Loading...
HomeMy WebLinkAboutC2017-532 - 8/22/2017 - Approved 2017-532 8/22/17 M2O17-124 Reytec Construction Resources 00 52 23 AGREEMENT This Agreement,for the Project awarded on August 22,2017,is between the City of Corpus Christi (Owner)and Revtec Construction Resources, 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: Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014) Project No. E15107 ARTICLE 2-DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: HDR Engineering,Inc. 555 N.Carancahua,Suite 1600 Corpus Christi.TX 78401 2.02 The Owner's Authorized Representative for this Project is: Ernesto De La Garza, P.E.-Construction Management Engineer City of Corpus Christi-Engineering Services 4917 Holly Rd Bldg 5 Corpus Christi,TX 78411 ARTICLE 3-CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 365 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 395 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each,areas defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones,Substantial Completion,and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Agreement 00 52 23-1 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev06-22-2016 INDEXED CONTRACT DOCUMENTS FOR CONSTRUCTION OF Chaparral St Phase 2 from Schatzell St to Taylor St. ( Bond 2014) Project No. E15107 * f T4i l VI IIID Ile DAVID) L CASH � � 1 8 ._._.. �NA 05130117 INEMMW WEE= II C ity of ... ................. RICARDO P1LDR 01.1-111-1-1-1-1—1111-11111-111111113193Corpusf ROBERT E. 70"C 1559 hTisti Cd ' 5/30/17 HDR Engineering 555 N. Carancahua, Suite 1600, Corpus Christi, TX 361-696-3300 Record Drawing Number STR-940 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev O1-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev 01-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest(Revo1-13-2016) 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience (Rev06-22-2016) 00 52 23 Agreement(Rev 06-22-2016) 00 61 13 Performance Bond (Rev 01-13-2016) 00 61 16 Payment Bond (Revo1-13-2016) 00 72 00 General Conditions (Rev 3-23-2015) 00 72 01 Insurance Requirements (Rev06-22-2016) 00 72 02 Wage Rate Requirements(Rev 06-12-2015) 00 72 03 Minority/ MBE/ DBE Participation Policy(Revo1-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 011100 Summary of Work(Rev 01-13-2016) 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures(Rev03-11-2015) 01 29 01 Measurement and Basis for Payment (Rev 01-13-2016) 01 31 00 Project Management and Coordination (Revo1-13-2016) 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register(Rev 7/3/2014) 01 33 02 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule Table of Contents 000100- 1 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev06-22-2016 Division/ Title Section 01 33 05 Video and Photographic Documentation 01 35 00 Special Procedures 014000 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications 021020 Site Clearing and Stripping 021040 Site Grading 021080 Removing Abandoned Structures 022020 Excavation and Backfill for Utilities and Sewers 022022 Trench Safety for Excavations 022040 Street Excavation 022100 Select Material 022420 Silt Fence 025205 Pavement Repair, Curb, Gutter, Sidewalk, & Driveway Replacement 025223 Crushed Limestone Flexible Base 025402 Planing Asphaltic Surfaces 025404 Asphalts, Oils, and Emulsions 025412 Prime Coat 025424 Hot Mix Asphaltic Concrete Pavement 025608 Inlets 025610 Concrete Curb &Gutter 025612 Concrete Sidewalks & Driveways 025614 Concrete Curb Ramps 025802 Temporary Traffic Controls During Construction 025803 Traffic Signal Adjustments 025805 Work Zone Pavement Markings 026201 Water Line Riser Assemblies 026202 Hydrostatic Testing of Pressure System 026204 Polyvinyl Chloride Pipe 026206 Ductile Iron Pipe and Fittings Table of Contents 000100-2 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev 06-22-2016 Division/ Title Section 026210 Polyvinyl Chloride Pipe 026214 Grouting Abandoned Utility Lines 026402 Waterlines 026404 Water Services 026409 Tapping Sleeves and Tapping Valves 026411 Gate Valves for Water Lines 026413 Butterfly Valves for Waterlines 026416 Fire Hydrants 026602 Wastewater Force Main 027200 Control of Wastewater Flows—Bypass Pumping Systems 027203 Vacuum Testing of Wastewater Manhole and Structures 027205 Fiberglass Manholes 027402 Reinforced Concrete Pipe Culverts 027602 Gravity Wastewater Lines 027604 Disposal of Waste from Wastewater Cleaning 027606 Wastewater Service Lines 027611 Cleaning and Televised Inspection of Conduits 028300 Fence Relocations 030020 Portland Concrete Cement 032020 Reinforcing Steel 038000 Concrete Structures 055420 Frames, Grates, Rings &Covers 151010 Gate Valves (S-103) Part T Technical Specifications 022480 Rolling 022485 Proof Rolling 025850 Retroreflectorized Pavement Markings 025851 Raised Pavement Markers 025852 Eliminating Existing Pavement Markings and Markers 025853 Pavement Surface Preparation for Markings 025854 Work Zone Pavement Markings 025858 Aluminum Signs Table of Contents 000100-3 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev 06-22-2016 Division/ Title Section 260126 Electrical Testing 260500 General Work Requirements for Electrical Specifications 260519 Low-Voltage Electrical Power Conductors and Cables 260526 Grounding and Bonding Electrical Systems 260543 Underground Ducts and Raceways for Electrical Systems 260553 Identification for Electrical Systems 260923 Lighting Control Devices 262713 Electricity Metering 262726 Wiring Devices 262913 Enclosed Controllers 265100 Interior Lighting 265600 Exterior Lighting 328423 Underground Sprinklers 329001 Common Planting Requirements 329113 Soil Preparation Appendix Title 1 Geotechnical Report 2 Subsurface Utility Engineering Report for Chaparral Street Phase 2—Schatzell St.to Taylor St. END OF SECTION Table of Contents 000100-4 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev 06-22-2016 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: Name of Project Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014) Owner's Prosect Identification No. Prosect No. E15107 A. Chaparral St. Phase 2(Bond 2014) street improvement project will rehabilitate Chaparral St.from Schatzell St. to Taylor St.which consists of a full depth reconstruction of the existing pavement to include a new pavement section for two-way traffic conversion with parallel parking(Approximately 1000 LF of Roadway) including driveway approaches, sidewalks, landscaping.ADA ramps and crossings, concrete curb and gutter and modified curb inlets and covers.This project will have two options Base Bid 1—Flexible Pavement Section and Base Bid 2—Rigid Pavement Section. Base Bid 1—Flexible Base Bid 2-Rigid 5" HMAC 7" PCC 7"Type A Grade 1 Base 6"Type A Grade 1 Base Geogrid TX5 Geogrid TX5 12" Compacted Subgrade 12" Compacted Subgrade This project will also include utility upgrades, lighting, parking meters, traffic signalization adaptation, resurfacing and striping.The street to be resurfaced and striped will be from Taylor St. to IH-37 and Coopers Alley to Williams St. along Chaparral Street and selected side street Additive Alternate 1 will be Schatzell St. between Mesquite St. and Water St. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$4,900,000 for Base Bid 1—Flexible Pavement and $5,300,000 for Base Bid 2—Rigid Pavement. The Project is to be substantially complete and ready for operation within 365 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. No additional time will be allotted for any Additive Alternate. Invitation to Bid and Instructions to Bidders 002113-1 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev 01-13-2016 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 Wednesday 6/28/17 at 2:00 pm 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—Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014) , Project No. E15107 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 Wednesday 6/28/17 at 2:00 pm, at the following location: City Hall Building— City of Corpus Christi Third Floor—Parks & Recreation Smart Board Conference Room 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. Invitation to Bid and Instructions to Bidders 002113-2 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev O1-13-2016 ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on Tuesday 6/20/17 at 10:30 am at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 3rd floor,Engineering Services 1201 Leopard Street, Corpus Christi,Texas 78401 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. 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 Invitation to Bid and Instructions to Bidders 002113-3 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev O1-13-2016 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 the outside as containing bid documents,the bidder's name and the job name and number and delivered as required in Article 3 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. Invitation to Bid and Instructions to Bidders 002113-4 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev O1-13-2016 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. 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 Invitation to Bid and Instructions to Bidders 002113-5 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev O1-13-2016 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. 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 Invitation to Bid and Instructions to Bidders 002113-6 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev O1-13-2016 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. 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. Invitation to Bid and Instructions to Bidders 002113-7 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev O1-13-2016 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, 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 8. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. Invitation to Bid and Instructions to Bidders 002113-8 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev O1-13-2016 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. 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 Invitation to Bid and Instructions to Bidders 002113-9 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev O1-13-2016 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 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev O1-13-2016 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1—INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises—Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations Hazard $1,000,000 Per Occurrence 6. Contractual Liability $2,000,000 Aggregate 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, $1,000,000 Combined Single Limit Non-Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability/ $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental X 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 X Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment X Required ❑ Not Required Insurance Requirements 00 72 01- 1 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 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 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 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 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 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 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 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 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 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 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 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 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 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 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 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 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 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 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev 06-22-2016 C'Iy(-'G\ "I Report Created On:7/5/2017 2:25:00 PM PROJECT: E15107 Chaparral Street Phase 2 from Schatzell Street to Taylor Street(Bond 2014) BIDDER: Reytec Construction Resources, Inc. TOTAL BID: $0.00 COMPLETION TIME: Not Required BIDDER INFO: 1901 Hollister Street Houston ,TX 77080 P: 713.957.4003 F: 1 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings, Specifications,and Contract Documents,this Bid Proposal is submitted by Re tec Construction Resources Inc. I(type or print name of company)on:Wednesday 6/28/17 at 2:00 pm for Project No. E15107,Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014). 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below)to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid—Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014), Project No. 15107 All envelopes and packages(including FEDEX envelopes) must clearly identify,on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. ARTICLE 2—BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with Owner on the form included in the Contract Documents,to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 2113 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum 1 06/23/2017 2 06/29/2017 , Bid Acknowledgement Form 003000-1 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev 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: r A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site;and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information,observations,and documents on: A. The cost, progress, and performance of the Work; B. The means, methods,techniques,sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations,tests,studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents,and Bid Acknowledgement Form 003000-2 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev 01-13-2016 all additional examinations, investigations, explorations,tests,studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts,errors,ambiguities,or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid,the Bidder's responsibility,the Bidder's safety record,the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder.The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value,and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids,to waive any and all irregularities in the Bids,or to reject non-conforming, non-responsive or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner,changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 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 Bid Acknowledgement Form 003000-3 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev 01-13-2016 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 365 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 395 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 Bid Acknowledgement Form 003000-4 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev 01-13-2016 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. 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. Bid Acknowledgement Form 003000-5 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev 01-13-2016 ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: Reytec Construction Resources Inc. (typed or prined fIP11 ie ai`na ne of Bidder) N!!��- T-By: 7 ..� (individual; s signature) Name: GreggT. Reyes (typed or printed) Title: President (typA printed) Attest: Rebecca Rues _ _............... .....__ ww— _(ii divisignature) State of Residency: Texas Federal Tax Id. No. 76-0516513 Address for giving notices: 1901 Hollister St. Houston, TX 77080 Phone: 713.957.4003 Email: GRe es re ec.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 003000-6 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev 01-13-2016 00 30 01 BID FORM Bid Form Page 6 of 6 Chaparral St-Phase 2 from Schatzell St to Taylor St(Bond 2014)—E15107 Rev 01-13-2016 C'Iy(-,G\ ,"I Report Created On:7/5/2017 2:25:01 PM BID TOTALS BASE BID 1 -FLEXIBLE Total General Not Bidding STREET IMPROVEMENTS Not Bidding RTA IMPROVEMENTS Not Bidding ADA IMPROVEMENTS Not Bidding DRAINAGE IMPROVEMENTS Not Bidding WATER IMPROVEMENTS Not Bidding WASTEWATER IMPROVEMENTS Not Bidding GAS IMPROVEMENTS Not Bidding ELECTRICAL SYSTEMS Not Bidding TRAFFIC SIGNALS Not Bidding LANDSCAPE AND IRRIGATION Not Bidding MIS IMPROVEMENTS Not Bidding Total Not Bidding ADDITIVE ALTERNATE NO.1 -FLEXIBLE Total ADDITIVE ALTERNATE NO. 1 Not Bidding Total Not Bidding BASE BID 2-RIGID Total General $445,291.00 STREET IMPROVEMENTS $31,486,749.10 RTA FACILITIES $270.00 ADA FACILITIES $260,750.00 DRAINAGE IMPROVEMENTS $110,645.00 WATER IMPROVEMENTS $367,849.00 WASTEWATER IMPROVEMENTS $343,087.00 GAS IMPROVEMENTS $63,800.00 ELECTRICAL SYSTEMS $834,255.00 TRAFFIC SIGNALS $136,502.50 LANDSCAPE AND IRRIGATION $599,340.00 MIS $109,666.00 Total $34,758,204.60 C'I V(-'G\ "I Report Created On:7/5/2017 2:25:01 PM ADDITIVE ALTERNATE NO.1 -RIGID Total ADDITIVE ALTERNATE NO. 1 $101,347.00 Total $101,347.00 BASE BID 1 - FLEXIBLE Not Bidding ADDITIVE ALTERNATE NO. 1 - FLEXIBLE Not Bidding BASE BID 2- RIGID General No. Description Unit Qty Unit Price Ext Price 2-A1 Mobilization LS 1 $200,000.00 $200,000.00 2-A2 Bonds and Insurance LS 1 $70,000.00 $70,000.00 2-A3 TCP Items(Signs Barricades, MO 12 $11,000.00 $132,000.00 Channelizing devices,etc.) 2-A4 TCP Plan and Prep EA 1 $6,000.00 $6,000.00 2-A5 TCP Mobilization/Adjustments EA 3 $5,000.00 $15,000.00 2-A6 Storm Water Pollution Prevention Plan LS 1 $16,000.00 $16,000.00 2-A7 Install Temporary Silt Fence LF 892 $4.00 $3,568.00 2-A8 Remove Temporary Silt Fence LF 892 $0.25 $223.00 2-A9 Ozone Day EA 5 $500.00 $2,500.00 Sub Total: $445,291.00 STREET IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 2-131 Street Excavation SY 8500 $22.00 $187,000.00 2-132 Compact Subgrade(12 in) SY 5422 $7.00 $37,954.00 2-133 Geogrid TX5 SY 5422 $4.50 $24,399.00 2-134 Flex Base Type A Grade 1-2(6 in) SY 5422 $19.00 $103,018.00 C'I V(-,G\ ,"I Report Created On:7/5/2017 2:25:01 PM STREET IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 2-135 Prime Coat MC-30 0.15GAL/SY SY 4997 $2.50 $12,492.50 2-136 Reinforced Concrete Pavement 7 in SY 4997 $105.00 $524,685.00 2-137 Stamped Concrete(Color and Pattern) SY 1047 $170.00 $177,990.00 2-138 PAVEMENT SEALER 4" LF 3193 $0.50 $1,596.50 2-139 PAVEMENT SEALER 24" LF 255 $1.00 $255.00 2-1310 Concrete Driveway(6"thick) SY 278 $108.00 $30,024.00 2-1311 Mill &Overlay(Chaparral St.-Coopers SY 9000 $31.00 $279,000.00 Alley to Williams and Taylor to IH 37) 2-1312 IN SM RD SN SUP&AM EA 39 $440.00 $17,160.00 TY10BWG(1)SA(T) 2-1313 REMOVE SM RD SN SUP&AM EA 2 $275.00 $550.00 2-1314 REMOVE SM RD SN SUP&AM (SIGN EA 25 $80.00 $2,000.00 ONLY) 2-1315 RAISED PAV MRK TY II-A-A EA 40 $5.00 $200.00 2-1316 RAISED PAV MRK TY I-C EA 40 $5.00 $200.00 2-1317 REFL PAV MRK TY I(W)4"(SLD) LF 8426 $0.60 $5,055.60 (090MIL) 2-1318 REFL PAV MRK TY I LF 301 $1.50 $451.50 (W)8"(SLD)(090MIL) 2-1319 REFL PAV MRK TY I LF 1439 $4.00 $5,756.00 (W)24"(SLD)(090MIL) 2-1320 REFL PAV MRK TY I EA 15 $400.00 $6,000.00 (W)(ARROW)(090MIL) 2-1321 REFL PAV MRK TY I EA 5 $360.00 $1,800.00 (W)(WORD)(090MIL) 2-1322 RE PM TY I(ACC EA 4 $220.00 $880.00 PRK)(WHT)(SYMBOL ONLY) 2-1323 PAVEMENT SEALER(ARROW) EA 15 $11.00 $165.00 2-1324 PAVEMENT SEALER(WORD) EA 5 $17.00 $85.00 2-1325 REFL PAV MRK TY 1(Y)4"(DBL LF 3032 $1.00 $3,032.00 SLD)(090MIL) 2-1326 Adjust Groundboxes to Finished EA 25 $600.00 $15,000.00 Grade Type F 2-1327 Track Removal Allowance LF 1000 $30,000.00 $30,000,000.00 2-1328 Unanticipated Allowance for Street LS 1 $50,000.00 $50,000.00 Improvements Sub Total: $31,486,749.10 C'I V(-,G\ ,"I Report Created On:7/5/2017 2:25:01 PM RTA FACILITIES No. Description Unit Qty Unit Price Ext Price 2-C1 CURB MRK Y 4"SLD LF 90 $3.00 $270.00 Sub Total: $270.00 ADA FACILITIES No. Description Unit Qty Unit Price Ext Price 2-D1 Concrete Curb Ramp SF 875 $50.00 $43,750.00 2-D2 Concrete Sidewalk SF 27125 $8.00 $217,000.00 Sub Total: $260,750.00 DRAINAGE IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 2-E1 5'Modified Curb Inlet Extension EA 11 $2,600.00 $28,600.00 2-E2 6'Modified Curb Inlet Extension EA 1 $2,800.00 $2,800.00 2-E3 Adjusted 4'Manhole Ring and Cover EA 11 $1,600.00 $17,600.00 2-E4 Trench Safety for Storm Water EA 23 $1.00 $23.00 Manholes/Inlets 2-E5 Concrete Curb and Gutter LF 2146 $7.00 $15,022.00 2-E6 Sidewalk Drain LF 120 $180.00 $21,600.00 2-E7 Unanticipated Allowance for Drainage LS 1 $25,000.00 $25,000.00 Improvements Sub Total: $110,645.00 WATER IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 2-F1 8"C900 PVC Water Line LF 970 $162.00 $157,140.00 2-F2 6"C900 PVC Water Line LF 180 $220.00 $39,600.00 2-F3 8"DIP Water Line LF 17 $194.00 $3,298.00 2-F4 6"DIP Water Line LF 15 $192.00 $2,880.00 2-F5 8"45 Deg D.I.M.J. Bends EA 3 $233.00 $699.00 2-F6 6"45 Deg D.I.M.J. Bends EA 11 $182.00 $2,002.00 2-F7 8"x6" D.I.M.J.Tee EA 2 $325.00 $650.00 2-F8 8"x6" D.I.M.J.Cross EA 1 $404.00 $404.00 2-F9 8"x6" Reducer EA 1 $196.00 $196.00 C'I V(-,G\ ,"I Report Created On:7/5/2017 2:25:01 PM WATER IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 2-F10 8"Gate Valve EA 6 $1,300.00 $7,800.00 2-F11 6"Gate Valve EA 3 $960.00 $2,880.00 2-F12 Remove Exisitng Fire Hydrant EA 2 $1,100.00 $2,200.00 Assemblies 2-F13 Fire Hydrant Assemblies(Type II) EA 4 $7,000.00 $28,000.00 2-F14 1"Water Service Connection EA 1 $1,400.00 $1,400.00 (including Meter Assembly and Meter Box) 2-F15 4"Water Service Connection EA 1 $8,800.00 $8,800.00 (including Meter Assembly and Meter Box) 2-F16 5/8"Water Service Connection EA 11 $1,400.00 $15,400.00 (including Meter Assembly and Meter Box) 2-F17 5/8" Blind Water Service Connection EA 9 $1,200.00 $10,800.00 (including Meter Box) 2-F18 Connection to Existing Water Line EA 6 $2,300.00 $13,800.00 2-F19 Trench Safety for Water Lines LF 1182 $5.00 $5,910.00 2-F20 Abandoned Waterline Removal LF 150 $13.00 $1,950.00 2-F21 Grout Abandoned Water Line LF 1136 $15.00 $17,040.00 2-F22 Well Pointing-Water LS 1 $20,000.00 $20,000.00 2-F23 Unanticipated Allowance for Water LS 1 $25,000.00 $25,000.00 Improvements Sub Total: $367,849.00 WASTEWATER IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 2-G1 New 12"SDR 26 PVC Wastewater LF 215 $246.00 $52,890.00 Line(6'-8'Depth) 2-G2 New 10"SDR 26 PVC Wastewater LF 681 $160.00 $108,960.00 Line(0'-6'Depth) 2-G3 New 10"C900 DR 18 PVC Wastewater LF 49 $182.00 $8,918.00 Line 2-G4 New 10"D.I.M.J.Coupling EA 3 $670.00 $2,010.00 2-G5 New 6"D.I.M.J.Coupling LF 6 $350.00 $2,100.00 2-G6 6"Schedule 40 Wastewater Line LF 32 $135.00 $4,320.00 2-G7 4'Dia Fiberglass Manhole(Up to 6ft EA 5 $6,800.00 $34,000.00 depth) C'I V(_'G\ "I Report Created On:7/5/2017 2:25:01 PM WASTEWATER IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 2-G8 Extra Depth 4'Dia. Manholes(Deeper VF 3 $153.00 $459.00 than 6ft) 2-G9 Drop Connection to Proposed EA 1 $2,200.00 $2,200.00 Manhole 2-G10 6"SDR 26 Wastewater Service Lines EA 5 $3,200.00 $16,000.00 with Cleanout and Boot 2-G11 6"C900 DR 18 Non-Blue Colored PVC LF 120 $174.00 $20,880.00 Wastewater Service Line with Cleanout and Boot 2-G12 Trench Safety for Wastewater Lines LF 1184 $5.00 $5,920.00 2-G13 Trench Safety for Wastewater EA 4 $300.00 $1,200.00 Manholes 2-G14 Grout Abandoned Wastewater Line LF 865 $22.00 $19,030.00 2-G15 Remove Abandoned Wastewater EA 3 $1,400.00 $4,200.00 Manhole 2-G16 Well Pointing-Wastewater LS 1 $20,000.00 $20,000.00 2-G17 Wastewater Bypass LS 1 $15,000.00 $15,000.00 2-G18 Unanticipted Allowance for LS 1 $25,000.00 $25,000.00 Wastewater Improvements Sub Total: $343,087.00 GAS IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 2-H1 Gas Line Backfill and Compaction LF 1470 $40.00 $58,800.00 2-H2 Unanticipated Allowance for Gas LS 1 $5,000.00 $5,000.00 Improvements Sub Total: $63,800.00 ELECTRICAL SYSTEMS No. Description Unit Qty Unit Price Ext Price 2-11 Ground Mounted Light EA 72 $4,000.00 $288,000.00 2-12 Light Pole EA 22 $13,210.00 $290,620.00 2-13 Interduct Install (Trenching, LF 1567 $0.00 $0.00 Dewatering, Backfill, &Compacting) 2-14 2"PVC with 3#1/0 and#4 GND LF 194 $42.00 $8,148.00 (Trenching, Dewatering, Backfill, & Compacting) 2-15 Handhole EA 18 $2,750.00 $49,500.00 C'Iy(-'G\ "I Report Created On:7/5/2017 2:25:01 PM ELECTRICAL SYSTEMS No. Description Unit Qty Unit Price Ext Price 2-16 Power Pedestal EA 2 $11,550.00 $23,100.00 2-17 Power Outlet Pedestal EA 3 $6,050.00 $18,150.00 2-18 1"Conduit with 3#10& 1 #10 GND LF 3643 $39.00 $142,077.00 (Trenching, Dewatering, Backfill, & Compacting) 2-19 1"Conduit with 2#10& 1 #10 GND LF 70 $39.00 $2,730.00 (Trenching, Dewatering, Backfill, & Compacting) 2-110 Demolition of Lights EA 18 $385.00 $6,930.00 2-111 Unanticipated Allowance for Electrical LS 1 $5,000.00 $5,000.00 Systems Sub Total: $834,255.00 TRAFFIC SIGNALS No. Description Unit Qty Unit Price Ext Price 2-IA1 DRILL SHAFT(TRF SIG POLE)(24 LF 36 $450.00 $16,200.00 IN) 2-IA2 CONDT(PVC)(SCHD 40)(2") LF 110 $57.00 $6,270.00 2-IA3 CONDT(PVC)(SCHD 40)(4") LF 105 $68.00 $7,140.00 2-IA4 CONDT(PVC)(SCHD 40)(2") LF 115 $62.00 $7,130.00 (BORE) 2-IA5 CONDT(PVC)(SCHD 40)(4") LF 470 $73.00 $34,310.00 (BORE) 2-IA6 ELEC CONDR(NO.6)BARE LF 25 $11.00 $275.00 2-IA7 ELEC CONDR(NO.6)INSULATED LF 50 $11.00 $550.00 2-IA8 ELEC CONDR(NO. 8)BARE LF 795 $3.50 $2,782.50 2-IA9 TRAY CABLE(3 CONDR)(12 AWG) LF 735 $4.00 $2,940.00 2-IA10 GROUND BOX TY B WITH APRON EA 4 $2,035.00 $8,140.00 2-IA11 INSTALL HWY TRF SIG(ISOLATED) EA 1 $11,550.00 $11,550.00 2-IA12 STREET NAME SIGNS ALUMINUM EA 4 $500.00 $2,000.00 2-IA13 COORDINATE WITH AEP TO EA 1 $7,150.00 $7,150.00 REESTABLISH POWER 2-IA14 12 INCH VEHICLE SIGNAL SECTION EA 6 $620.00 $3,720.00 WITH BACK PLATE(3 SECTION) (INSTALL ONLY) 2-IA15 PEDESTRIAN SIGNAL SECTION(16 EA 6 $500.00 $3,000.00 INCH)WITH LED COUNTDOWN (INSTALL ONLY) C'I V(-'A ,"I Report Created On:7/5/2017 2:25:01 PM TRAFFIC SIGNALS No. Description Unit Qty Unit Price Ext Price 2-IA16 TRF SIG CBL(TY A)(14 AWG)(4 LF 195 $4.00 $780.00 CONDR) 2-IA17 TRF SIG CBL(TY A)(14 AWG)(5 LF 155 $5.00 $775.00 CONDR) 2-IA18 TRF SIG CBL(TY A)(14 AWG)(16 LF 350 $7.00 $2,450.00 CONDR) 2-IA19 PED POLE ASSEMBLY(INSTALL EA 6 $1,375.00 $8,250.00 ONLY) 2-IA20 REMOVING TRAFFIC SIGNALS EA 1 $3,500.00 $3,500.00 2-IA21 REMOVING EXISTING GROUND EA 4 $825.00 $3,300.00 BOXES 2-IA22 ACCESSIBLE PEDESTRIAN SIGNAL EA 6 $715.00 $4,290.00 UNITS(INSTALL ONLY) Sub Total: $136,502.50 LANDSCAPE AND IRRIGATION No. Description Unit Qty Unit Price Ext Price 2-J1 Underground Planter Complete(Filter EA 10 $1,700.00 $17,000.00 Fabric, Mulch, Drain, Frame) 2-J2 Palm Tree Grates and Frame EA 21 $3,400.00 $71,400.00 2-J3 Large Planters with Landscaping EA 49 $2,800.00 $137,200.00 2-J4 Oak Tree Planters& Remediation EA 10 $1,800.00 $18,000.00 2-J5 Trash Receptacle EA 14 $3,600.00 $50,400.00 2-J6 Bench EA 13 $3,500.00 $45,500.00 2-J7 Bike Rack EA 8 $1,300.00 $10,400.00 2-J8 Rain Sensor,Conduit& Mounting EA 2 $350.00 $700.00 2-J9 Battery Operated Valves, 1"Lateral, EA 2 $1,800.00 $3,600.00 Pressure Regulator Filter 2-J10 Mainline 1 1/4'with Bends&Fittings LF 1680 $7.00 $11,760.00 2-J11 Reduced Pressure Assembly, 1"with EA 2 $2,500.00 $5,000.00 Enclosure 2-J12 Quick Coupler Valve, 1"with One Key EA 2 $250.00 $500.00 2-J13 Subsurface Drip with Air Vents, Flush LF 500 $7.00 $3,500.00 Valves, Fittings,Supply Line,Valves 2-J14 POC Tap and Meter EA 2 $4,000.00 $8,000.00 2-J15 2"Sleeve Schedule 80 LF 1680 $11.00 $18,480.00 2-J16 Palm Tree EA 21 $900.00 $18,900.00 C'I V(-,G\ ,"I Report Created On:7/5/2017 2:25:01 PM LANDSCAPE AND IRRIGATION No. Description Unit Qty Unit Price Ext Price 2-J17 Oak Tree EA 2 $1,500.00 $3,000.00 2-J18 Planter Curb LF 420 $50.00 $21,000.00 2-J19 Parking Meter Allowance LS 1 $150,000.00 $150,000.00 2-J20 Unanticipated Allowance for LS 1 $5,000.00 $5,000.00 Landscape and Irrigation Improvements Sub Total: $599,340.00 MIS No. Description Unit Qty Unit Price Ext Price 2-K1 2"PVC Conduit with Pull Tape LF 1766 $51.00 $90,066.00 2-K2 Type"F"Ground Box EA 7 $2,800.00 $19,600.00 Sub Total: $109,666.00 ADDITIVE ALTERNATE NO. 1 -RIGID ADDITIVE ALTERNATE NO.1 No. Description Unit Qty Unit Price Ext Price 2-1-1 REFL PAV MRK TY I(W)4"(SLD) LF 2162 $1.00 $2,162.00 (090MIL) 2-1-2 REFL PAV MRK TY I LF 188 $7.00 $1,316.00 (W)24"(SLD)(090MIL) 2-1-3 RE PM TY I(ACC EA 6 $220.00 $1,320.00 PRK)(WHT)(SYMBOL ONLY) 2-1-4 CURB MRK Y 4"(SLD)(090MIL) LF 40 $6.00 $240.00 2-1-5 Mill &Overlay(Schatzell St.- SY 2979 $31.00 $92,349.00 Mesquite to Water) 2-1-6 IN SM RD SN SUP&AM EA 9 $440.00 $3,960.00 TY10BWG(1)SA(T) Sub Total: $101,347.00 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of ® Bidder(includes parent company or majority owner)qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: Re tec Construction Resources,_Inc. z e� d) By.: 0. ............... (signature--otkg9<evidence of authority to sign) Name: Gregg T. Reyes (typed or printed) Title: President Business address: 1901 Hollister St. Houston, TX 77080 Phone: 713.957.4003 Email: GReyes@reytec.net END OF SECTION Compliance to State Law on Nonresident Bidders 00 30 02-1 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest SUPPUER NUMBER TO BE ASSIGNED a PURCHASi GDIVISION City of CITY OF CORPUS CHRISTI pipus DISCLOSURE OF INTEREST Chfisti City of Corpus Christi (.ordinance 17112,as amended,requires all persons or firms seeking to do business wit the City to provide the following information. Every uestion must be answered. lythe question is not applica le, answer with '"NA". See reverse side or Filing Requirements, Certifications and definitions. COMPANY NAME: Re tec Construction Resources, Inc. P.O.BOX: STREET ADDRESS: 1901 Hollister St. CITY: Houston ZEP: 77080 " FIRM IS: 1. Corporation x 2. partnership 3. Sole Owner ❑ 4. Association 5. tither ❑ DISCLOSURE QUESTIONS If additional space is necessa7, please use the reverse side of this page or attach separate sheet. 1. State the names of each '`employee" of the Cit of Corpus Christi having an `ownership interest" constituting 3%or more of the ownership in the ove named"firm." Name Job Title and City Department(if known) None 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 None 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 None 4. State the names of each employee or officer of a "consultant''' for the City of Corpus Christi who worked on an matter related to the subject of this contract and has an "ownership interest" constituting 3 or more of the ownership in the above named"firm." Name Consultant None City of Corpus Christi 00 30 05-1 Disclosure of Interest Rev 01-13-2016 FILING REQUIREMENTS If 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 emplcyee in the matter is gparent. The disclosure shall also be made in a signed,writing filed with the City Secretary, [Ethics Ordinance Section -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: Gregg T. Reyes Title: President (Type or Print) Signature of Certifying Date: Person: 07/03/2017 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 fine, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 003005-2 Disclosure of interest Rev 01-13-2016 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: Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014) Project No. E15107 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: Reytec Construction Resources, Inc. (typedor ted)� By: (signature--attach evidence of authority to sign) Name: Gre T. Reyes (typed or printed) Title: President Business address: 1901 Hollister St. Houston , TX 77080 Phone: 713.957.4003 Email: GReyes@reytec.net END OF SECTION Non-Collusion Certification 003006-1 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 11-25-2013 BID BOND Travelers Casualty and Surety Company of America Hartford, CT 06183 CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) REYTEC CONSTRUCTION RESOURCES,INC. Travelers Casualty and Surety Company of America 1901 Hollister Street 4650 Westway Park Blvd. Houston,Texas 77080 Houston,Texas 77041-2036 OWNER: (Name, legal status and address) CITY OF CORPUS CHRISTI,TEXAS Corpus Christi,Texas BOND AMOUNT: Five Percent of Greatest Amount Bid(5%GAB) PROJECT: (Name, location or address, and Project number, if any) Chaparral Street Phase 2 project-from Schatzell Street to Taylor Street,Bond 2014, Project E15107 The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. The Company executing this bond vouches that this document conforms to American Institute of Architects Document A310,2010 edition 1 Signed and sealed this 3rd day of_ Jul .._. 2017, REYTEC CONSTRUCTION RES XS,INC. _.,. A4A,11" (Min ""?a (Seal) Gregg T.Reyes,President (Witness) � (Title) Travelers Casualty and Surety Company of America Awx A:L, (1510Y Larro,.Sni er (Seal) Attorney-in-Fact V nays) Janet Williams (Title) The Company executingthis bond vouches that this document conforms to American Institute of Architects Document A310,2010 edition 2 n";Iw9PNN0!V'fw�WMVN A�n�®ICOflAONlfviVAV1NG5'rtfNntln.tp!MUF 1AMI��IWeWd .w'.uuuuduw 6L�LO;llJ nu.uWL6Lm6UeuwLf�u�d�dICAF2Whttldl ifA1A➢AIA➢�AP�UVn<•ff�WWiUUUVY�wRAv�prAv�hrtlflflflflmlml NfIJIPIrtlfdflmlmlml0i010im00i4�OMom oW�4omooaono orn'M R�omnmomaonm�mmmmmory P'�urvlmn'llNHo�Nfrtw.�..'uoimuHipu�ww��V,: WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER o� POWER OF ATTORNEY T'`{�QV`F LE'`R J Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 226123 Certificate No. O O 6 8 O 5 O 1 O KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the i laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint I Norman E.Adams,John A.Prince,Michael Macomber,and Larry D.Snider of the City of HOUSLO _______ State of______._, 3�x ,S" their true and lawful Attorney(s)-in-Fact, p y 'g each in their separate capacity y if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 20th day ofMay 2016 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company req tiarra,"'�„ + 5? 191"Y 0"C011MTED SEA ����w slaw f State of Connecticut By p City of Hartford ss. Robert L.Raney,Senior Vice President On this the 20th day of ......_May 2016 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty hrsurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. " " y p y � ,,.i ,m etr m_ �. _, M Commission expires the 30th da of June,2021. �Rr ytp 11iM Marie C Tetreault,Notary Public i 58440-5-16 Printed in U.S.A. WARNINGIl-BiS POWER OF ATl"ORNFY AS INVALID WtlTt101.IT THE FEED BORDER :�mmwu�r�msa uuuuuuuuntieurvuvuxwAyuy�aQayuywr�v�wuwwwrwa .L vaa��rrnnm�Isr�+unAraviaawrwr�rA2r i nl rmn>�rironird r.urnnp�aneunrmnv%ui su iwiamrrs��rni nwav mn��nnr�wm na u+ ur✓u�e�rcw,a�eu i nFnxm�m.�Irs�s�to.mwrvdn^ruw�uvutsm�trvowm�ormiurrLNiir�,��nxmumuvinwsmvirtm mrmmmwwawud�rurrmxwrvu�uro�retimrsU+wmwat,wwuw�or //,..<l/i/ IY IJI%%!!I !/!/////ll. 1/?/f l:// /tt/.ii..: AA .n✓ This Power of Attorney is canted oder and b the authority of the following resolutions � � WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUTTI DE RED BORDER tP y' g y y g adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance 9 Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States 3 Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: I RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of e pompgive such appointee such iyas his or ar prescribe nCompany's 1 with e Company's seal bods,recognizancesontracts of indemnity,and other her obligatory in the nature of abond,recognizance,orconditional undertaking,and any � of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is r 1� FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secret I� ary;and it is l IIJ'% J FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the d Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power Y prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is F, t FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any i certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. g r f I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and � Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. f IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 3rd day of J U 11 mm„IT .......................20 117. 1 / Kevin E.Hu hes,g Assistant Sec wry J t� f i a`Mq,t.11 AN1Y dwp �^l, J CONN Iff f If 3 To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attomey-In-Fact number,the 1 above-named individuals and the details of the bond to which the power is attached. lllfl N Il 1, �1 1 1 F� WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER J` / lll./////IY/.0 lld l/. ,///,. 1/J /J/6//:r/ ✓///I.[Lim -1� :.6Pi JAY /moo /1'/!/� O�//�.I -{f C'Iy(-,G\ ,"I Report Created On:7/5/2017 2:25:02 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE Romeo Lopez 07/03/2017 14:00:32 PM Romeo Lopez 07/03/2017 14:00:33 PM C'Iy(-,G\ ,"I Report Created On:7/5/2017 2:25:02 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Bid Docs E15107 Specifications 6/19/2017 2:48:03 PM Plans E15107 Plans 6/19/2017 2:49:17 PM Other E15107-Bidders Worksheet 6/19/2017 2:46:07 PM Bidders Pre Bid Attendance Roster 6/20/2017 4:50:16 PM Addenda Addendum#1 6/23/2017 10:36:19 AM Addenda Addendum#2 6/29/2017 10:01:02 PM 00 52 23 AGREEMENT This Agreement, for the Project awarded on August 22,2017, is between the City of Corpus Christi (Owner) and Reytec Construction Resources, 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: Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014) Project No. E15107 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: HDR Engineering, Inc. 555 N.Carancahua, Suite 1600 Corpus Christi,TX 78401 2.02 The Owner's Authorized Representative for this Project is: Ernesto De La Garza, P.E.—Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd Bldg 5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 365 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 395 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages 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 Agreement 005223- 1 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev 06-22-2016 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$2,500.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$400.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid#2 plus Additive Alt.#1 $ 4,889,551.60 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. Agreement 005223-2 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev 06-22-2016 B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement 005223-3 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev 06-22-2016 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. Agreement 005223-4 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev 06-22-2016 ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-5 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev 06-22-2016 ATTEST CITY—OF CORI?Ur_�Hf ISTI Rebecca Huerta City Secretary J.N.. Edmonds, P.E Director of Engineering Services —AUTHORIZED APPROVED APPROVED AS TO LEGAL FORM: BY COUNCIL Aa rule Alcorn-Reed � 2017.0b9.15 12:3211 -05P00. Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR Thomas r((^�. ( D jilally ugned by Thoma R Pena rs,,,, 20,704,0712:P400 0500, Reytec Construction Resources, Inc. T.. r\ D,$)aiy signed by Gregg T.Reyes Gregg (Seal Below) By: c,re:201709071212:09g 05'00' Note: Attach copy of outharization to sign if Title: person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 1501 Hollister Street Finoncial Officer Address Houston, TX 77080 City _ State Zip 713/957-4003 Phone Fax GReyes{ reytec.net Wall END OF SECTION Agreement OO S2 2.3-6 Chaparral St Phase 2 from Schatzell St to Taylor St. (Bond 2014)—E15107 Rev 06-22-2016 00 6113 PERFORMANCE BOND BOND NO. 106703795 Contractor as Principal Name: Reytec Construction Resources, Inc. Mailing address (principal place of business): 1901 Hollister Street Houston, TX 77080 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: E15107 Chaparral St. Phase 2 from Schatzell St. to Taylor St. (Bond 2014) Award Date of the Contract: August 22, 2017 Contract Price: 54,889,551.60 Bond Date of Bond: September 6, 2017 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Travelers Casualty and Surety Name: Company of America Mailing address (principal place of business): 4650 Westway Park Blvd. Houston, TX 77041-2036 Physical address (principal place of business): 4650 Westway Park Blvd. Houston, TX 77041-2036 Surety is a corporation organized and existing under the laws of the state of:ConneCti cut 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): 281-606-8417 Telephone (for notice of claim): 1-800-328-2189 Local Agent for Surety Name: Larry D. Snider Address: Adams Insurance Service, Inc. 427 W. 20th St., #500 Houston, TX 77008 Telephone: 713-869-8346 Email Address: 1snider@adamsins.com 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 00 6113 -1 E15107 Chaparral St Ph 2 from Schatzell St to Taylor St (Bond 2014) 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 Pr Signature: cipal J , Surety Signature: if /S1/�� Name: Gregg T. Reyes Name: .rr D. Snider Title: President Title: Attorney-in-Fact Email Address: greyes@reytec.net Email Address: (Attach Power of 1 sn i der@adams i ns . com Attorney and place surety seal below) '.0. CII ) • ' l o C4 ; .y. '! 'y 01.11 •`•� A $q 43. Vt'S: alaiiilliiii0 END OF SECTION Performance Bond E15107 Chaparral St Ph 2 from Schatzell St to Taylor St (Bond 2014) 006113-2 7-8-2014 Q i 1 f l 1. I TRAVELERS) • Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 226123 St. Paul Mercury Insurance Company Travelers Casualty and Surely Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 0 0 6 8 0 510 3 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine insurance Company. St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut. that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa. and that Fidelity and Guaranty Insurance Underwriters. Inc.. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Norman E. Adams. John A. Prince, Michael Macomber, and Larry D. Snider of the City of Houston State of Texas , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons. guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed. this 20th day of May 2016 State of Connecticut City of Hartford ss. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company tovo.a4rf;`� �d.,58AL:'D 1344 By: Robert L. Raney. Senior Vice President On this the 20th dory of May 2016 , before me personally appeared Robert L. Raney. who acknowledged himself to be the Senior Vice President of Farmington Casualty Company. Fidelity and Guaranty Insurance Company. Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine InssttnceConip.itiy,St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company. Travelers Casualty and Surety'CVrilpany of iinterica, and United States Fidelity and Guaranty Company. and that he. as such, being authorized so to do, executed the foregoing instrument for the purposes theiei-ti c'nntained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021. 58440-5-16 Printed in U.S.A. C Marie C. Tetrcault. Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Powei• of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 6th day of September , 20 17 /640". Kevin E. Hughes, Assistant Sec tary To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. G7 = �•1 •ter..,/�,,'''''',,,, "•" ti, WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER TRAVELERS) IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty and Surety Company of America , for information or to make a complaint at: Travelers Bond Attn: Claims 4650 Westway Park Blvd. Houston, TX 77041-2036 (800) 536-2958 You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. 00 6116 PAYMENT BOND BOND NO. 106703795 Contractor as Principal Name: Revtec Construction Resources, Inc. Mailing address (principal place of business): 1901 Hollister Street Houston, TX 77080 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: E15107 Chaparral St. Phase 2 from Schatzell St. to Taylor St. (Bond 2014) Award Date of the Contract: August 22, 2017 Contract Price: 54,889,551.60 Bond Date of Bond: September 6, 2017 (Date of Bond cannot be earlier than Award Dote of Contract) Surety Travelers Casualty and Surety Name: Company of America Mailing address (principal place of business): 4650 Westway Park Blvd. Houston, TX 77041-2036 Physical address (principal place of business): 4650 Westway Park Blvd. Houston, TX 77041-2036 Surety is a corporation organized and existing under the laws of the state of Connecti cut 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): 281-606-8417 Telephone (for notice of claim): 1-800-328-2189 Local Agent for Surety Name: Address: Larry D. Snider Adams Insurance Service, Inc. 427 W. 20th St., #500 Houston, TX 77008 Telephone: 713-869-8346 Email Address: lsnider@adamsins.com 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 00 6116 -1 E15107 Chaparral St. Ph 2 from Schatzell St to Taylor St (Bond 2014) 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 al! 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 Prin ' aI Signature: 7. Surety Signature: 4.Name: Gregg T. Reyes Name: fa, rryL D. Snider Title: President Title: Attorney -i n -Fact Email Address: greyes@reytec.net Email Address: l snider@adamsins.com (Attach Power of Attorney and place surety seal below) ,,,tii of .,,.,,, j �y'f P 1 ,� , a END OF SECTION Payment Bond Form E15107 Chaparral St. Ph 2 from Schatzell St to Taylor St (Bond 2014) 006116-2 7-8-2014 • TRAVELERS Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 226123 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 0 06805102 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut. that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa. and that Fidelity and Guaranty Insurance Underwriters. Inc.. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Norman E. Adams, John A. Prince, Michael Macomber, and Larry D. Snider of the City of Houston State of Texas , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons. guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF. the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 20th day of May 2016 • Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company State of Connecticut City of Hartford ss. St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company si yr F.;:paPoRA re c A SEAr t.SHALD.SJ....,,v MuDAPORq,m By: Robert L. Raney. Senior Vice President On this the 20th day of May 2016 , before me personally appeared Robert L. Raney. who acknowledged himself to be the Senior Vice President of Fariiington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire aw.1 Marne frktr-ur.:c'Cora1Z n,'F, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Ctmtpany df=Aaterica. and United States Fidelity and Guaranty Company. and that he. as such, being authorized so to do, executed the foregoing instrument for the purposes th-efelnfiontained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, t hereunto set my hand and official seal. My Commission expires the 30th day of June. 2021. 58440-5-16 Printed in U.S.A. V\_04/‘1.04C Marie C. Tetreault. Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman. the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity. and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 6th day of September , 20 17 le40^. E. Hughes. Assistant Sec tary To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER • 1 #!T _14%. ti.••••.••••• ri,.J �� TRAVELERS) IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty and Surety Company of America , for information or to make a complaint at: Travelers Bond Attn: Claims 4650 Westway Park Blvd. Houston, TX 77041-2036 (800) 536-2958 You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH- STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 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. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the 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). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 09/06/2017 (713) 869-8346 (713) 869-9144 19489 Reytec Construction Resources Inc. 1901 Hollister Street Houston, TX 77080-6803 16624 21105 22945 26883 A 1,000,000 X X 0310-3794 10/16/2016 10/16/2017 100,000 Subject to maximum 5,000 Agg of $10,000,000 1,000,000 2,000,000 2,000,000 1,000,000B X X 6000-0297 10/16/2016 10/16/2017 MCS-90 5,000,000C X X 5821064037 10/16/2016 10/16/2017 5,000,000 0 D X 0001295501 10/16/2016 10/16/2017 1,000,000 N 1,000,000 1,000,000 E Contractor's CPO13292377 10/16/2016 Each Loss 1,000,000 E Pollution Liability CPO13292377 10/16/2016 10/16/2017 Aggregate 1,000,000 SEE ADDITIONAL REMARKS SCHEDULE ATTACHED PROJECT: E15107 CHAPARRAL STREET PHASE 2 FROM SCHATZELL ST. TO TAYLOR ST. (BOND 2014) CITY OF CORPUS CHRISTI DEPT OF ENGINEERING SERVICES ATTN: CONTRACT ADMIN P O BOX 9277 CORPUS CHRISTI, TX 78469-9277 RESOURRE01 JWILLIAMS Adams Insurance Service, Inc. 427 W. 20th St., Suite 500 Houston, TX 77008 Janet L Williams jwilliams@adamsins.com Allied World Assurance Co., Inc. Allied World Specialty Insurance Company North River Insurance Company Texas Mutual Insurance Company AIG Specialty Insurance Company X 10/16/2017 X X X X X X X X X X X X AGENCY CUSTOMER ID: LOC #: Page ofADDITIONAL REMARKS SCHEDULE AGENCY NAMED INSURED POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ACORD 101 (2008/01)© 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD RESOURRE01 JWILLIAMS 1 1 1 Reytec Construction Resources Inc. 1901 Hollister Street Houston, TX 77080-6803 Adams Insurance Service, Inc. SEE PAGE 1 SEE PAGE 1 SEE P 1 SEE PAGE 1 ACORD 25 Certificate of Liability Insurance DESCRIPTION OF OPERATIONS CONTINUED THE GENERAL LIABILITY & AUTOMOBILE LIABILITY POLICIES INCLUDE A BLANKET AUTOMATIC ADDITIONAL INSURED ENDORSEMENT & THE GENERAL LIABILITY, AUTOMOBILE LIABILITY & WORKERS COMPENSATION POLICIES INCLUDE A BLANKET WAIVER OF SUBROGATION ENDORSEMENT THAT PROVIDES ADDITIONAL INSURED STATUS & WAIVER OF SUBROGATION STATUS TO THE CERTIFICATE HOLDER ONLY WHEN THERE IS A WRITTEN CONTRACT BETWEEN THE NAMED INSURED & THE CERTIFICATE HOLDER THAT REQUIRES SUCH STATUS AS PER THE ATTACHED. THE AUTOMOBILE POLICY INCLUDES THE FOLLOWING ENDORSEMENTS: 1) BLANKET ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT EXECUTED PRIOR TO THE BODILY INJURY OR PROPERTY DAMAGE. 2) CA0444-BLANKET WAIVER OF SUBROGATION AS REQUIRED BY WRITTEN CONTRACT. 3) CA0001600/CA0002100-NOTICE OF CANCELLATION-30 DAYS BLANKET AS REQUIRED BY WRITTEN CONTRACT. THE GENERAL LIABILITY POLICY INCLUDES THE FOLLOWING ENDORSEMENTS: 1) GL0006800-NOTICE OF CANCELLATION-30 DAY BLANKET AS REQUIRED BY WRITTEN CONTRACT. 2) CG2404-BLANKET WAIVER OF SUBROGATION WHEN REQUIRED IN A WRITTEN CONTRACT OR AGREEMENT. 3) CG2010, CG2037, & CG2028-WHO IS AN INSURED IS AMENDED TO INCLUDE AS ADDITIONAL INSURED ANY PERSON OR ORGANIZATION WHEN YOU HAVE AGREED IN A WRITTEN CONTRACT THAT SUCH PERSON OR ORGANIZATION BE ADDED AS AN ADDITIONAL INSURED ON YOUR POLICY. 4) GL0002100 PRIMARY & NON-CONTRIBUTORY BASIS IF THE ADDITIONAL INSURED SPECIFICALLY AGREED IN A WRITTEN CONTRACT THAT THE INSURANCE BE PRIMARY & WHEN COVERAGE IS PROVIDED ON A PRIMARY BASIS WE WILL NOT SEEK CONTRIBUTION FROM ANY OTHER INSURANCE AVAILABLE TO THE ADDITIONAL INSURED IF A WRITTEN CONTRACT REQUIRES THAT THIS INSURANCE BE NON-CONTRIBUTORY. 5) CG2503-DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT - SUBJECT TO A MAXIMUM POLICY AGGREGATE OF $10,000,000 THE WORKERS COMPENSATION POLICY INCLUDES THE FOLLOWING ENDORSEMENTS: 1) WC420304B-WAIVER OF SUBROGATION-BLANKET WAIVER FOR ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER. 2) WC420601-NOTICE OF CANCELLATION-30 DAYS BLANKET AS REQUIRED BY WRITTEN CONTRACT. THE UMBRELLA/EXCESS LIABILITY POLICY APPLIES IN EXCESS OF THE UNDERLYING GENERAL LIABILITY, AUTOMOBILE LIABILITY AND EMPLOYERS LIABILITY POLICIES ABOVE INCLUDING FOLLOWING THE TERMS OF ANY ADDITIONAL INSURED ENDORSEMENTS. THE POLICY FOLLOWS THE TERMS AND CONDITIONS OF SUCH UNDERLYING POLICIES UNLESS THEY ARE INCONSISTENT WITH THE TERMS OF THE POLICY. REYTEC CONSTRUCTION RESOURCES, INC. POLICY NUMBER: 0310-3794 POLICY DATES: 10/16/2016 TO 10/16/2017 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. ANY OWNER, LESSEE, OR CONTRACTOR WHOM YOU HAVE AGREED TO INCLUDE AS AN ADDITIONAL INSURED UNDER A WRITTEN CONTRACT OR AGREEMENT PROVIDED THAT SUCH WAS EXECUTED PRIOR TO AN OCCURRENCE ALL LOCATIONS OR JOBSITES OF THE NAMED INSURED Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 04 13 C.With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. REYTEC CONSTRUCTION RESOURCES, INC. POLICY NUMBER: 0310-3794 POLICY DATES: 10/16/2016 TO 10/16/2017 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 37 04 13 © Insurance Services Office, Inc.,2012 Page 1 of 1 ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. ALL LOCATIONS OR JOBSITES OF THE NAMED INSURED REYTEC CONSTRUCTION RESOURCES, INC. POLICY NUMBER: 0310-3794 POLICY DATES: 10/16/2016 TO 10/16/2017 COMMERCIAL GENERAL LIABILITY CG 20 28 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 28 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 ADDITIONAL INSURED – LESSOR OF LEASED EQUIPMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. C.With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. BLANKET BASIS - WHERE REQUIRED BY WRITTEN CONTRACT THAT IS EXECUTED PRIOR TO LOSS. COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GL 00021 00 (07/09) PRIMARY AND NON-CONTRIBUTORY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Notwithstanding any other provision of this policy to the contrary, the insurance afforded to an additional insured under this policy will be primary to, and non-contributory with, any other insurance available to that person or organization in the event a contract or agreement you enter into requires you to furnish insurance to that person or organization of the type provided by this policy. REYTEC CONSTRUCTION RESOURCES, INC. POLICY NUMBER: 0310-3794 POLICY DATES: 10/16/2016 TO 10/16/2017 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 † WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV – Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. ANY PERSON OR ORGANIZATION AGAINST WHOM YOU HAVE AGREED TO WAIVE YOUR RIGHT OF RECOVERY IN A WRITTEN CONTRACT, PROVIDED CONTRACT WAS EXECUTED PRIOR TO THE LOSS DATE COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 2 † DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A.For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I – Coverage A, and for all medical expenses caused by accidents under Section I – Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1.A separate Designated Construction Project General Aggregate Limit applies to each des- ignated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2.The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, ex- cept damages because of "bodily injury" or "property damage" included in the "products- completed operations hazard", and for medi- cal expenses under Coverage C regardless of the number of: a.Insureds; b.Claims made or "suits" brought; or c.Persons or organizations making claims or bringing "suits". 3.Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Con- struction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Ag- gregate Limit shown in the Declarations nor shall they reduce any other Designated Con- struction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4.The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Decla- rations, such limits will be subject to the appli- cable Designated Construction Project Gen- eral Aggregate Limit. ALL PROJECTS - SUBJECT TO A MAXIMUM POLICY AGGREGATE OF $10,000,000 REYTEC CONSTRUCTION RESOURCES, INC. POLICY NUMBER: 0310-3794 POLICY DATES: 10/16/2016 TO 10/16/2017 Page 2 of 2 © Insurance Services Office, Inc., 2008 CG 25 03 05 09 † B.For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I – Coverage A, and for all medical expenses caused by accidents under Section I – Coverage C, which cannot be attrib- uted only to ongoing operations at a single des- ignated construction project shown in the Sched- ule above: 1.Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-completed Operations Aggregate Limit, whichever is applicable; and 2.Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit. C.When coverage for liability arising out of the "products-completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Construction Project General Aggregate Limit. D.If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contract- ing parties deviate from plans, blueprints, de- signs, specifications or timetables, the project will still be deemed to be the same construction pro- ject. E.The provisions of Section III – Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GL 00068 00 (03/11) ADDITIONAL NOTICE OF CANCELLATION (AMENDMENT OF CANCELLATION CONDITION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Section IV – Commercial General Liability Conditions is amended to include the following additional condition: In the event that we cancel this policy for any reason, other than for the nonpayment of premium, we will provide advance written notice of such cancellation to the entity(ies) or individual(s) shown in the Schedule below in accordance with the number of days stated. SCHEDULE Entity or Individual Address Number of Days Advance Written Notice of Cancellation (Other Than Nonpayment of Premium) 30 DAYSLIST MAINTAINED BY THE RETAIL AGENT LIST MAINTAINED BY THE RETAIL AGENT COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Page 1 of 1 ADDITIONAL INSURED – WHERE REQUIRED UNDER CONTRACT OR AGREEMENT - BLANKET This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SECTION II – LIABILITY COVERAGE, Paragraph A. Coverage, Subparagraph 1. Who Is An Insured is amended to include the following additional provision: The person(s) or organization(s) shown in the Schedule below is an additional “insured”, but solely to the extent that you become obligated to include such person(s) or organization(s) as an additional “insured” under this policy as a result of any written contract or written agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, and solely with respect to liability arising out of your operations or premises owned by or rented to you. However, the insurance provided will not exceed the lesser of: a. The coverage and/or limits of this policy; or b. The coverage and/or limits required by said written contract or written agreement. Schedule: Person(s) or Organization(s): BLANKET BASIS - WHERE REQUIRED BY WRITTEN CONTRACT THAT IS EXECUTED PRIOR TO LOSS. COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Name(s) Of Person(s) Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. POLICY NUMBER: 6000-0297 REYTEC CONSTRUCTION RESOURCES, INC. 10/16/2016 ANY PERSON OR ORGANIZATION AGAINST WHOM YOU HAVE AGREED TO WAIVE YOUR RIGHT OF RECOVERY IN A WRITTEN CONTRACT, PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE LOSS DATE ;GEE=J;A8D 8MLG L@AK =F<GJK=E=FL ;@8F?=K L@= HGDA;Q* HD=8K= J=8< AL ;8J=>MDDQ* CA 00016 00 (09/12)Page 1 of 1 8<<ALAGF8D FGLA;= G> ;8F;=DD8LAGF %8E=F<E=FL G> ;8F;=DD8LAGF ;GF<ALAGF& This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM KWUf[a` AN m 9ge[`Wee 8gfa ;a`V[f[a`e is amended to include the following additional condition: In the event that we cancel this policy for any reason, other than for the nonpayment of premium, we will provide advance written notice of such cancellation to the entity(ies) or individual(s) shown in the Schedule below in accordance with the number of days stated. K;@=<MD= =`f[fk ad A`V[h[VgS^ ON FILE WITH COMPANY ON FILE WITH COMPANY 30 DAYS 8VVdWee Fg_TWd aX <Ske 8VhS`UW Od[ffW` Faf[UW aX ;S`UW^^Sf[a` %GfZWd LZS` Fa`bSk_W`f aX HdW_[g_& REYTEC CONSTRUCTION RESOURCES, INC. POLICY NUMBER: 6000-0297 POLICY DATES: 10/16/2016 TO 10/16/2017 REYTEC CONSTRUCTION RESOURCES, INC. POLICY NUMBER: 6000-0297 POLICY DATES: 10/16/2016 TO 10/16/2017 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CA 00021 00 (12/13) Page 1 of 1 ADVICE OF CANCELLATION TO OTHERS (E-MAIL) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SECTION IV – BUSINESS AUTO CONDITIONS, B. General Conditions is amended to include the following additional condition: Advice Of Cancellation To Others In the event that we cancel this policy for any reason, other than nonpayment of premium, and the effective date of cancellation is prior to the expiration date, we will endeavor to provide advice of such cancellation to a certificate holder, provided that all of the following are met: a.The first Named Insured is under an existing contractual obligation to notify such certificate holder when this policy is canceled; b.The effective date of cancellation is prior to the expiration date; and c.The first Named Insured notifies us, after receiving written notice of cancellation but prior to the effective date of cancellation, requesting that we provide advice of cancellation to such certificate holder. The request must include the name and e-mail address of such certificate holder. We will send the advice of cancellation through e-mail to the certificate holder within thirty (30) days after the receipt of the request from the first Named Insured. We will send an e-mail only when a valid e-mail address is provided. The e-mail we send is intended as a courtesy. Our failure to provide such e-mail will not extend the policy cancellation date nor negate the cancellation of the policy. 10/16/2016 10/16/2016 ENDORSEMENT NO. 1 This endorsement. effective 12:01 AM, October 16, 2016 Forms a part of Policy No: CPO13292377 Issued to: REYTEC CONSTRUCTION RESOURCES, INC. B y: AIG SPECIALTY INSURANCE COMPANY THIS ENDOR SEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULL Y. ADDITIONAL INSURED(S) ENDORSEMENT It is hereby agreed that Section VI. DEFINITIONS, Paragraph K . Insured is amended by adding the following scheduled entity(s) as additional lnsured(s) but solely as respects liability arising out of the Covered Operations performed by or on behalf of the Named Insured. Additional Insured (s) Where and to the extent required by written contract and provided the contract was executed prior to a Loss or Claim. All other terms, conditions, and exclusions shall remain the same. or countersignature (in states where applicable) 96659 (11/07) Cl3290 PAGE 1 OF 1 ENDORSEMENT NO. 3 This endorsement, effective 12:01 AM, October 16, 2016 Forms a part of Policy No: CPO13292377 Issued to: REYTEC CONSTRUCTION R E SOURCES, INC. By: AIG SPECIALTY INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST OTHERS SCHEDULED PERSON OR ORGANIZATION ENDORSEMENT It is hereby agreed that solely with respect to the person or organization scheduled below, Section V. CONDITIONS, Paragraph K . SUBROGATION is deleted and replaced with the following: K . SUBROGATION If there is a payment made by the Company under this Policy, the Company shall be subrogated to all the lnsured's rights of recovery against any person or organization. The Insured shall cooperate with the Company and do whatever is necessary to secure these rights. The Insured shall do nothing after a Loss to waive or prejudice such rights. Any recovery as a result of subrogation proceedings arising out of payment of Loss under this Policy (net of expenses incurred in making such recovery) shall accrue first to the Insured to the extent of any payment in excess of the limit of coverage of the Policy, then pro-rata to the Insured and the Company in proportion to the amount each actually paid as a result of judgment, settlement or defense of a Claim or Emergency Response Costs. The Company agrees to waive this right of subrogation against a client of the Insured to the extent that the Insured had, prior to a Claim or Emergency Response Costs, a written agreement to waive such rights. The Company waives any right of recovery against the person or organization shown in the Schedule below because of payments made for injury or damage arising out of Covered Operations performed on behalf of that person or organization. This waiver applies only to the person or organization shown in the Schedule. SCHEDULE Name of Person or Organization: Where and to the extent required by written contract and provided the contract was executed prior to a Loss or Claim. All other terms, conditions, and exclusions shall remain the same. SA=! R EPR ESENTATIVE or countersignature (in states where applicable) 97488 ( 2/08) Cl3496 PAGE 1 OF 1 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2017-237023 Date Filed: 07/14/2017 Date Acknowledged: C(6,--4-, Am7e0A=R -05'00' 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Reytec Construction Resources, Inc. Houston, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Corpus Christi 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. Project No. E15107 Chaparral St. Phase 2 from Schatzell St to Taylor St. (Bond 2014) 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Reyes, Rebecca Houston, TX United States X Reyes, Gregg T. Houston, TX United States X , 5 Check only if there is NO Interested Party. 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. ,. LAURA G. LEAL *,`'•"�''' Notary Public, State of Texas My Commission Expires August 26, 20187. AS ature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE J /� Swor to and subscribed before me, by the said 1 "/71 s , this the day oil'. , 20 , to certify which, witness my hand and seal of office. c4444A a Ltara &L Li2d No -fart) Signature of officer administering oath Printed name of officer administering oath Title of officer admin. ring oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883 1 Mary Ann Pena [CitySecretary] From:Janet Whitehead Sent:Tuesday, September 12, 2017 5:07 PM To:Sylvia Arriaga; Aimee Alcorn-Reed Cc:Kent Mcilyar; Chris Hale; Lisa Aguilar [LGL]; Kent Mcilyar; Lisa Aguilar [LGL] Subject:RE: Proj E15107 Chaparral Street Phase 2 from Schatzell St to Taylor St Since the contractor is not installing City‐owned equipment, the installation floater requirement is waived.    Thank you, Janet Whitehead Assistant City Attorney City of Corpus Christi 1201 Leopard Street, 5th Floor Corpus Christi, Texas 78401 Ph. 361-826-3363 Fx. 361-826-3239 Confidential and Privileged Attorney‐Client Communication:  This email transmission and any attachment(s) may contain legally privileged or confidential information. If you are not  the intended recipient, any dissemination, distribution, copying or other use of this communication is unauthorized. If  you have received this communication in error, please immediately delete from your system, destroy any copies, and  contact us by telephone at (361) 826‐3363.     From: Sylvia Arriaga   Sent: Tuesday, September 12, 2017 2:42 PM  To: Aimee Alcorn‐Reed   Cc: Janet Whitehead ; Kent Mcilyar ; Chris Hale ; Lisa Aguilar [LGL]   Subject: RE: Proj E15107 Chaparral Street Phase 2 from Schatzell St to Taylor St    Attached is the scope of work.    Thank you Sylvia Arriaga Construction Contracts Administrator City of Corpus Christi – Engineering Services 1201 Leopard St. Corpus Christi, TX 78401 361/826-3530       From: Aimee Alcorn‐Reed   Sent: Tuesday, September 12, 2017 1:55 PM  To: Sylvia Arriaga <SylviaA@cctexas.com>  Cc: Janet Whitehead <JanetK@cctexas.com>; Kent Mcilyar <KentMc@cctexas.com>; Chris Hale <ChrisH3@cctexas.com>;  Lisa Aguilar [LGL] <LisaA@cctexas.com>  Subject: RE: Proj E15107 Chaparral Street Phase 2 from Schatzell St to Taylor St  2   Are they installing city‐owned equipment?    Aimee Alcorn‐Reed  Assistant City Attorney  City of Corpus Christi  1201 Leopard St  Corpus Christi, TX 78401  Phone (361) 826‐3374    Confidential and Privileged Attorney‐Client Communication:  This email transmission and any attachment(s) may contain legally privileged or confidential information. If you are not  the intended recipient, any dissemination, distribution, copying or other use of this communication is unauthorized. If  you have received this communication in error, please immediately delete from your system, destroy any copies, and  contact us by telephone at (361) 826‐3374.       From: Sylvia Arriaga   Sent: Tuesday, September 12, 2017 1:35 PM  To: Aimee Alcorn‐Reed <AimeeL@cctexas.com>  Cc: Janet Whitehead <JanetK@cctexas.com>; Kent Mcilyar <KentMc@cctexas.com>; Chris Hale <ChrisH3@cctexas.com>  Subject: Proj E15107 Chaparral Street Phase 2 from Schatzell St to Taylor St    I’m currently administering submittal of required documents to execute the subject contract. Reytec is the contractor  and this project requires Installation Floater insurance coverage. Reytec has submitted all required insurance except for  Installation Floater coverage. Attached is a letter from Reytec requesting to waive the Installation Floater requirement.  Please advise.      Thank you Sylvia Arriaga Construction Contracts Administrator City of Corpus Christi – Engineering Services 1201 Leopard St. Corpus Christi, TX 78401 361/826-3530