect. r 13TH JUNE 2018 .,,;::,,, � {�• Signed and s ale . is day of A.ORTIZ C NSTRUCTION&PAVING,!£JO» (Principal) _ (Seal) (Witness) By: . (Title) FCCI INSURANCE COMPANY (Surety) (Seal (Witness) By: {idle) MARY ELLEN ORE,ATTY IN FACT Printed in cooperation with the American Institute of Architects(AIA) The language in this document conforms exactly to the language used in AIA Document A310-Bid Bond-February 1970 Edition. ,p' , � . . . ... :._ :. , v..�.. ... "�IIJtt.T _ rr _ -r7�� ��i __ _ _ ._. _ ^J r' —. - 1— r S ^v. �. .. �....�-� �.���+^. _fir�`,. �;s �� � j ��� -- - .-., ,, ,.! .:. i� �. . .... � .. _ .. � ��� -M_._..Y. ...�.,.� _ ._ ;'*. � shit 1�;� ... - .. . _ � �� �,. �' 4 %r 10-043277 i Y .1 GROUP INSURANCE i More than a policy.A promise, j GENERAL POWER OF ATTORNEY Know all men by these presents: That the FOCI Insurance Company, a Corporation organized and existing under the laws of the State of Florida(the"Corporation")does make, constitute and appoint: Aaron ndris; Mary Ellen Moore; Tracy L Gingras;Alicia Grumbles; Sherri Collins; Gwendolyn Johnston; Jack L Henry; Michael R Simon; Tricia Balolong; Tracy L. Miller; William Mitchell Jennings; James R Reid E Each, its true and lawful Attorney-In-Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of(not to exceed$5„000„000); $5,000,000.00 This Power of Attorney is made and executed' by authority of a Resolution adoptedby the Boards of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile signatures”or facsimile seal shall be binding upon the Corporation when so affixed and in the Future with regard to any, bond, undertaking or contract of surety to which it is attached. In witness whereof,the FOCI Insurance Company has caused these preseinNeptember o be signed by its duly authorized officers and its corporate Seal to be hereunto affixed,. this 22Nd day of —, 2011 t Attest: Craihnn, President Thom Koval Esq., EVP, Chie'F�a.l Officer, SEAL FCCI nsur Vice Company $991 Gov meat Affairs and Corporate Secretary FCCI Insurance Company State of Florida County of Sarasota Before me this day personally appeared Craig Johnson„ who is personally known to me and who executed the foregoing document for the purposes expressed therein. ARUNE CtJehfAktrl My commission expires: 9/25J2016 ''' , "��' p My COM,EV"s Sept 25,2016 No.IF.E213092Notary Public f State of Florida. County of Sarasota 1i Before me this day personally ,appeared Thomas A. Koval, Esq., who is personally known to me and who executed the foregoing document for the purposes expressed therein. A LENE CUEMAN Int commission ex ires; 9/25/2016 ” My p Aly �Sept4201 No,FE 3092 Notary Public CERTIFICATE 1,the undersigned Secretary of FOCI Insurance Company, a Florida Corporation„ DO, HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 24, 2011 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. Gated this 1 3° zt day of JUNr, 2018 1 - , Thomelovas, Esq., EVP, Legal Officer, Govr ent Affairs and Corporate retary 1.10NA43592.rai-04, 9r14 9 , _. ._.... ocG�..�.r5.te er ' an ag � JS ev, C'r � ?XCP #L�WFmt✓FP'.udJ "f fdJa�d'� mrfdgbM ,dFSiF.. ....._..._ ....... ..... .. !r . BID BOND KNOWALL MEN BY THESE PRESENTS,that we A.ORTIZ CONSTRUCTION&PAVING, INC. as Principal,hereinafter called the Principal,and FCCI INSURANCE COMPANY a corporation duly organized under the laws of the State of FLORIDA as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF CORPUS CHRISTI as Obligee,hereinafter called the Obligee,in the sum of FIVE PERCENT OF THE GREATEST AMOUNT BID Dollars($_5°!°G.A.B. ), for the payment of which sum well and truly to be made,the said Principal and the said Surety, bind ourselves,our heirs,executors, administrators,successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has submitteda bid for RESIDENTIAL STREET REBUILD PROJECT(RSRP)(ID/IQ)PART 2 PROJECT NO.E17019 NOW,THEREFORE,if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documentswith good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds,if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and se I this 3TH day of JUNE 2018 A.ORTIZ CONSTRUCTION&PAVING, INC; (Principal) _ {Seal) :. Witness) By. 42 �., Ulle) FCCI INSURANCE COMPANY (Surety) (Seal) (Witness) By. (Title) MARY ELLEN RE,ATTY IN FACT Printed in cooperation with the American Institute of Architects(AIA) The language in this document conforms exactly to the language used in AIA Document A310-Bid Bond-February 1970 Edition: =-i i t .1 Yr r� fes' 10-04,3278 t INSURANCE FiCki I GROUP More than ai policy„ Apronuse, GENERAL POWER OF ATTORNEY 1 1 Know all men by these presents: That the FCC'I Insurance Company, a Corporation organized and existing under the laws of the State of Florida(the"Corporation") does maks;, constitute and appoint:. Aaron Endris; Mary Ellen Moore;Tracy L Gingras; Alicia Grumbles; Sherri.Collins; Gwendolyn Johnston;. Jack L Henry; Michael R Simon; Tricia Balolong; Tracy L Miller;William Mitchell Jennings; James R Reid Each, its true and lawful Attorney-In-Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of(not to exceed$5,000,00%: $5,000,000,00 This Power of Attorney is made and executed by authority of`a Resolution adopted by the Board of Directors.. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. ig es below and the seal of the Cop y y i any such facsimile � The si natur Corporation may be affixed b facsimile, and signatures or facsimile seal shall be binding upon the Corporation vwhen,so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. In witness whereof,the I=CCI Insurance Company has caused these presen s to be signed by its duly authorized officers and its corporate Seal to be hereunto affixed, this 22 day of September , 2011 . II Attest: / SEAL � g � � L.�� Crai hn n, president Thom Koval Es BIP, Chie1�L C3fficer, FCCI risur ce Company c1ti i Gcav meat Affairs and CorporateSecretary ,. FCCI Insurance Company State of Florida County of Sarasota Before me this day personally appeared Craig Johnson, who is personally known to me and who executed the foregoing document for the purposes expressed therein. ARLENE EMAN My.commission expires 9/25/2016a � baa of Fli � mm _. — Y Co . 1t.2S,2016 Na.E;21 2 Notary Public f I State of Florida County of Sarasota Before me this day personally appeared Thomas A. Koval, Esp., who is personally known to me and ,who executed the foregoing document for the purposes expressed therein. ARLE[VC CUEMAN M commission expires: 9/25/2016 �"�,~�"1il*of My p My Comm.des$Opt 25,2016 .FE 213W2 Notary Public i CERTIFICATE I, the undersigned Secretary of FOCI Insurance Company, a Florida Corporation„ DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 24, 2011 i Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. Dated this 13° day of d'u2119 Thoma Koval, Esq,, EVP, ; Legal Officer, Goi r ent Affairs and Corporate �retary 14014A-3592-NA-04, 9114 l kr D(3cw� rd 4,5,16` ibr�0 i d St7c urd uar�kul as d1 blue b irk roufl1� ft -,Vw1,a the e ht �°rasPn_p',aCtnr o e alarm o,an d aiie rrP�,'1�µl��pxm���on bordef, °"��R��-0 ' � ��-• �.' .. �' - - -•`--•..J ;i;^• . . �l � ._... � �� l'r .. _� r_ �-�� _ _ � - � _ - - 00 2 23 AGREEMENT This Agreement, for the Project awarded on July 24,2018, is between the City of Corpus Christi (Owner) and A.Ortiz Construction & Paving, 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 1 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 within 250 days for Bid Part 1 a-R4 4.0.githiR "^days f9F Bid o,.+ ' after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 280 days for Bid Part 1 ,.•;+";^ ^^days f9F Rid Dart 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 1&4, 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 1 $ 4,570,000.00 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 1&4, 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 1&4, 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 1&4, 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 1&4, Project No. E17019 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI Dig"a'"a,—ev Re°ee�a Hr— DN signed by Jeff Edmonds Rebecca Huerta -� ,Rede°ea °-1=,b�v°f°°°°s°nst, Jeff Edmonds -2 see806 `01 xebec anc"".asdem,`=D5 Date:2018.08.06 08:36:42-05'00' Date.2018.08.Ofi 10.04.2fi-0500' 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 Digi ally Signed. by tML 2018.08.03 15:57:08 DN:' RH�e City Secretary,o- Dt Secretary,RH/ML in 2mo�geel@eaem us 05'00' Date 180806 09:04:58-05-00- Assistant City Attorney ATTEST(IIF CORPORATION) CONTRACTOR Dignion Valerie P I n o n Datlea12018 08.03 09:46:04 lly signed by 10ie 5 '00' A.Ortiz Construction & Paving, Inc. Raul Ortiz Digitally signed by Raul Ortiz (Seal Below) By: Date:2018.08.0309:43:47-05'00' Note: Attach copy of authorization to sign if Title: President person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 102 Airport Road Financial Officer Address Corpus Christi,TX 78405 City State Zip 361/882-2122 (361 ) 883-4188 Phone Fax aortizpav@sbcglobal.net EMail END OF SECTION Agreement 005223-6 Residential Street Rebuild Project(RSRP) (ID/IQ) Bid Part 1&4, Project No. E17019 Rev 06-22-2016 00 6113 PERFORMANCE BOND BOND NO. 4401076 Contractor as Principal Name: A.Ortiz Construction & Paving, Inc. Mailing address (principal place of business): 102 Airport Rd. Corpus Christi, TX 78405 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 1 Project No. E17019 Award Date of the Contract: lulu 24, 2018 Contract Price: 54,570,000.00 Bond Date of Bond: AUGUST 1,. 2018 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: FCCI INSURANCE COMPANY Mailing address (principal place of business): 2435. N. CENTRAL EXPWY, SUITE 1000 RICHARDSON, TEXAS 75080 Physical address (principal place of business): SAME Surety is a corporation organized and existing under the laws of the state of: FLORIDA 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): 972-338-3394 Telephone (for notice of claim): SEE ATTACHED Local Agent for Surety Name: HIGGINBOTHAM INSURANCE AGENCY 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 1 006113-1 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 Principalk:.,,I) Signature: G- Surety Signature:. -27/ 7 -, Name: f�aLi r �l� , Name: MARY MOORE Title: P sed NI Title: ATTORNEY IN FACT Email Address: a641-4,am@sbclubaiNI Email Address: memoore@higginbotham.net .11.1... N}.f ', O ,' U'���. .... r .+ .‘. (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond E17019 Residential Street Rebuild Project (RSRP) IDIQ— Part 1 006113-2 7-8-2014 FCCI INSURANCE GROUP More than a policy. A promise. GENERAL POWER OF ATTORNEY 10-043282 Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under the laws of the State of Florida (the "Corporation") does make, constitute and appoint: Aaron Endris; Mary Ellen Moore; Tracy L Gingras; Alicia Grumbles; Sherri Collins; Gwendolyn Johnston; Jack L Henry; Michael R Simon; Tricia Balolong; Tracy L Miller; William Mitchell Jennings; James R Reid Each, its true and lawful Attorney -In -Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of (not to exceed $5,000,000): $5,000,000.00 This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. In witness whereof, the FCCI Insurance Company has caused these presen s to be signed by its duly authorized officers and its corporate Seal to be hereunto affixed, this 22ND day of September , 2011 . Attest: pANCE . Crai hn n, President SEAL ;9?t Thom . Koval Esq., EVP, Chie Officer, FCCI nsur ce Company I.)94 Gov ment Affairs and Corporate Secretary ••. T4oa}Qe : FCCI Insurance Company State of Florida County of Sarasota Before me this day personally appeared Craig Johnson, who is personally known to me and who executed the foregoing document for the purposes expressed therein. ARLENE CUEMAN Mycommission expires: 9/25/2016 Notary Public, State of Florida • P MY Comm. Expires Sept. 25, 2016 No.EE213092 Notary Public State of Florida County of Sarasota Before me this day personally appeared Thomas A. Koval, Esq., who is personally known to me and who executed the foregoing document for the purposes expressed therein. ARLENE CUEMAN Naar Public. Stale of Florida kly Comm. Expires Sept. 25, 2016 No.EE213092 Notary Public My commission expires: 9/25/2016 CERTIFICATE I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 24, 2011 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. 1-10NA-3592-NA-04, 9/14 Dated this 1 1ST day of AUGUST 2018 Thoma Koval, Esq., EVP, - Legal Officer, Gov r ent Affairs and Corporate e -tary DocuGard /04546 contains a security pantograph, blue background, heat -sensitive ink, coin -reactive watermark, and microtext printing on border. 5f4SITi'✓FS S� h 'oF .)C NEAT OP IMPORTANT NOTICE To obtain information or make a complaint: You may call FCCI Insurance Group's (FCCI)* toll-free telephone number for information or to make a complaint at 1-800-226-3224. You may also write to FCCI Insurance Group Compliance Department e-mail at StateComplaints(cr�.fcci-orouo.com. For Claims, you may write to FCCI Insurance Group Claim Department e-mail at newclaim@fcci-cirouo.com. 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: PO Box 149104 Austin TX 78714-9104 Fax: 1-512-475-1771 Web: http://www.tdi.state.tx.us E-mail: Consu merP rotection etdi.state.tx. us PREMIUM OR CLAIM DISPUTES Should you have a dispute conceming your premium or about a claim you should contact FCCI first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached documents. *The FCCI Insurance Group includes the following insurance carriers: Brierfield Insurance Company, FCCI Advantage Insurance Company, FCCI Commercial Insurance Company, FCCI Insurance Company, Monroe Guaranty Insurance Company, and National Trust Insurance Company. 1 -BD -TX -21690 -NTP -11-12 Page 1 of 1 Copyright 2012 FCCI Insurance Group. 00 6116 PAYMENT BOND BOND NO. 4401076 Contractor as Principal Name: A.Ortiz Construction & Paving, Inc. Mailing address (principal place of business): 102 Airport Rd. Corpus Christi, TX 78405 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 1 Project No. E17019 Award Date of the Contract: July 24, 2018 Contract Price: $4.570,000.00 Bond Date of Bond: AUGUST 1,2018 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: FCCI INSURANCE COMPANY Mailing address (principal place of business): 2435 N. CENTRAL EXPWY, SUITE 1000 RICHARDSON, TEXAS 75080 Physical address (principal place of business): SAME Surety is a corporation organized and existing under the laws of the state of: FLORIDA 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): 972_338-3394 Telephone (for notice of claim): SEE ATTACHED Local Agent for Surety Name: HIGGINBOTHAM INSURANCE AGENCY Address:: 500 N. SHORELINE BLVD., SUITE 12001 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 Payment Bond Form E17019 Residential Street Rebuild Project (RSRP) IDIQ— Part 1 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 Princ al Signature: et, Surety Signature: , _ _ ` //� Name: 1Zuti IDY-t12 Name: MAf21LLEN MOORE Title: PYwdtnt Title: ATTORNEY IN FACT Email Address: (10V+17, AV( bGt 1 c)bd hi,C Email Address: memoore@higginbotham.net (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form E17019 Residential Street Rebuild Project (RSRP) IDIQ— Part 1 006116-2 7-8-2014 10-043282 FCCI INSURANCE GROUP More than a policy. Apromise. GENERAL POWER OF ATTORNEY Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under the laws of the State of Florida (the "Corporation") does make, constitute and appoint: Aaron Endris; Mary Ellen Moore; Tracy L Gingras; Alicia Grumbles; Sherri Collins; Gwendolyn Johnston; Jack L Henry; Michael R Simon; Tricia Balolong; Tracy L Miller; William Mitchell Jennings; James R Reid Each, its true and lawful Attorney -In -Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of (not to exceed $5,000,000): $5,000,000.00 This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. In witness whereof, the FCCI Insurance Company has caused these presen s to be signed by its duly authorized officers and its corporate Seal to be hereunto affixed, this 22ND day of September , 2011 . Attest: trivY1e071_, Crai hn n, President FCCI nsur ce Company ;' prORcis/ cP,�I �o SEAL '-•�C OR10Q::: / v -- Thom Thom . Koval Esq., EVP, Chie Officer, Gov ent Affairs and Corporate Secretary FCCI Insurance Company State of Florida County of Sarasota Before me this day personally appeared Craig Johnson, who is personally known to me and who executed the foregoing document for the purposes expressed therein. ARLENE CUEMAN Notary Public, State of Florida My Comm. Eames SepL 25, 2016 No.EE213092 Notary Public My commission expires: 9/25/2016 State of Florida County of Sarasota Before me this day personally appeared Thomas A. Koval, Esq., who is personally known to me and who executed the foregoing document for the purposes expressed therein. ARLENE CUEMAN Notary Public, Stated Florida My Comm. Expires Sept. 25, 2016 No,EE213092 Notary Public My commission expires: 9/25/2016 aA,e, CERTIFICATE I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 24, 2011 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. 14ONA-3592-NA-04, 9114 Dated this ` 1ST day of AUGUST , 2018 Thoma Koval, Esq., EVP, - - Legal Officer, Gov r ent Affairs and Corporate e -tary DocuGard #04546 contains a security pantograph, blue background, heat -sensitive ink, coin -reactive watermark, and microtext printing on border. SStHS1TIVESy i OF 1T S4 174 IIEAT O. IMPORTANT NOTICE To obtain information or make a complaint: You may call FCCI Insurance Group's (FCCI)* toll-free telephone number for information or to make a complaint at 1-800-226-3224. You may also write to FCCI Insurance Group Compliance Department e-mail at StateComplaintsefcci-ctroup.com. For Claims, you may write to FCCI Insurance Group Claim Department e-mail at newclaim c(fcci-oroup.com. 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: PO Box 149104 Austin TX 78714-9104 Fax: 1-512-475-1771 Web: htto:llwww.tdi.state.tx.us E-mail: ConsumerP rotectionatdi.state.tx. us PREMIUM OR CLAIM DISPUTES Should you have a dispute conceming your premium or about a claim you should contact FCCI first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached documents. *The FCCI Insurance Group includes the following insurance carriers: Brierfleld Insurance Company, FCCI Advantage Insurance Company, FCCI Commercial Insurance Company, FCCI Insurance Company, Monroe Guaranty Insurance Company, and National Trust Insurance Company. 1 -BD -TX -21690 -NTP -11-12 Page 1 of 1 Copyright 2012 FCCI Insurance Group. A o® CERTIFICATE OF LIABILITY INSURANCE 3 E(3W/2DATE (MMJDD/YD/Y YYY) 018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in Lieu of such endorsement(s). PRODUCER Higginbotham Insurance Agency, Inc. dba Swantner & Gordon Insurance Agency, LLC PO Box 870 Corpus Christi TX 78403-0870 CONTACT Renee Terrell PHONE FAX (A1C. No. Ext): 361-561-4237 INC. Not: 361-844-0101 E-MAIL a 'Ess: rterrell@higginbotham.net INSURER(S) AFFORDING COVERAGE NALC# INSURERA: Republic Underwriters Ins Co 24538 INSURED ORTIZ1 A. Ortiz Construction & Paving, Inc. 102 Airport Road Corpus Christi TX 78405 INSURER B : Texas Mutual Insurance Company 22945 INSURER c: Ohio Security Insurance Company 24082 INSURER D : Endurance American Specialty Ins Co 41718 INSURER E : $100,000 INSURER F : COVERAGES CERTIFICATE NUMBER: 1878011019 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL WSD SUER WVD POLICY NUMBER POLICY EFF (MMIDDIYYYY) POUCY EXP (MMIDD/YYYYt LIMITS A X COMMERCIAL GENERAL UABILI Y CMP564824811 10/29/2017 10/29/2018 EACH OCCURRENCE $1.000.000 DAMAGE TO PREMISES (EaENTED occurrence) $100,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY 31,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE POUCY OTHER: X UMIT APPUES PER: LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ C AUTOMOBILE _ X X _ LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY _ X _ SCHEDULED AUTOS NON -OWNED AUTOS ONLY BAS1857462504 10/29/2017 10292018 COMBINED SINGLE LIMIT (Ea accident) $ 1,000.000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ D X UMBRELLA UAB EXCESS UAB OCCUR CLAIMS -MADE EXC10005850803 10/28/2017 102912018. EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000.000 $ DED RETENTION $ 8 WORKERS COMPENSATION AND EMPLOYERS' LABILITY ANYPROPRIETORIPARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) if yes, describe under DESCRIPTION OF OPERATIONS below YN N N / A 0001185671 10/29/2017 10/29/2018 X $TA UTE OTETH E.L. EACH ACCIDENT 31,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POUCY LIMIT $1.000,000 A Equipment Floater CMP564824811 1029/2017 10292018 Leased & Rented Equip $100,000 DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached 11 more space is required) See Attached... CERTIFICATE HOLDER CANCELLATION 1 City of Corpus Christi 1201 Leopard Street, Corpus Christi TX 78401 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACO AGENCY CUSTOMER ID: ORTIZI LOC #: ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Higginbotham Insurance Agency, Inc. NAMED INSURED A. Ortiz Construction & Paving, Inc. 102 Airport Road Corpus Christi TX 78405 POLICY NUMBER CARRIER NMC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER' 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE General Uability policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. (Republic Plus+ General Liability Enhancement Endorsement - Form CGRO29 08/14). General Uability policy includes a blanket additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. (Republic Plus+ General Liability Enhancement Endorsement - Form CGRO29 08114). General Liability policy includes a primary & non-contributory provision only when there is a written contract between the insured and certificate holder that requires such provision. (Republic Plus+ General Liability Enhancement Endorsement - Form CGRO29 08/14). General Uability policy includes Designated Construction Project(s) General Aggregate Limit which is capped at $5,000,000. (Republic Pius+ General Liability Enhancement Endorsement - Form CGRO29 08/14). Auto Liability policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. (Business Auto Enhancement Endorsement - Form CA 88 10 01/10). Auto Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the insured and certificate holder that requires such status. (Business Auto Enhancement Endorsement - Form CA 88 10 01/10). Auto Liability policy includes Pollution Liability - Broadened Coverage for Coverage Autos - Form CA 9948 03/06 and MCS -90 Motor Carrier Policies of Insurance for Public Uability. Workers Compensation policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate holder that requires it. (Texas Waiver of our Right to Recover From Others Endorsement - Form WC420304B 06/14). Excess Liability policy follows form of the underlying policies per Excess Liability Coverage Follow Form - Form EXL0203 08113. Pro ect Residential Street Rebuild Project (RSRP) IDIQ Part 1 Project No. E17019 ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CG R029 0814 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. REPUBLIC PLUS+ GENERAL LIABILITY ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM A. SECTION I- COVERAGES 1. COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIABILITY a. Exclusions 1. Exclusion 2.a. Expected Or Intended Injury is deleted in its entirety and re- placed by: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This ex- clusion does not apply to "bodily in- jury" or "property damage" resulting from the use of reasonable force to protect persons or property. 2. Exclusion 2.g. Aircraft, Auto Or Wa- tercraft, (2) is deleted in its entirety and replaced by: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge; 3. Fire, Lightning, Explosion and Sprin- kler Leakage If Damage To Premises Rented To You is not excluded under the policy the following applies: a. The last subparagraph of paragraph 2. Exclusions of SECTION I — COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE is deleted in its entirety and replaced by: Exclusions c. through n. do not ap- ply to damage by fire, lightning, ex- plosion or "sprinkler leakage" to premises while rented to you or CG R029 0814 temporarily occupied by you with the permission of the owner. A separate limit of insurance applies to this coverage as described in SECTION III — LIMITS OF INSURANCE. b. Paragraph 6. of SECTION 1I1 — LIM- ITS OF INSURANCE is deleted in its entirety and replaced by: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for dam- ages because of "property dam- age" to any one premises, while rented to you or temporarily oc- cupied by you with permission of the owner, arising out of damage by fire, lightning, explosion or "sprinkler leakage". c. Subject to all the terms of SECTION I11— LIMITS OF INSURANCE, the Damage To Premises Rented To You Limit is the greater of: (i). $300,000; or (ii). The amount shown in the Declarations for Damage To Premises Rented To You Limit d. Paragraph 4.b.(1)(ii) of SECTION IV — COMMERCIAL GENERAL LI- ABILITY CONDITIONS is deleted in its entirety and replaced by: (ii) That is Fire, Lightning, Explo- sion, "Sprinkler Leakage" or any similar insurance cover- age for premises rented to you or temporarily occupied by you with permission of the owner; Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 6 with its permission 2. COVERAGE C - MEDICAL PAYMENTS Insuring Agreement a. Paragraph 1.a.(3)(b), is deleted in its entire- ty and replaced by: (b) The expenses are incurred and reported to us within two years of the date of the accident; and b. This provision does not apply when SECTION I - COVERAGE C. MEDICAL PAYMENTS is otherwise excluded from this Coverage Part. 3.SUPPLEMENTARY PAYMENTS -COVERAGES A AND B Paragraph 1.b. is deleted in its entirety and replaced by: b. Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to fumish these bonds. B. AGGREGATE PER LOCATION This Coverage Extension does not apply if CG 25 03 DESIGNATED CONSTRUCTION PRO- JECT(S) GENERAL AGGREGATE LIMIT or CG 25 04 DESIGNATED LOCATION(S) GENERAL AGGREGATE LIMIT are attached to this policy. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You, Medical Expense and General Aggregate apply per "location" or construction project. 1. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under SECTION I - COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE, and for all medical expenses caused by accidents under SECTION I- COVERAGES, COVERAGE C - MEDICAL PAYMENTS , which can be attributed only to ongoing operations at a "location" or single construc- tion project: a. The most we will pay will be capped at $5,000,000, regardless of the number of: (1) "Occurrences"; (2) Insureds; (3) Claims made or "suits" brought; (4) Persons or organizations making claims or bringing "suits"; (5) Locations; or (6) Construction projects. b. Subject to B.1.a. above: (1) The General Aggregate Limit shown in the Declarations applies sepa- rately to each "location" or con- struction project. (2) Any payments made under SEC- TION I- COVERAGES, COVER- AGE A- BODILY INJURY AND PROPERTY DAMAGE for damages or under SECTION (- COVERAGES, COVERAGE C - MEDICAL PAYMENTS for medical expenses shall reduce the General Aggregate Limit for that "location" or construction project. Such payments shall not reduce the General Aggre- gate Limit for any other "location" or construction project. (3) The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medi- cal Expense continue to apply to each "location" or construction pro- ject, subject to the General Aggre- gate Limit. 2. For all sums which the insured becomes legally obligated to pay as damages caused by `occurrences" under SECTION I- COV- ERAGES, COVERAGE A -BODILY INJURY AND PROPERTY DAMAGE LIABILITY, and for all medical expenses caused by accidents under SECTION I- COVERAGES, COVERAGE C - MEDICAL PAYMENTS, which cannot be attributed only to a "loca- tion" or ongoing operations at a single con- struction project, any payments made under COVERAGE A for damages or under COV- ERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products - Completed Operations Aggregate Limit, whichever is applicable. This reduction is not applicable to any identifiable "location" or identifiable construction project. 3. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages be- cause of "bodily injury" or "property damage" included in the "products -completed opera- tions hazard" will reduce the Products - Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit. Page 2 of 6 Includes copyrighted material of Insurance Services Office, Inc., CG R029 08 14 with its permission 4. If a construction project has been aban- doned, delayed, or abandoned and then re- started, or if the authorized contracting par- ties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. C. SECTION II- WHO IS AN INSURED 1. Newly Acquired Or Formed Organization Paragraph 3. a. is deleted in its entirety and re- placed by: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; 2. Additional Insureds a. Owners, Managers, Contractors And Lessors Of Equipment Who Is An Insured is amended to include as an additional insured any person or or- ganization, other than a controlling interest or vendors, you are required by written agreement or written contract or permit to include as an additional insured, but only with respect to liability for "bodily injury", "property damage" or "personal and adver- tising injury" caused, in whole or in part, by: (1) Your acts or omissions in the perfor- mance of your ongoing operations for the additional insured; or (2) The acts or omissions of those acting on your behalf in the performance of your ongoing operations for the addi- tional insured; or (3) Maintenance or use of equipment leased or rented from such additional in- sured(s); or (4) Maintenance or use of that part of any premises leased or rented to you; or (5) Maintenance or use of that part of any premises owned by you; or (6) Maintenance or use of any premises owned by you but leased or rented to others. b. Controlling Interest (1) Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) with a controlling interest in the Named Insured, but only with respect to their CG R029 08 14 liability arising out of: (a) Their financial control of the Named Insured; or (b) Premises they own, maintain or control while the Named Insured leases or occupies these premises. This insurance does not apply to structural alterations, new construction or demolition operations performed by or for such addi- tional insured. However: (a) The insurance afforded to such addi- tional insured only applies to the extent permitted by law; and (b) If coverage provided to the addi- tional insured is required by a con- tract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such addi- tional insured. c. Vendors (1) Who Is An Insured is amended to include as an additional insured any per- son or organization (referred to below as vendor) with whom you agreed under a written contract or written agreement to provide insurance, but only with respect to "bodily injury" or "property damage" arising out of "your products" which are distributed or sold in the regular course of the vendor's business. However. (a) The insurance afforded to such vendor only applies to the extent permitted by law; and (b) If coverage provided to the vendor is required by a contract or agreement, the insurance afforded to such vendor will not be broader than that which you are required by the contract or agreement to provide to such vendor. (2) With respect to the insurance afforded to these vendors, the following addi- tional exclusions apply: The insurance afforded the vendor does not apply to: (a) "Bodily injury" or "property damage" Includes copyrighted material of Insurance Services Office, Inc., Page 3 of 6 with its permission for which the vendor is obligated to pay damages by reason of the as- sumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the ab- sence of the contract or agreement; (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in the product made intentionally by the vendor; (d) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing or the substitution of parts under instruction from the manufacturer, and then repackaged in the original container; (e) Any failure to make such inspection, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business in connec- tion with the distribution of the products; (f) Demonstration, installation, servic- ing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; or (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omis- sions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (i). The exceptions contained in sub- paragraphs 2.c.(2)(d) or 2.c.(2)(f) of this Coverage Ex- tension; or (ii). Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connec- tion with the distribution or sale of the products. (I) Any person or organization from whom you have acquired any prod- ucts, including any ingredient, part or container entering into, accompany- ing or containing "your products". 3. Exclusions applicable to all Additional In- sureds: a. This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the render- ing of or the failure to render any profess- sional services by you or on your behalf but only with respect to any of the following operations: (1) The preparing, providing, approving, or failing to prepare, provide or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Providing, or hiring independent profes- sionals to provide, engineering, archi- tectural or surveying services in con- nection with construction work you perform. (3) Supervisory, inspection, architectural or engineering activities. Professional services do not include ser- vices within construction means, methods, techniques, sequences and procedures employed by you in connection with your operations in your capacity as a construc- tion contractor. b. This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" not caused, in whole or in part, by you or by those acting on your behalf. c. This endorsement does not apply to any rail- road named as an additional insured whether by agreement, contract or permit. d. This insurance does not apply to "bodily injury or "property damage" occurring after leased or rented equipment is returned to the lessor. e. This insurance does not apply to "bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment fumished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the addi- tional insured(s) has been completed; or (2) That portion of "your work" out of which Page 4 of 6 Includes copyrighted material of Insurance Services Office, Inc., CG R029 0814 with its permission the injury or damage arises has been put to its intended use by any person or organization other than another contrac- tor or subcontractor engaged in per- forming operations for a principal as a part of the same project. f. This insurance does not apply to any "occur- rence" which takes place after you cease to be a tenant in any premises for which any- one has been included as an additional in- sured. g. This insurance does not apply to structural alterations, new construction or demolition operations performed by or on behalf of the additional insured at any premises in which you are a tenant, unless you are performing such operations and are required by written contract or agreement to include the premis- es' owner or manager as an additional in- sured. h. This insurance does not apply to "bodily injury" or "property damage" arising out of the "products — completed operations hazard". This exclusion does not apply to "bodily inju- ry" or "property damage" arising out of "your products" which are distributed or sold in the regular course of the vendor's business, as provided under subparagraph c. Vendors of paragraph 2. Additional Insureds. I. "Bodily injury" or "property damage" occur- ring before the signing of the contract or agreement, or the issuance of the permit, requiring the person or organization to be added as an additional insured. D. SECTION IV- COMMERCIAL GENERAL LIABIL- ITY CONDITIONS 1. Duties In The Event Of Occurrence, Offense, . Claim Or Suit Paragraph 2.a. Duties In The Event Of Occurrence, Offense, Claim Or Suit is deleted in its entirety and replaced by: a. You must see to it that we are notified as soon as practicable of an "occur- rence" or an offense which may result in a claim. Knowledge of an "occurrence" or an offense by your "employees" shall not, in itself, constitute knowledge to you unless you, your partners, "executive officers", directors, insurance manager or risk manager shall have actually received notice. To the extent possible, notice CG R029 08 14 should include: (1) How, when and where the "occur- rence" or offense .took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any inju- ry or damage arising out of the "oc- currence" or offense. 2. Representations The following is added to paragraph 6. Repre- sentations: If you should unintentionally fail to disclose all existing hazards at the inception date of this policy, we will not deny coverage under this policy solely because of such failure. This provision does not affect our right to collect additional premium or to exercise our right of cancellation or non -renewal. 3. Transfer Of Rights Of Recovery Against Others To Us (Waiver of Subrogation) The following is added to this clause: If a written agreement, written contract or per- mit requires that you waive any right of recov- ery against any person or organization we also waive any right of recovery we may have against that person or organization because of payments we make for injury or damage aris- ing out of "your work" for that person or organi- zation. 4. The following are added to SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: a. Primary Insurance — Non Contributing When required in writing by an agreement, contract or permit with any additional in- sured, the insurance afforded to such addi- tional insured is primary. Other insurance listing such additional insured as a named insured in the declarations will apply as ex- cess and not contribute as primary to the insurance afforded by this endorsement. b. Any agreement, contract, lease or permit requiring: (1) You to include any person or organiza- tion as an additional insured; or (2) You to waive your rights of recovery against any person or organization; or (3) That this insurance be primary; Includes copyrighted material of Insurance Services Office, Inc., Page 5 of 6 with its permission must be signed prior to an "occurrence" or offense. 5. The following Condition is added: Liberalization If we revise this Coverage Part to provide more coverage without additional premium charge, your policy will automatically provide the additional coverage as of the day the revi- sion is effective in your state. E. SECTION V — DEFINITIONS 1. Paragraph 9. a. "Insured contract" is deleted in its entirety and replaced by: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion or "sprinkler leakage" to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; 2. The following definitions are added: a. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a rail- road. b. "Sprinkler Leakage" means the accidental leakage or discharge of any fire extinguish- ing or fire suppression substance from an automatic sprinkler system or other auto- matic fire extinguishing system or automatic fire suppression system. It does not include the discharge of any automatic sprinkler or automatic fire extinguishing system or fire suppression system that discharges in response to a fire. Page 6 of 6 Includes copyrighted material of Insurance Services Office, Inc., CG R029 08 14 with its permission POLICY NUMBER: CMP 5648248 11 COMMERCIAL GENERAL LIABILITY CG 02 05 12 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: 1. Name: 2. Address: * SEE BELOW SCHEDULE 3. Number of days advance notice: 3 0 * * Information required to complete this Schedule, if not shown above, will be shown in the Declarations. * ANY CERTIFICATE HOLDER WHO IS REQUIRED BY WRITTEN CONTRACT WITH THE NAMED INSURED TO BE ADDED AS AN ADDITIONAL INSURED TO THE NAMED INSURED'S GENERAL LIABILITY CERTIFICATES ARE ON FILE WITH YOUR AGENT. ** EXCEPT 10 DAYS IN THE EVENT OF CANCELLATION FOR NON PAYMENT OF PREMIUM CG 02 0512 04 c ISO Properties, Inc.,. 2003 Page 1 of 1 COMMERCIAL AUTO CA 88 10 01 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement COVERAGE INDEX SUBJECT PROVISION NUMBER ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT 3 ACCIDENTAL AIRBAG DEPLOYMENT 12 AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 18 AMENDED FELLOW EMPLOYEE EXCLUSION 5 AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 13 BROAD FORM INSURED 1 BODILY INJURY REDEFINED 21 EMPLOYEES AS INSUREDS (including employee hired auto) 2 EXTENDED CANCELLATION CONDITION 22 EXTRA EXPENSE - BROADENED COVERAGE 10 GLASS REPAIR - WAIVER OF DEDUCTIBLE 15 HIRED AUTO PHYSICAL DAMAGE(including employee hired auto) 6 HIRED AUTO COVERAGE TERRITORY 20 LOAN / LEASE GAP 14 PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) 16 PERSONAL EFFECTS COVERAGE 11 PHYSICAL DAMAGE - ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 8 RENTAL REIMBURSEMENT 9 SUPPLEMENTARY PAYMENTS 4 TOWING AND LABOR 7 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 17 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US 19 SECTION II - LIABILITY COVERAGE is amended as follows: 1. BROAD FORM INSURED SECTION 11 - LIABILITY COVERAGE, paragraph A.1. - WHO IS AN INSURED is amended to include the following as an insured: d. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the policy period. However, "insured" does not include any organization that: (1) Is a partnership or joint venture; or (2) Is an insured under any other automobile policy; or (3) Has exhausted its Limit of Insurance under any other automobile policy. Paragraph d. (2) of this provision does not apply to a policy written to apply specifically in excess of this policy. e. Any organization you newly acquire or form, other than a partnership or joint venture, of which you own more than 50 percent of the voting stock. This automatic coverage is afforded only for 180 days from the date of acquisition or formation. However, coverage under this provision does not apply: (1) If there is similar insurance or a self-insured retention plan available to that organization; CA 88 10 01 10 02010 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office Inc., with its Permission. Page 1 of 7 (2) If the Limits of Insurance of any other insurance policy have been exhausted; or (3) To "bodily injury" or "property damage" that occurred before you acquired or formed the organization. 2. EMPLOYEES AS INSUREDS SECTION II - LIABILITY COVERAGE, paragraph A.1. - WHO IS AN INSURED is amended to include the following as an insured: f. Any "employee" of yours while using a covered "auto" you do not own, hire or borrow but only for acts within the scope of their employment by you. Insurance provided by this endorse- ment is excess over any other insurance available to any "employee". g. An "employee" of yours while operating an "auto" hired or borrowed under a written contract or agreement in that "employee's" name, with your permission, while performing duties re- lated to the conduct of your business and within the scope of their employment. Insurance provided by this endorsement is excess over any other insurance available to the "employee". 3. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT SECTION H - LIABILITY COVERAGE, paragraph A.1. - WHO IS AN INSURED is amended to include the following as an insured: h. Any person or organization with respect to the operation, maintenance or use of a covered "auto", provided that you and such person or organization have agreed in a written contract, agreement, or permit issued to you by governmental or public authority, to add such person, or organization, or govemmental or public authority to this policy as an "insured". However, such person or organization is an "insured": (1) Only with respect to the operation, maintenance or use of a covered "auto"; (2) Only for "bodily injury" or "property damage" caused by an "accident" which takes place after you executed the written contract or agreement, or the permit has been issued to you; and (3) Only for the duration of that contract, agreement or permit 4. SUPPLEMENTARY PAYMENTS SECTION II - LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, para- graphs (2) and (4) are replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations ) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the insured at our request, including actual loss of earn- ings up to $500 a day because of time off from work. 5. AMENDED FELLOW EMPLOYEE EXCLUSION In those jurisdictions where, by law, fellow employees are not entitled to the protection afforded to the employer by the workers compensation exclusivity rule, or similar protection, the following provision is added: SECTION II - LIABILITY,- exclusion B.5. FELLOW EMPLOYEE does not apply if the "bodily injury" results from the use of a covered "auto" you own or hire. SECTION III - PHYSICAL DAMAGE COVERAGE is amended as follows: 6. HIRED AUTO PHYSICAL DAMAGE Paragraph A.4. Coverage Extensions of SECTION III - PHYSICAL DAMAGE COVERAGE, is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of Loss or Collision coverage are provided under the Business Auto Coverage Form for any "auto" you own, then the Physical Damage coverages provided are extended to "autos": a. You hire, rent or borrow; or CA 8810 01 10 82010 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office Inc., with its Permission. Page 2 of 7 b. Your "employee" hires or rents under a written contract or agreement in that "employee's" name, but only if the damage occurs while the vehicle is being used in the conduct of your business, subject to the following limit and deductible: A. The most we will pay for "loss" in any one "accident" or "loss" is the smallest of: (1) $50,000; or (2) The actual cash value of the damaged or stolen property as of the time of the "loss"; or (3) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality, minus a deductible. B. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. C. Subject to the limit, deductible and excess provisions described in this provision, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. D. Subject to a maximum of $750 per "accident", we will also cover the actual Toss of use of the hired "auto" if it results from an "accident", you are legally liable and the lessor incurs an actual financial loss. E. This coverage extension does not apply to: (1) Any "auto" that is hired, rented or borrowed with a driver; or (2) Any "auto" that is hired, rented or borrowed from your "employee". For the purposes of this provision, SECTION V - DEFINITIONS is amended by adding the following: "Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. 7. TOWING AND LABOR SECTION III - PHYSICAL DAMAGE COVERAGE, paragraph A.2. Towing, is amended by the addition of the following: We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" classified and rated as a private passenger type, "light truck" or "medium truck" is dis- abled: a. For private passenger type vehicles, we will pay up to $50 per disablement. b. For "light trucks", we will pay up to $50 per disablement. "Light trucks" are trucks that have a gross vehicle weight (GVW) of 10,000 pounds or Tess. c. For "medium trucks" , we will pay up to $150 per disablement. "Medium trucks" are trucks that have a gross vehicle weight (GVW) of 10,001 - 20,000 pounds. However, the labor must be performed at the place of disablement. 8. PHYSICAL DAMAGE- ADDITIONAL TRANSPORTATION EXPENSE COVERAGE Paragraph A.4.a., Coverage Extension of SECTION III - PHYSICAL DAMAGE COVERAGE, is amend- ed to provide a limit of $50 per day and a maximum limit of $1,500 CA 88 10 01 10 02010 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office Inc.. with its Permission. Page 3 of 7 9. RENTAL REIMBURSEMENT SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: a. We will pay up to $75 per day for rental reimbursement expenses incurred by you for the rental of an "auto" because of "accident" or "loss", to an "auto" for which we also pay a "loss" under Comprehensive, Specified Causes of Loss or Collision Coverages. We will pay only for those expenses incurred after the first 24 hours following the "accident" or "loss" to the covered "auto." b. Rental Reimbursement will be based on the rental of a comparable vehicle, which in many cases may be substantially Tess than $75 per day, and will only be allowed for the period of time it should take to repair or replace the vehicle with reasonable speed and similar quality, up to a maximum of 30 days. c. We will also pay up to $500 for reasonable and necessary expenses incurred by you to remove and replace your tools and equipment from the covered "auto". d. This coverage does not apply unless you have a business necessity that other "autos" avail- able for your use and operation cannot fill. e. If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided under Paragraph 4. Coverage Extension. f. No deductible applies to this coverage. For the purposes of this endorsement provision, materials and equipment do not include "personal effects" as defined in provision 11. 10. EXTRA EXPENSE - BROADENED COVERAGE Under SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, we will pay for the expense of returning a stolen covered "auto" to you. The maximum amount we will pay is $1,000. 11. PERSONAL EFFECTS COVERAGE A. SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $600 for "personal effects" stolen with the "auto." The insurance provided under this provision is excess over any other collectible insurance. B. SECTION V - DEFINITIONS is amended by adding the following: For the purposes of this provision, "personal effects" mean tangible property that is wom or carried by an insured." "Personal effects" does not include tools, equipment, jewelry, money or securities. 12. ACCIDENTAL AIRBAG DEPLOYMENT SECTION III - PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS is amended by adding the follow- ing: If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion for "loss" relating to mechanical breakdown does not apply to the accidental discharge of an airbag. Any insurance we provide shall be excess over any other collectible insurance or reimbursement by manufacturer's warranty. However, we agree to pay any deductible applicable to the other cov- erage or warranty. 13. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE SECTION III - PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS, exception paragraph a. to exclu- sions 4.c. and 4.d. is deleted and replaced with the following: CA 88 10 01 10 02010 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office Inc., with its Permission. Page 4 of 7 Exclusion 4.c. and 4.d. do not apply to: a. Electronic equipment that receives or transmits audio, visual or data signals, whether or not designed solely for the reproduction of sound, if the equipment is permanently installed in the covered "auto" at the time of the "loss" and such equipment is designed to be solely operated by use of the power from the "auto's" electrical system, in or upon the covered "auto" and physical damage coverages are provided for the covered "auto"; or If the "loss" occurs solely to audio, visual or data electronic equipment or accessories used with this equipment, then our obligation to pay for, repair, retum or replace damaged or stolen property will be reduced by a $100 deductible. 14. LOAN / LEASE GAP COVERAGE A. Paragraph C., LIMIT OF INSURANCE of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by adding the following: The most we will pay for a "total loss" to a covered "auto" owned by or leased to you in any one "accident" is the greater of the: 1. Balance due under the terms of the loan or lease to which the damaged covered "auto" is subject at the time of the "loss" less the amount of: a. Overdue payments and financial penalties associated with those payments as of the date of the "loss", b. Financial penalties imposed under a lease due to high mileage, excessive use or ab- normal wear and tear, c. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease, d. Transfer or rollover balances from previous loans or leases, e. Final payment due under a "Balloon Loan", f. The dollar amount of any unrepaired damage which occurred prior to the "total loss" of a covered "auto", g. Security deposits not refunded by a lessor, h. All refunds payable or paid to you as a result of the early termination of a lease agreement or as a result of the early termination of any warranty or extended service agreement on a covered "auto", I. Any amount representing taxes, J. Loan or lease termination fees; or 2. The actual cash value of the damage or stolen property as of the time of the "loss". An adjustment for depreciation and physical condition will be made in determining the actual a cash value at the time of the "loss". This adjustment is not applicable in Texas. .5 B. ADDITIONAL CONDITIONS This coverage applies only to the original loan for which the covered "auto" that incurred the loss serves as collateral, or lease written on the covered "auto" that incurred the loss. C. SECTION V - DEFINTIONS is changed by adding the following: As used in this endorsement provision, the following definitions apply: "Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. A "balloon loan" is one with periodic payments that are insufficient to repay the balance over the term of the loan, thereby requiring a Targe final payment. CA 88 10 01 10 82010 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office Inc., with its Permission. Page 5 of 7 i It 1i 15. GLASS REPAIR- WAIVER OF DEDUCTIBLE Paragraph D. Deductible of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 16. PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) Paragraph D. Deductible of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: The deductible does not apply to "loss" caused by collision to such covered "auto" of the private passenger type or light weight truck with a gross vehicle weight of 10,000 lbs. or less as defined by the manufacturer as maximum loaded weight the "auto" is designed to carry while it is: a. In the charge of an "insured"; b. Legally parked; and c. Unoccupied. The "loss" must be reported to the police authorities within 24 hours of known damage. The total amount of the damage to the covered "auto" must exceed the deductible shown in the Declarations. This provision does not apply to any "loss" if the covered "auto" is in the charge of any person or organization engaged in the automobile business. SECTION IV - BUSINESS AUTO CONDITIONS Is amended as follows: 17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION IV- BUSINESS AUTO CONDITIONS, Paragraph B.2. is amended by adding the following: If you unintentionally fail to disclose any hazards, exposures or material facts existing as of the inception date or renewal date of the Business Auto Coverage Form, the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard of exposure as soon as practicable after its discovery, and we have the right to collect additional premium for any such hazard or exposure. 18. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS SECTION IV - BUSINESS AUTO CONDITIONS, paragraph A.2.a. is replaced in its entirety by the following: a. In the event of "accident", claim, "suit" or "loss", you must promptly notify us when it is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. Member, if you are a limited liability company; x 4. An executive officer or the "employee" designated by the Named Insured to give such z. notice, if you are a corporation. To the extent possible, notice to us should include: (1) How, when and where the "accident" or "loss" took place; (2) The "insureds" name and address; and (3) The names and addresses of any injured persons and witnesses. 19. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV - BUSINESS AUTO CONDITIONS, paragraph A.5., Transfer of Rights of Recovery Against Others to Us, is amended by the addition of the following: If the person or organization has waived those rights before an "accident" or "loss", our rights are waived also. CA 88 10 01 10 02010 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office Inc., with its Permission. Page 6 of 7 20. HIRED AUTO COVERAGE TERRITORY SECTION IV - BUSINESS AUTO CONDITIONS, paragraph B.7., Policy Period, Coverage Territory, is amended by the addition of the following: f. For "autos" hired 30 days or Tess, the coverage territory is anywhere in the world, provided that the insured's responsibility to pay for damages is determined in a "suit", on the merits, in the United States, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. This extension of coverage does not apply to an "auto" hired, leased, rented or borrowed with a driver. SECTION V - DEFINITIONS is amended as follows: 21. BODILY INJURY REDEFINED Under SECTION V - DEFINTIONS, definition C. is replaced by the following: "Bodily injury" means physical injury, sickness or disease sustained by a person, including mental anguish, mental injury, shock, fright or death resulting from any of these at any time. COMMMON POLICY CONDITIONS 22. EXTENDED CANCELLATION CONDITION COMMON POLICY CONDITIONS, paragraph A. - CANCELLATION condition applies except as fol- lows: If we cancel for any reason other than nonpayment of premium, we will mail to the first Named Insured written notice of cancellation at least 60 days before the effective date of cancellation. This provision does not apply in those states which require more than 60 days prior notice of cancella- tion. CA 88 10 01 10 02010 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office Inc., with its Permission. Page 7 of 7 COMMERCIAL AUTO CA 88 60 07 12 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF CANCELLATION PROVISIONS Any term or provision of the Cancellation Conditions of the policy or any endorsement amending or replac- ing such Conditions is amended by the following: If you have agreed in a written contract or written agreement to provide a person or organization notice = of cancellation we agree to the following: a. Provide 30 days prior written cancellation notice to such person or organization for reasons other than nonpayment of premium, but only if we are provided with a schedule of persons or A organizations with whom you have agreed to provide notification more than 30 days before the cancellation is to take effect. �--- For purposes of this endorsement, knowledge of the agent as to the persons or organizations requestingIiii notice of cancellation is insufficient to invoke our duty to provide notice of cancellation unless the identity of the persons or organizations is provided directly to us in accordance with the terms of this endorsement. 1 -1 Failure to provide notice to a person or organization in accordance with the terms of this endorsement shall ., not extend the effective date of the cancellation or otherwise affect cancellation of the policy as to any = insured. a s CA 88 60 07 12 0 2012 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 TeXasMutual® WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. () Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following 'attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 10/29/17 at 12:01 a.m. standard time, forms a part of: Policy no. 0001185671 of Texas Mutual Insurance Company effective on 10/29/17 Issued to: A ORTIZ CONSTRUCTION & PAVING INC This is not a bill NCCI Carrier Code: 29939 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1(800) 859-5995 Fax (800) 359-0650 Authorized representative 10/23/17 WC 42 03 04 B TexasMutu® WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 06 01 EMPLOYERS LIABILITY POLICY Insured copy TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. 1. Number of days advance notice: 30 2. Notice will be mailed to: Schedule THE CITY OF CORPUS CHRISTI 1201 LEOPARD ST. CORPUS CHRISTI, TX 78401 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 10/29/17 at 12:01 a.m. standard time, forms a part of: Policy no. 0001185671 of Texas Mutual Insurance Company effective on 10/29/17 Issued to: A ORTIZ CONSTRUCTION & PAVING INC This is not a bill NCCI Carrier Code: 29939 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-59951 Fax (800) 359-0650 Authorized representative 10/23/17 WC 42 06 01