Loading...
HomeMy WebLinkAboutC2019-454 - 7/16/2019 - Approved 00 52 23 AGREEMENT This Agreement, for the Project awarded on July 16,2019, is between the City of Corpus Christi (Owner) and Austin Welder&Generator Service, 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: Frost Bank Emergency Generator Replacement 19031 (H17002) ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: GPM Engineering,Inc. 5440 Old Brownsville Rd Corpus Christi,Texas 78417 2.02 The Owner's Authorized Representative for this Project is: Kent Power, P.E.—Acting Construction Mangement 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 160 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 17.16 of the General Conditions within 190 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. Agreement 00 52 23-1 Frost Bank Emergency Generator Replacement 19031A(H17002) Rev 10/2018 SCANNED CONTRACT DOCUMENTS FOR CONSTRUCTION OF CITYWIDE STORM WATER IMPROVEMENTS IDIQ PROJECT NO. 18100A ..F ZA14 _� �_ ...1019$3.... LJA ENGINEERING F City of April 16, 2019 Corpus Christi LJA ENGINEERING 5350 S. Staples St., Suite 425/ Corpus Christi, TX/(361) 991-8550 Record Drawing Number 571 April 16, 2019 00 01 00 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 00 00 Cover 00 01 00 Table of Contents(Rev.11-14-2018) 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 10-11-2018) 00 30 00 Bid Acknowledgment Form (Rev 10-11-2018) 00 30 01 Bid Form (Rev 10-11-2018) 00 30 02 Compliance to State Law on Nonresident Bidders(Rev 10-11-2018) 00 30 05 Disclosure of Interest(Revo1-2016) 00 30 06 Non-Collusion Certification (Rev 10-11-2018) 00 45 16 Statement of Experience (Rev 10-11-2018) 00 52 23 Agreement(Rev 10-11-2018) 0061 13 Performance Bond (Rev 10-11-2018) 0061 16 Payment Bond (Rev 10-11-2018) 00 72 00 General Conditions(Rev 11-13-2018) 00 73 00 Supplementary Conditions(Rev 10-11-2018) Division 01 General Requirements 01 11 00 Summary of Work(Rev 10-11-2018) 0123 10 Alternates and Allowances(Rev 10-11-2018) 01 29 01 Measurement and Basis for Payment(Rev 10-11-2018) 01 3301 Submittal Register(Rev 10-11-2018) 01 3500 Special Procedures(Rev 10-11-2018) 01 5000 Temporary Facilities and Controls (Rev 10-11-2018) 01 5700 Temporary Controls(Rev 10-11-2018) Part S Standard Specifications Division 02 Site Work 021020 Site Clearing and Stripping 021040 Site Grading 021080 Removing Abandoned Structures 021340 Bank Sand Bedding and Backfill 022020 Excavation and Backfill for Utilities Table of Contents 000100- 1 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 11/2018 Division/ Title Section 022021 Control of Groundwater 022022 Trench Safety 022040 Street Excavation 022060 Channel Excavation 022080 Embankment 022100 Select Material 022420 Silt Fence 025202 Scarifying and Reshaping Base Course 025205 Pavement Repair, Curb, Gutter, Sidewalk& Driveway Replacement 025223 Crushed Limestone Flexible Base 025402 Asphalts, Oils, & Emulsions 025412 Prime Coat 025424 Hot Mix Asphaltic Concrete Pavement (Class A) 025608 Inlets 025610 Concrete Curb & Gutter 025612 Concrete Sidewalks & Driveways 025614 Concrete Curb Ramps 025620 Portland Cement Concrete Pavement 025802 Temporary Traffic Controls During Construction 025805 Work Zone Pavement Markings 025807 Pavement Markings (Paint and Thermoplastic) 025813 Preformed Thermoplastic Striping, Words & Emblems 025816 Raised Pavement Markers 025818 Pavement Markers (Reflectorized) (TxDOT DMS-4200) 025828 Bituminous Adhesive for Pavement Markers (TxDOT DMS 6130) 027202 Manholes 027402 Reinforced Concrete Pipe Culverts 027404 Concrete Box Culverts 027611 Cleaning and Televised Inspection of Conduits 028040 Sodding 028300 Fence Relocation 028320 Chain Link Fence 028340 Chain Link Security Fence Table of Contents 000100-2 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 11/2018 Division/ Title Section 028370 Barbed Wire Fence Division 03 Concrete 030020 Portland Cement Concrete 032020 Reinforcing Steel 037040 Epoxy Compounds 038000 Concrete Structures Division 05 Metals 055420 Frames, Grates, Rings & Covers Part T Technical Specifications 022410-T Storm Water Pollution Prevention 027614-T Cured-in-Place-Pipe (CIPP) Rehabilitation of Gravity Line 028020-T Seeding 038001-T Storm Seal for Rehab. of CMP, Concrete Pipe, Culverts, Catch Basins & Storm Drains 330533-T HP Pipe Item 432 TxDOT Item 432- Riprap SS 4014 TxDOT Special Specification - Interlocking Articulating Concrete Blocks Appendix Title 1 Example Delivery Order No. 1 END OF SECTION Table of Contents 000100-3 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 11/2018 DIVISION 00 Procurement and Contracting Requirements 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following Project: Citywide Storm Water Improvements IDIQ Project No. 18100A A. This Project is an Indefinite Delivery/Indefinite Quantity (ID/IQ) construction contract to perform rehabilitation/replacement of storm water infrastructure in the City of Corpus Christi (Citywide). The work will be issued in individual work orders called "Delivery Orders" that provide specific scope and requirements, in accordance with the plans, specifications, and contract documents. The scope of work includes, but is not limited to: rehabilitation and/or replacement of manholes, curb inlets, and storm water pipes or box culverts by open cut installation methods, well pointing, cleaning and televised inspection of conduits, as required SWPPP/permit compliance, resultant pavement, curb and gutter, sidewalk, and driveway repairs, and temporary traffic control measures. The City intends to award this contract for an initial one-year/12-month period, with the option to administratively renew for two (2) additional one-year/12-month periods. The City's Department of Engineering Services will determine whether to exercise an option to renew based on the Contractor's successful performance of the work on all Delivery Orders,the recommendation of the City's Design Engineer, Construction Management & Inspection Team, approval by the City's Director of Engineering Services,and the concurrence of the Contractor. The contract allows for a City-approved economic adjustment to apply to a renewal period, based upon published cost-of-construction indices acceptable to the City. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $1,500,000. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, is to be completed according to the terms of the Delivery Order,and is eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports,or other information relevant to submitting a Bid for the Project. Invitation to Bid and Instructions to Bidders 002113- 1 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2:00 PM on Wednesday, May 22, 2019 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. Bid Security as detailed in Article 8 of this Section must be submitted in accordance with paragraph 3.04. 3.04 If submitting a hard copy bid or bid security, 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 -Citywide Storm Water Improvements IDIQ—Project No. 18100A 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 the date and time shown in paragraph 3.01, at the following location: City of Corpus Christi City Hall Building, 3rd Floor Engineering SmartBoard 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 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on 2:00 PM on Monday, May 13, 2019 at the following location: City of Corpus Christi City Hall Building, 3rd Floor Engineering SmartBoard Conference Room 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 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. Invitation to Bid and Instructions to Bidders 002113-3 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 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 the Bid Security as an attachment to their bid. The original Bid Bond, 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 thejob name and number and delivered as required in Article 3 of this Section. 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 1-year budget amount if bid exceeds 1-year budget, or 5 percent(5%)of the greatest amount bid if,within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 2. Invitation to Bid and Instructions to Bidders 002113-4 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 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 in accordance with SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or Invitation to Bid and Instructions to Bidders 002113-5 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 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 Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE with the date Bid to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner, the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. Invitation to Bid and Instructions to Bidders 002113-6 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 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 will,at its discretion,award the contract to the lowest responsible bidder for the base bid, plus any combination of Add or Deduct Alternates. 15.02 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. 15.03 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. The City intends to award this contract for an initial one-year/12-month period, with the option to administratively renew for two (2) additional one-year/12-month periods. The City's Department of Engineering Services will determine whether to exercise an option to renew based on the Contractor's successful performance of the work on all Delivery Orders, the recommendation of the City's Design Engineer, Construction Management & Inspection Team, approval by the City's Director of Engineering Services, and the concurrence of the Contractor. The contract allows for a City-approved economic adjustment to apply to a renewal period, based upon published cost-of-construction indices acceptable to the City. The bid documents include a scenario and details that are intended to establish unit costs and to assist the Contractor in gaining an understanding of the type and scope of anticipated delivery orders. However, there shall be no expectation (by the Contractor) that all bid items and/or quantities will be awarded in this Contract and that the plans cover every possible scenario that may arise throughout this Project. The hypothetical quantities shown in the Bid Form are not intended for award but will be used for bid evaluation purposes ONLY. The Contract award value is based on current anticipated budget allocations. The Contractor will have no basis for a claim against the City, if the actual Delivery Order total is less. 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 00 GENERAL CONDITIONS. 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 Article 6 of the Supplementary Conditions set forth the Owner's requirements as to bonds and insurance. When the Selected Bidder delivers the Invitation to Bid and Instructions to Bidders 002113-7 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 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 Engineering Services 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 executed Contract to the Owner within 10 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However,Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 00 GENERAL CONDITIONS. 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 or contract award process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding or award 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 Invitation to Bid and Instructions to Bidders 002113-8 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 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. 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. I. Bids received from a Bidder identified on a list prepared and maintained by the Texas Comptroller under Chapter 2252 of the Texas Government Code. 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. Invitation to Bid and Instructions to Bidders 002113-9 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity(i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate, through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid,which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of 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) resources, workforce, equipment and supervision/supervisory staff; (iii) past performance 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 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1—DEFINITIONS AND TERMINOLOGY SC-1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas UA Engineering, Inc. B. Paragraph 1.01.A.54"Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. Rehabilitated/replaced storm water infrastructure per each Delivery Order issued. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, is to be completed according to the terms of the Delivery Order,and is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Supplementary Conditions 007300- 1 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 43 rain days have been set for this Project. An extension of time due to rain days will be considered only after 43 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. Delete Paragraph 5.03 entirely and insert the following: "5.03 Subsurface and Physical Conditions A. No reports of explorations or tests of subsurface conditions at or contiguous to the Site, or drawings of physical conditions relating to existing surface or subsurface structures at the Site, are known to Owner." SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner. ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS 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 $1,000,000 Per Occurrence 2. Premises—Completed Operations $2,000,000 Aggregate Supplementary Conditions 007300-2 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, Non- $1,000,000 Combined Single Limit Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability / $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental ■ Required ❑ Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation>3 ft Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges ❑ Required ■ Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required ■ Not Required SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS SC-14.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Supplementary Conditions 007300-3 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 Wage Determination Construction Type Project Type (WD) No TX-21 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX-29 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). TX-21—Heavy General Decision Number: TX190021 01/04/2019 TX21 Superseded General Decision Number: TX20180031 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10. 60 for calendar year 2019 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the E0, the contractor must pay all workers in any classification listed on this wage determination at least $10. 60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5 (a) (1) (ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate) . The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (2) - (60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Supplementary Conditions 007300-4 Citywide Storm Water Improvements IDIQ-Project No. 18100A Rev 10/2018 Modification Number Publication Date 0 01/04/2019 * SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) . . . . . . . . . . . . . . . . . . . . . . . . .$ 9.05 Concrete Finisher. . . . . . . . . . . . . . . .$ 7.56 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 13.37 2.58 Laborers: Common. . . . . . . . . . . . . . . . . . . . . .$ 7.25 Utility. . . . . . . . . . . . . . . . . . . . .$ 7. 68 Power equipment operators: Backhoe. . . . . . . . . . . . . . . . . . . . .$ 9.21 Motor Grader. . . . . . . . . . . . . . . .$ 8.72 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the E0, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- Supplementary Conditions 007300-5 Citywide Storm Water Improvements IDIQ-Project No. 18100A Rev 10/2018 The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union Supplementary Conditions 007300-6 Citywide Storm Water Improvements IDIQ-Project No. 18100A Rev 10/2018 average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be. * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. Supplementary Conditions 007300-7 Citywide Storm Water Improvements IDIQ-Project No. 18100A Rev 10/2018 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- END OF GENERAL DECISION TX-29-Highway General Decision Number: TX190029 01/04/2019 TX29 Superseded General Decision Number: TX20180040 State: Texas Construction Type: Highway Counties: Aransas, Calhoun, Goliad, Nueces and San Patricio Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges) . Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10. 60 for calendar year 2019 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the E0, the contractor must pay all workers in any classification listed on this wage determination at least $10. 60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5 (a) (1) (ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate) . The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply Supplementary Conditions 007300-8 Citywide Storm Water Improvements IDIQ-Project No. 18100A Rev 10/2018 to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (2) - (60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 * SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) . . .$ 12. 64 FORM BUILDER/FORM SETTER Paving & Curb. . . . . . . . . . . . . . .$ 10. 69 Structures. . . . . . . . . . . . . . . . . .$ 13. 61 LABORER Asphalt Raker. . . . . . . . . . . . . . .$ 11. 67 Flagger. . . . . . . . . . . . . . . . . . . . .$ 8.81 Laborer, Common. . . . . . . . . . . . .$ 10.25 Laborer, Utility. . . . . . . . . . . .$ 11.23 Pipelayer. . . . . . . . . . . . . . . . . . .$ 11.17 Work Zone Barricade Servicer. . . . . . . . . . . . . . . . . . . .$ 11.51 PAINTER (Structures) . . . . . . . . . . . . .$ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor. . . . . . . . .$ 14.25 Asphalt Paving Machine. . . . . .$ 13.44 Mechanic. . . . . . . . . . . . . . . . . . . .$ 17.00 Motor Grader, Fine Grade. . . .$ 17.74 Motor Grader, Rough. . . . . . . . .$ 16.85 TRUCK DRIVER Lowboy-Float. . . . . . . . . . . . . . . .$ 16. 62 Single Axle. . . . . . . . . . . . . . . . .$ 11. 61 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the E0, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Supplementary Conditions 007300-9 Citywide Storm Water Improvements IDIQ-Project No. 18100A Rev 10/2018 Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and Supplementary Conditions 007300- 10 Citywide Storm Water Improvements IDIQ-Project No. 18100A Rev 10/2018 non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be. * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Supplementary Conditions 007300- 11 Citywide Storm Water Improvements IDIQ-Project No. 18100A Rev 10/2018 Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- END OF GENERAL DECISION ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES C. For the Contractor's convenience,the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Jeffrey C. Coym, PE 361-991-8550 Project Engineer(UA Engineering) Traffic Engineering 361-826-3547 Police Department 361-882-2600 361-826-1800 (361-826-1818 after Water/Wastewater/Storm water hours) Gas Department 361-885-6900 (361-885-6942 after hours) Parks & Recreation Department 361-826-3461 Supplementary Conditions 007300- 12 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 Public Agencies/Contacts Phone Number Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 IT Department (City Fiber) 361-826-1956 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 Spectrum Communications 1-800-892-4357 Crown Castle Communications 1-888-632-0931 (Network Operations Center) Centuryl-ink 361-208-0730 Windstream 1-800-600-5050 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 ARTICLE 25—SHOP DRAWINGS (NOT APPLICABLE) SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 00 72 00 ART. 20 CONTRACTOR RECORD DRAWINGS 00 72 00 ART. 28 CCTV FOOTAGE AND REPORTS 01 33 01 SEE SUBMITTAL REGISTER FOR REQUIRED RECORD DATA Supplementary Conditions 007300- 13 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 END OF SECTION Supplementary Conditions 007300- 14 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 00 91 01 ADDENDUM NUMBER 1 Project: Citywide Storm Water Improvements IDIQ Project Number: Owner: City of Corpus Christi 18100A City Engineer: J.H. Edmonds, P.E. City of Corpus Christi Designer: Jeff Coym, PE UA Engineering, Inc. Addendum No. 1 Specification Section: 00 9101 Issue Date: 5/17/2019 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: Jeff Coym, PE—Vice President `/ Name Date Addendum Items: Modifications: OF o 00 30 01 Bid Form k�: `r*tI o 0123 10 Alternates and Allowances ' ` . .'• *•. COYN o 0129 01 Measurement and Basis For Payment JEFFREYC. ..... 1 0 o Plan Sheets 1 & 4 �i� 101983 :�, IONAL Attachments: c 00 30 01 Bid Form (Attachment 1) LJA Engineering, Inc. F-1386 0 0123 10 Alternates arid Allowances(Attachment 2) o 01 29 01 Measurement and Basis For Payment (Attachment 3) / Plan Sheets 1 &4 (Attachment 4) ARTICLE 1 —BIDDING REQUIREMENTS 1,01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 30 01 BID FORM: DELETE: SECTION 00 30 01 BID FORM in its entirety. ADD: SECTION 00 30 01 BID FORM in its entirety(Attachment 1). Addendum No. 1 009101- 1 Citywide Storm Water Improvements IDIQ Rev 01-13-2016 B. SECTION 0123 10 ALTERNATES AND ALLOWANCES: DELETE: SECTION 0123 10 ALTERNATES AND ALLOWANCES in its entirety. ADD: SECTION 0123 10 ALTERNATES AND ALLOWANCES in its entirety(Attachment 2). C. SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT: DELETE: SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT in its entirety. ADD: SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT in its entirety (Attachment 3). ARTICLE 3 - MODIFICATIONS TO THE DRAWINGS 3.01 ADD OR DELETE DRAWINGS A. DELETE the following Drawings: Deleted Drawings 1—Title Sheet 4—Estimated Quantities Summary B. ADD the following Drawings: Added Drawings 1—Title Sheet (Attachment 4) 4—Estimated Quantities Summary(Attachment 4) ARTICLE 4—CLARIFICATIONS 4.01 QUESTIONS 1. Question: Will Quadex Lining System, utilizing GeoKrete Geopolymer Mortar, be an approved lining method for stormwater infrastructure deemed applicable?SECTION 038001- T would be the specification applicable. Answer: CONTRACTOR SHALL BID THE PROJECT AS SPECIFIED IN THE PLANS AND SPECIFICATIONS. AFTER THE PROJECT IS AWARDED TO A CONTRACTOR, THE AWARDED CONTRACTOR CAN, IF DESIRED, SUBMIT FOR POSSIBLE MATERIAL SUBSTITUTIONS IN ACCORDANCE WITH 00 72 00—GENERAL CONDITIONS,SECTION 12.05 SUBSTITUTIONS. 2. Question: Under what authority in Gov. Code 2269 are you procuring this work under the IDIQ? Answer: This work is being procured under Chapter 252 of the Texas Local Government Code. 3. Question: Can you provide the specific authority under Local Gov. code 252 please? Answer: This question does not pertain to the Contract Documents, Addenda, or related supplemental information. For information on state law, consult an attorney. Addendum No. 1 00 9101- 2 Citywide Storm Water Improvements IDIQ Rev 01-13-2016 4. Question: Can the Street Excavation bid item be more specific? Answer: Parameters have been included in the bid item description. 5. Question: Can a bid item for Junction box be added to the bid items? Answer: Bid items have been added for several function box sizes. 4.02 CLARIFICATIONS A. Pre-Bid Meeting Question: How should the bidder evaluate bid items based on an unknown scenario/location of work? Pre-Bid Meeting attendees elaborated on how the bid price may vary if a delivery order is located in an arterial versus an open field. Clarification: Individual delivery orders may vary in complexity based on the size and location of the delivery order. Note that there will typically be additional bid items added as the complexity of the delivery order increases. The traffic control bid items will be utilized to account for the location of the delivery order(near/in an arterial,collector,rural, etc.). In addition, the "Well Pointing" bid item has been separated into two bid items to account for typical well pointing around the City and well pointing in the Padre/Mustang Island/Flour Bluff area, which is typically significantly more involved due the high-water table and groundwater conditions in these areas. The remainder of the bid items are intended to be bid and constructed in accordance with the standards provided in the plans and specifications. END OF ADDENDUM NO. 1 Addendum No. 1 00 9101-3 Citywide Storm Water Improvements IDIQ Rev 01-13-2016 00 30 01 BID FORM ADDENDUM NO.1 ATTACHMENT NO.1 Sheet 1 of 6 Project Citywide Storm Water Improvements IDIQ Name: Project 18100A Number: Owner: City of Corpus Christi Bidder: OAR: Designer: -JA Engineering Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid PartA-General(per SECTION 01 2901 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization(Max.5%of Project Total) LS 1 A2 Bonds and Insurance LS 1 A3 Storm Water Pollution Prevention Plan LS 1 A4 Ozone Advisory Days DAYS 1 SUBTOTAL PART A-GENERAL(Items Al thru A4) Part B-STORM WATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) REMOVALS B1 Remove Existing Curb Inlet EA 5 B2 Remove Existing Grate Inlet EA 2 B3 Remove Existing Post Inlet EA 2 B4 Remove Existing Flume LF 25 B5 Remove Existing Storm Manhole EA 2 B6 Remove Existing Junction Box EA 2 B7 Remove Existing S.E.T. EA 2 B8 Remove Existing Headwall/Wingwall(0-100 SF) EA 2 B9 Remove Existing Headwall/Wingwall(Per Each Additional SF Over 100 SF) SF 500 B10 Remove Existing Retaining Wall LF 100 B11 Remove Existing Curb and Gutter LF 100 B12 Sawcut Existing Asphalt/Concrete(0"-6") LF 100 B13 Sawcut Existing Asphalt/Concrete(7"-12") LF 100 B14 Sawcut Existing Asphalt/Concrete(>12") LF 50 B15 Remove Existing Asphalt Pavement SY 100 B16 Remove Existing Concrete Pavement SY 100 B17 Remove Existing Driveway SF 500 B18 Remove Existing Sidewalk SF 500 B19 Remove Existing Sidewalk Ramp SF 150 B20 Plug Existing 6"-18"Pipe EA 2 B21 Plug Existing 24"-36"Pipe EA 2 B22 Grout Fill and Abandon 6"-18"Pipe LF 100 B23 Grout Fill and Abandon 24"-36"Pipe LF 100 B24 Remove Existing 6"-18"CMP/HDPE LF 50 B25 Remove Existing 24"-36"CMP/HDPE LF 50 B26 Remove Existing 42"-54"CMP/HDPE LF 50 M Remove Existing 60+"CMP/HDPE LF 50 Remove Existing 6"-18"RCP LF 100 Remove Existing 24"-36"RCP LF 100 Remove Existing 42"-54"RCP LF 50 Remove Existing 60+"RCP LF 50 Remove Existing Box Culvert(0-10 SF Effective Opening) LF 100 Remove Existing Box Culvert(11-20 SF Effective Opening) LF 100 Remove Existing Box Culvert(21-30 SF Effective Opening) LF 100 Bid Form 00 30 01-Page 1 of 6 Citywide Storm Water Improvements IDIQ—Project No.18100A Rev 10/2018 00 30 01 BID FORM ADDENDUM NO.1 ATTACHMENT NO.1 Sheet 2 of 6 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT B35 Remove Existing Box Culvert(31-40 SF Effective Opening) LF 75 B36 Remove Existing Box Culvert(41-50 SF Effective Opening) LF 50 B37 Remove Existing Box Culvert(51-60 SF Effective Opening) LF 50 B38 lRemove Existing Box Culvert(61-70 SF Effective Opening) LF 50 PIPE B39 CIPP Lining of Existing 18"-30"Pipe LF 50 B40 CIPP Lining of Existing 36"-42"Pipe LF 50 B41 CIPP Lining of Existing 48"-60"Pipe LF 50 B42 Storm Seal of Existing 18"-30"Pipe LF 50 B43 Storm Seal of Existing 36"-42"Pipe LF 50 B44 Storm Seal of Existing 48"-60"Pipe LF 50 B45 18"-24"HP Pipe LF 200 B46 30"-36"HP Pipe LF 100 B47 18"-24"Class III RCP LF 200 B48 30"-36"Class III RCP LF 100 B49 42"-48"Class III RCP LF 25 B50 54"-60"Class III RCP LF 25 B51 18"-24"Class IV RCP LF 150 B52 30"-36"Class IV RCP LF 50 B53 42"-48"Class IV RCP LF 25 B54 54"-60"Class IV RCP LF 25 B55 Precast Reinforced Concrete Box Culvert(0-10 SF Effective Opening) LF 200 B56 Precast Reinforced Concrete Box Culvert(11-20 SF Effective Opening) LF 125 B57 Precast Reinforced Concrete Box Culvert(21-30 SF Effective Opening) LF 100 B58 Precast Reinforced Concrete Box Culvert(31-40 SF Effective Opening) LF 50 B59 Precast Reinforced Concrete Box Culvert(41-50 SF Effective Opening) LF 50 B60 Precast Reinforced Concrete Box Culvert(51-60 SF Effective Opening) LF 30 B61 Precast Reinforced Concrete Box Culvert(61-70 SF Effective Opening) LF 25 B62 Cast-in-Place Reinforced Concrete Box Culvert(0-10 SF Effective Opening) LF 100 B63 Cast-in-Place Reinforced Concrete Box Culvert(11-20 SF Effective Opening) LF 75 B64 Cast-in-Place Reinforced Concrete Box Culvert(21-30 SF Effective Opening) LF 50 B65 Cast-in-Place Reinforced Concrete Box Culvert(31-40 SF Effective Opening) LF 25 B66 Cast-in-Place Reinforced Concrete Box Culvert(41-50 SF Effective Opening) LF 15 B67 Cast-in-Place Reinforced Concrete Box Culvert(51-60 SF Effective Opening) LF 15 B68 Cast-in-Place Reinforced Concrete Box Culvert(61-70 SF Effective Opening) LF 15 B69 Hydro Excavate Trench LF 100 B70 Trench Safety for Pipe/Box(0'-6') LF 1000 B71 Trench Safety for Pipe/Box(6'-8') LF 750 B72 Trench Safety for Pipe/Box(8'-10') LF 450 B73 Trench Safety for Pipe/Box(10'-12') LF 200 B74 Trench Safety for Pipe/Box(12'-14') LF 150 B75 Trench Safety for Pipe/Box(14'-16') LF 100 B76 Trench Safety for Pipe/Box(16'-18') LF 50 B77 Trench Safety for Pipe/Box(18'-20') LF 50 B78 JCCTV Inspection of Existing Pipe/Box LF 500 B79 JClean Out Existing Curb Inlet EA 5 B80 JClean Out Existing Storm Manhole EA 5 B81 JClean Out Existing Pipe(6"-18") LF 300 B82 JClean Out Existing Pipe(24"-36") LF 300 B83 JClean Out Existing Pipe (42"-54") LF 50 B84 Clean Out Existing Pipe (60"+) LF 50 B85 JClean Out Existing Box Culvert(2'Span) LF 50 Bid Form 00 30 01-Page 2 of 6 Citywide Storm Water Improvements IDIQ—Project No.18100A Rev 10/2018 00 30 01 BID FORM ADDENDUM NO.1 ATTACHMENT NO.1 Sheet 3 of 6 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT B86 Clean Out Existing Box Culvert(3'Span) LF 50 B87 Clean Out Existing Box Culvert(4'Span) LF 50 B88 Clean Out Existing Box Culvert(5'Span) LF 50 B89 IClean Out Existing Box Culvert(6'Span) LF 50 B90 IClean Out Existing Box Culvert(7'Span) LF 50 B91 IClean Out Existing Box Culvert(8'Span) LF 50 B92 lWell Pointing LF 250 B93 lWell Pointing(On Padre/Mustang Island/Flour Bluff) LF 100 B94 Cement Stabilized Sand I CY 50 B95 IDisposal of Contaminated Groundwater Allowance LS 1 $ 7,500.00 $ 7,500.00 STRUCTURES B96 5'Curb Inlet EA 5 B97 5'Curb Inlet(Type 2) EA 1 B98 5'Curb Inlet(Type 3) EA 1 B99 5'Curb Inlet(Type 4) EA 1 B100 5'Curb Inlet Throat Extension EA 5 B101 Grate Inlet EA 2 B102 3'x3'Post Inlet EA 2 B103 4'x4'Post Inlet EA 2 B104 4'Diameter Type'A'Manhole(Depth<_6') EA 4 B105 5'Diameter Type'A'Manhole(Depth<_6') EA 2 B106 6'Diameter Type'A'Manhole(Depth<_6') EA 1 B107 3'x3'Manhole Riser EA 2 B108 Manhole Extra Depth(Depth>6') VF 15 B109 4'x4'Junction Box EA 1 B110 5'x5'Junction Box EA 1 B111 6'x6'Junction Box EA 1 B112 7'x7'Junction Box EA 1 B113 8'x8'Junction Box EA 1 B114 9'x9'Junction Box EA 1 B115 10'x10'Junction Box EA 1 B116 Trench Safety for Manhole/Junction Box/Inlet(0'-6') EA 2 B117 Trench Safety for Manhole/Junction Box/Inlet(6'-8') EA 2 B118 Trench Safety for Manhole/Junction Box/Inlet(8'-10') EA 2 B119 Trench Safety for Manhole/Junction Box/Inlet(10'-12') EA 2 B120 Trench Safety for Manhole/Junction Box/Inlet(12'-14') EA 2 B121 Trench Safety for Manhole/Junction Box/Inlet(14'-16') EA 2 B122 Trench Safety for Manhole/Junction Box/Inlet(16'-18') EA 2 B123 Trench Safety for Manhole/Junction Box/Inlet(18'-20') EA 2 B124 Replace Existing Storm Water Manhole Ring and Cover EA 3 B125 Adjust Existing Storm Water Manhole Ring and Cover EA 3 B126 Safety End Treatment(Type 1)(3:1)(18"-30") EA 2 B127 ISafety End Treatment(Type 1)(3:1)(36"-42") Ea 1 B128 ISafety End Treatment(Type 1)(3:1)(48"-60") EA 1 B129 ISafety End Treatment(Type 1)(6:1)(18"-30") EA 2 B130 ISafety End Treatment(Type 1)(6:1)(36"-42") EA 1 B131 ISafety End Treatment(Type 1)(6:1)(48"-60") EA 1 B132 ISafety End Treatment(Type 11)(3:1)(18"-30") EA 2 B133 ISafety End Treatment(Type 11)(3:1)(36"-42") EA 1 B134 ISafety End Treatment(Type 11)(3:1)(48"-60") EA 1 B135 Safety End Treatment(Type 11)(6:1)(18"-30") EA 2 B136 ISafety End Treatment(Type 11)(6:1)(36"-42") EA 1 Bid Form 00 30 01-Page 3 of 6 Citywide Storm Water Improvements IDIQ—Project No.18100A Rev 10/2018 00 30 01 BID FORM ADDENDUM NO.1 ATTACHMENT NO.1 Sheet 4 of 6 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT B137 Safety End Treatment(Type II)(6:1)(48"-60") EA 1 B138 Connect to Existing Curb Inlet EA 5 B139 Connect to Existing Manhole EA 5 B140 lConnect to Existing Headwall/Wingwall EA 5 B141 lConnect to Existing Box Culvert EA 5 B142 ITemporary Cofferdam EA 2 ADJUSTMENTS B143 Adjust Existing Waterline(1"-4") LF 50 B144 Adjust Existing Waterline(6"-10") LF 50 B145 Adjust Existing Waterline(12"-16") LF 50 B146 Adjust Existing Water Valve Box EA 5 B147 Adjust Existing Gas Line(Backfill&Compaction Only) LF 50 B148 lAdjust Existing Gas Valve Box I EA 5 REHABILITATION/REPAIR B149 Remove Culvert and Repair Wall(0-10 SF) EA 2 B150 Remove Culvert and Repair Wall(11-20 SF) EA 2 B151 Clean and Repair Spalling(0-10 SF) EA 2 B152 Clean and Repair Spalling(11-20 SF) EA 2 B153 Rehabilitate Existing Manhole EA 2 SITE WORK B154 Site Clearing and Stripping AC 1 B155 Site Grading AC 1 B156 Street Excavation(1'B.O.C.-2'Avg.Depth) SY 100 B157 Subgrade Preparation SY 250 B158 Reshape/Regrade Ditch SY 250 B159 Articulated Concrete Block Matting SF 100 FLAT WORK B160 4"Curb and Gutter LF 100 B161 Std.6"Curb and Gutter LF 100 B162 6" Reverse Curb and Gutter LF 100 B163 4"-6"Concrete Riprap SY 100 B164 6"-8"Stone Riprap SY 100 B165 6"Concrete Apron with Deepened Edges SF 100 B166 6"Concrete Apron Transition SF 600 B167 3'Trench Drain with Traffic Rated Grate LF 30 B168 4'Emergency Overflow Channel LF 100 B169 5'V-Channel LF 50 B170 5'Valley Gutter LF 50 B171 Sidewalk Drain EA 5 B172 Concrete Flume LF 25 B173 Concrete Driveway SF 500 B174 Concrete Sidewalk SF 500 B175 Concrete Sidewalk Ramp SF 150 B176 Mill Existing Asphalt Pavement(0"-3") SY 500 B177 6"Type A,Grade 1-2 Crushed Limestone Base SY 500 B178 Additional Thickness Type A,Grade 1-2 Crushed Limestone Base(1"per SY) SY 500 B179 6"Reinforced Concrete Pavement SY 500 B180 Additional Thickness Reinforced Concrete Pavement(1"per SY) SY 500 B181 3"Type'B'HMAC SY 500 B182 Additional Thickness Type'B'HMAC(1"per SY) SY 500 B183 2"Type'D'HMAC I SY 500 B184 Additional Thickness Type'D'HMAC(1"per SY) SY 500 Bid Form 00 30 01-Page 4 of 6 Citywide Storm Water Improvements IDIQ—Project No.18100A Rev 10/2018 00 30 01 BID FORM ADDENDUM NO.1 ATTACHMENT NO.1 Sheet 5 of 6 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT B185 Asphalt Transition SY 500 B186 Full-Depth Pavement Repair SY 100 B187 Removable Wooden Deck SF 375 TREE AND FENCE REMOVAL/REPLACEMENT B188 Tree Removal Up to 8"in Diameter EA 2 B189 Tree Removal Greater Than 8"in Diameter EA 2 B190 Remove and Replace Existing Wooden Fence LF 25 B191 Remove and Replace Existing Chainlink Fence LF 25 B192 Remove and Replace Existing Security Fence LF 25 B193 Remove and Replace Existing Wrought Iron Fence LF 25 B194 Remove and Replace Existing Barbed Wire Fence LF 25 B195 Security Grating Under Fence EA 2 SWPPP B196 Inlet Protection EA 5 B197 Silt Fence LF 250 B198 Seeding SY 150 B199 Sodding SY 150 B200 Rock Filter Dam EA 1 B201 Stabilized Construction Entrance/Exit EA 2 B202 JTree Protection Fence EA 2 STRIPING AND TRAFFIC CONTROL B203 Reflective Pavement Markings TY.1(W)(24")(SLD)(100 MIL)-Stop Bar LF 50 B204 Reflective Pavement Markings TY.1(W)(24")(SLD)(100 MIL)-Crosswalk LF 50 B205 Reflective Pavement Markings TY.1(W)(24")(SLD)(100 MIL)-Gore LF 50 B206 Reflective Pavement Markings TY.1(Y)(24")(SLD)(100 MIL)-Gore LF 50 B207 Reflective Pavement Markings TY.1(W)(12")(SLD)(100 MIL)-Crosswalk LF 150 B208 Reflective Pavement Markings TY.1(W)(12")(SLD)(100 MIL) LF 150 B209 Reflective Pavement Markings TY.1(W)(8")(SLD)(100 MIL) LF 150 B210 Reflective Pavement Markings TY.1(Y)(4")(SLD)(100 MIL) LF 250 B211 Reflective Pavement Markings TY.1(Y)(4")(BKN)(100 MIL) LF 250 B212 Reflective Pavement Markings TY.1(W)(4")(SLD)(100 MIL) LF 250 B213 Reflective Pavement Markings TY.1(W)(4")(BKN)(100 MIL) LF 250 B214 Prefabricated Pavement Markings TY.1(W)(100 MIL)-Words and/or Arrows EA 5 B215 Raised Reflective Pavement Markings(TYII-A-A)Yellow EA 10 B216 Raised Reflective Pavement Markings(TYII-C-R)White/Red EA 10 B217 Raised Reflective Pavement Markings(TYII-B-B)Blue EA 5 B218 Remove and Replace Signage EA 10 B219 Signing and Traffic Control (TCP Detail 1) DAY 7 B220 Signing and Traffic Control (TCP Detail 2) DAY 7 B221 Signing and Traffic Control (TCP Detail 3) DAY 7 B222 Signing and Traffic Control(TCP Detail 4) DAY 7 B223 Signing and Traffic Control (TCP Detail 5) DAY 7 B224 Signing and Traffic Control (TCP Detail 6) DAY 7 8225 Signing and Traffic Control (TCP Detail 7) DAY 7 B226 Signing and Traffic Control (TCP Detail 8) DAY 7 B227 Signing and Traffic Control (TCP Detail 9) DAY 7 B228 Signing and Traffic Control (TCP Detail 10) DAY 7 B229 Signing and Traffic Control (TCP Detail 11) DAY 7 B230 Signing and Traffic Control (TCP Detail 12) DAY 7 B231 Signing and Traffic Control (TCP Detail 13) DAY 7 B232 Signing and Traffic Control(TCP Detail 14) DAY 7 B233 Signing and Traffic Control(TCP Detail 15) DAY 7 Bid Form 00 30 01-Page 5 of 6 Citywide Storm Water Improvements IDIQ—Project No.18100A Rev 10/2018 00 30 01 BID FORM ADDENDUM NO.1 ATTACHMENT NO.1 Sheet 6 of 6 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT 8234 Signing and Traffic Control (TCP Detail 16) DAY 7 8235 Signing and Traffic Control (TCP Detail 17) DAY 7 8236 Signing and Traffic Control (TCP Detail 18) DAY 7 8237 Signing and Traffic Control (TCP Detail 19) DAY 7 8238 Signing and Traffic Control (TCP Detail 20) DAY 7 8239 Signing and Traffic Control (TCP Detail 21) DAY 7 8240 Signing and Traffic Control (TCP Detail 22) DAY 7 8241 Signing and Traffic Control (TCP Detail 23) DAY 7 8242 113ortable Changeable Message Signs(PCMS) DAY 7 6243 IFlashing Arrow Boards DAY 7 8244 Temporary Traffic Signals DAY 7 B245 IFIagger,Complete and in Place per 24-hr Period DAY 7 SUBTOTAL PART B-STORM WATER IMPROVEMENTS(Items B1 thru B245) BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A4) SUBTOTAL PART B-STORM WATER IMPROVEMENTS(Items B1 thru 8245) TOTAL PROJECT BASE BID(PARTS A THRU B)FOR EVALUATION PURPOSES ONLY* NOTE*: The Contractor selection will be based on the lowest responsive/responsible bid, but a total amount of$1,500,000 will be awarded as the Not to Exceed amount. The amount awarded through Delivery Orders is anticipated to range from $500,000 to $1,500,000 per year. There will not be a guaranteed amount,and Delivery Orders will be based on the needs of the Utilities Department. Bid Form 00 30 01-Page 6 of 6 Citywide Storm Water Improvements IDIQ—Project No.18100A Rev 10/2018 ADDENDUM NO. 1 ATTACHMENT 2 Sheet 1 of 2 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate,and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. The Lump Sum Bid Items described as "Allowances" have been set as noted in Section 00 30 01 Bid Form and shall be included in the Total Base Bid of the Bid Form for each Bidder. These Allowances may be used at the Owner's discretion in the event that unforeseen conditions or conflicts are encountered during construction that warrants the use of the Allowance funds. If the use of Allowance funds becomes necessary, the OAR will provide written authorization at a cost negotiated between Owner and Contractor, using unit prices in the Bid Form when applicable. No work is to be performed under the Allowance items without written authorization from the OAR. There is no guarantee that any of these funds will need to be used during the course of the Work. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with Article 24 of SECTION 00 72 00 GENERAL CONDITIONS. Alternates and Allowances 012310- 1 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 ADDENDUM NO. 1 ATTACHMENT 2 Sheet 2 of 2 1.03 DESCRIPTION OF ALTERNATES (NOT USED) 1.04 DESCRIPTION OF ALLOWANCES A. Bid Item B95 -Disposal of Contaminated Groundwater Allowance: 1. The sum of$7,500.00 to be used for the disposal of contaminated groundwater. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 012310-2 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 ADDENDUM NO. 1 ATTACHMENT 3 Sheet 1 of 4 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A1—Mobilization (Max. 5%of Project Total): 1. Include the following costs in this Bid item: a. Transportation and setup for equipment; b. Transportation and/or erection of all field offices, sheds, and storage facilities; c. Salaries for preparation of documents required before the first Application for Payment; and d. Salaries for field personnel assigned to the Project related to the mobilization/demobilization of the Project. Measurement and Basis for Payment 01 29 01- 1 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 ADDENDUM NO. 1 ATTACHMENT 3 Sheet 2 of 4 2. Unless indicated otherwise in the Bid Form, Mobilization (Max. 5%of Project Total)shall be measured by the lump sum. Payment shall be made per Delivery Order on the following basis: DO Cost \ Mobilization Payment = (Mobilization Lump Sum) (Contract Amount/ The initial monthly estimate will include 50% of the unit price bid minus retainage. The balance will be paid according to the percent of construction complete after 50% completion has been surpassed, less retainage. Mobilization may not exceed 5 percent of the total Contract Price for Delivery Order Improvements. B. Bid Item A2—Bonds and Insurance: 1. Payment shall include the costs for Bonds and Insurance. Payment shall be made on the following basis:The initial monthly estimate will include 50%of the unit price bid minus retainage. The balance will be paid according to the percent of construction complete after 50%completion has been surpassed, less retainage. Bonds and Insurance may not exceed 2.5 percent of the total Contract Price for a single Delivery Order. 2. Unless indicated otherwise in the Bid Form, BONDS AND INSURANCE shall be measured by the lump sum. C. Bid Item A3—Storm Water Pollution Prevention Plan: 1. Payment shall include but not be limited to furnishing and submitting the SWPPP to TCEQ and Owner and updating the Plan during the Project as needed. All permits and required fees related to the SWPPP will be included in this item. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made per lump sum per each Delivery Order on the following basis: The initial pay application will include 50% of the lump sum bid amount minus retainage. The balance will be paid according to the percent of construction completion after 50%completion has occurred, minus retainage. D. Bid Item A4—Ozone Advisory Days: 1. Include the following costs in this Bid Item: a. Compensation in the amount of the bid unit price for Ozone Advisory Days that occur during the construction duration. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per day basis. E. Bid Items B8& B9—Remove Existing Headwall/Wingwall: 1. Include the following costs in these Bid Items: a. Materials, equipment, personnel, labor, and incidentals required for removal of existing headwall/wingwall, in accordance with the plans. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per square foot basis. The square foot measurement is determined by the overall area (nominal height,width,wingwall shape/slope, etc.)of the headwall/wingwall elevation, not excluding any connecting pipe/box void. Measurement and Basis for Payment 01 29 01- 2 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 ADDENDUM NO. 1 ATTACHMENT 3 Sheet 3 of 4 F. Bid Items B32 thru B38—Remove Existing Box Culvert: 1. Include the following costs in these Bid Items: a. Materials, equipment, personnel, labor, and incidentals required for removal of existing box culverts. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per linear foot basis. Payment shall be for the box culvert size range defined by the effective opening of the box culvert. The effective opening is determined by the product of the nominal span and rise of the box culvert measured by square foot. G. Bid Items B55 thru B61—Precast Reinforced Concrete Box Culvert: 1. Include the following costs in these Bid Items: a. Materials, equipment, personnel, labor, and incidentals required for installation of proposed precast reinforced concrete box culverts. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per linear foot basis. Payment shall be for the box culvert size range defined by the effective opening of the box culvert. The effective opening is determined by the product of the nominal span and rise of the box culvert measured by square foot. H. Bid Items B62 thru B68—Cast-in-Place Reinforced Concrete Box Culvert: 1. Include the following costs in these Bid Items: a. Materials, equipment, personnel, labor, and incidentals required for installation of proposed cast-in-place reinforced concrete box culverts. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per linear foot basis. Payment shall be for the box culvert size range defined by the effective opening of the box culvert. The effective opening is determined by the product of the nominal span and rise of the box culvert measured by square foot. I. Bid Item B159—Articulated Concrete Block Matting: 1. Include the following costs in this Bid Item: a. Materials, equipment, personnel, labor, and incidentals required for channel excavation, if required, and installation of the bid item, in accordance with the plans. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per square foot basis. Channel excavation, if required, is subsidiary to the bid item. J. Bid Items B190 thru B194—Remove and Replace Existing Fence: 1. Include the following costs in these Bid Items: a. Materials, equipment, personnel, labor, and incidentals required for the removal of existing fence, disposal of existing fence materials, if not salvageable, replacement using existing fence materials, and/or installation with new fence materials, if existing fence materials were not salvageable, in accordance with the plans. Measurement and Basis for Payment 01 29 01-3 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 ADDENDUM NO. 1 ATTACHMENT 3 Sheet 4 of 4 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a linear foot basis. K. Bid Item B218—Remove and Replace Signage: 1. Include the following costs in this Bid Item: a. Materials, equipment, personnel, labor, and incidentals required for the removal of existing signage, disposal of existing signage, if not salvageable, replacement using existing signage, and/or installation of new signage, in accordance with the plans. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per each basis. L. Other Bid Items 1. The basis of measurement and payment for other Bid Items shall be as described in the applicable Specification Sections, Construction Drawings and/or SECTION 00 30 01 BID FORM. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01-4 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 CONSLLiMTY SHAT SO,Patricia C..ty Sh.t r.tIS IS M-1111.111 S - NUECES BAY Es 2� 7 S—D SII 801 C—PS—1— Lady = �2 O® - - F :P-E I�'z) SEE P_E�S IS.­. SO _p t�E E �l'i 17 '­':' '.'x z CORPUS CHRISTI SAY 4 S­Sl—SOX.LLZM.P=ll 21=zIy PROJECT LOCATION 2' S.':'S:= P-1 1:.11 C_EE 1. Z, E2 S_S, Wx UL p 2 ­..=0 zam-l—O.—SOLS ) C CORPUS CHRISTI TEXAS 2�1 C_3-1 BOX­�ln CCZI"I-E S S—(I OF 2 E �l 1 2 P�I OF z IS _�l %I SIPI 1 2 ­­­­ p I OF 2� 'C C .'14p.'WX t1MM=lE E.1:SIPI�l 1 2 P�I OF 2� wJ 11 IC-1-1 111—11­�12=,­lt�E I IP-�l 1 21 _p.SOX_ , 7:_I OF SIM OFs, P_�S 7 I OF 2 S­(x OF 2) R M C­ =r­MM 00 M�WWXRM 37 OOW I 11M R X LZFS 21 =c 21 Fa IS A-1 (H "OF 1'jW� 12 11 Slflf WX IU— I OF 21 ——— w. SET .=WX CU 41 11 EEI.FOF�III I= '1(2 OF 2) (I OF —E 11(�OF 2i 'o, SET P_M SET. FIM CU_FS-(E 11 _P_._.S E,.._"I I OF Earp T P-M-0 S 40 SEF P-0 S Eri_M="".IS .(�2�l 3 SO P -IC E.Tf=E MOFS� 11 W-I M.Mr S E =E I J M PSEP '=cru Sr � MMZEP 1 M PW,�AO IS ISIS . Pula)—i2 SO oll SW TCKI 1)-12—nomS­MW 7 TKS�)-IS..E--E--—C SS P( SSFTS ON TC K2-)-12 PSIE CLOSISES 0. �2 OF A d, T�CPP lU 111 11 IF'xs I I ug�:a 4 OF FOP __ IS OF ej SO p U=_­ I.OF sl —E-N.-.—1- 17 111 POP SO :I%�-1. S—C.T z PLANS FOR: SO.I,— S-S­r S.Tw� w 72 .0(7-1+ IEF-POFS."ING CGI& 73 '1——0'._.ES CITYWIDE STORM WATER 74 M)­P+ lI D:Cl 7S SE 7 atom-I. I C�( 77 IS 12)-1 RELEASED FOR IMPROVEMENTS IDIQ +,=T�:ER""'pA='p_'r K W CONSTRUCTION: pp...,=ff=1((_E IS)(2 OF xl w SO SUm ZZIR c M 1102MINTSPIMED MO 01—CEP 19 LL, W FER ­ONxEs 8, MO M=Ano,comoL`= PROJECT NO 18100A SO SI, S__ ......se.��res ooze .7 O=PM=To��(O W 0 1 OF!L)S SS STM D 0'.�3 1� PREPARED BY 0 SO aV OF CIRSF IFF EsmuxOCuU..=PP SSrr. .=(I OF OF SO OF .US­SF 1_1=PP Slrrl=�.l IF LEI C OF aV OFZ 22" CALL BEFORE YOU DIG! .1= OlF SO "IM'M I SS STORM MR rM (3 F 3j 17 IS: SS Sr_ Rl­­1-1-­­-1 11111-F—T­1—I LL LJ4 OF(,�)W D_P, 811 2. —D DEALS(2 OF 3 �xc011 b......u III. LJA ENGINEERING TEER FIRM REG.NO.F-1386 ;1.1 =D r_ ww 5 SRD7 1 .1108 Mm FJ um— ——— THE LONE STAR NOTIFICATION COMPANY AT 1-800-669-8344U FME-..I— —11111T 11 A IS STO 571 PAGE 1 OF 2 M I-SET 111 18100A CONSLLiMTY SHAT PART A GENERAL ADJUSTMENTS ,7 PART B-STORM­ER IMPROVEMENTS REMOVALS uoy z 4 SITE z 77 z 7AY FLAT WORK 4 -7- 2 2 4 77 77 7mENT 0 oaS72 72 TRU TU 771 77,7D—.mETER ssc IPE L7w scsTREE ANO FENCE REMOVA LIREPLACEMENT O US 7- 7_ w z 71. s SW PPP o Ld Lu STRIPING AND TRAFFIC CONTROL IS L) smo 4 of 108 g ML N`DUM—N.I STD 571 r­7 < —11MINTNI I PAGE 2 OF 2 � ­AA­j 181DDA_ 18100A Citywide Storm Water Improvements IDIQ Report Created On:5/22/19 7:24:00 PM PROJECT: 18100A Citywide Storm Water Improvements IDIQ BIDDER: MAX Underground Construction LLC TOTAL BID: $2,208,798.50 COMPLETION TIME: Not Required BIDDER INFO: P.O Box-271106 Corpus Christi ,TX 78427 P: 361-334-2832 F: 361-334-2881 DD 30 04 BID ACKNOWLEDGEMENT FORM ARTICLE 1_BID RECIPIENT 1,81 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by MAX Undertyround OQrosirq ti _ m�2n�t_SCC (type or print name of cornpony) on: Wednesday, May 22, 2019 at 2,00 PM for Citywide Storm Water Improvements IDIQ Project No. 18100A. 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„tom. To submit the original bid security or if submitting hard copy bids, please send to: The City of Corpus Christi,Texas City Secretary s Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid-Citywide Storm Water Improvements IDIQ-Project No. 18100A 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 farm 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 21 13 INVITATION TO BID 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 acknowledges that Owner, at its discretion,will correct mathematical errors contained in the Bid and will conform bid items in accordance with SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT. 2,04 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 °-?-th in the Agreement. Bid Acknowledgement Form 003000- 1 Citywide Storm Water improvements IDIQ-Project No. 18100A Rev 10/2018 2 05 Bidder acknowledges receipt of the following Addenda: Addendum NO. I Addendum Date Signature Acknowledging Recell'O�W"11 May 1 7 20 1 9 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 ac!j,)-,,:cant to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D, Reports and drawings relating to Hazardous Environmental Conditions,if any,at or adjacent to the Site;and E. Technical Data related to each of these reports and drawings, 3,05 The Bidder has considered the: A. Information known to Bidder, B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site-,and D. The Contract Documents- 3,06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations,and documents on: A. The cost,progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. Bid Acknowledgement Form 003000-2 Citywide Storm Water improvements IDIQ—Project No. 18100A Rev 1012018 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.D9 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents,and all additional examinations,investigations,explorations,tests,studies,and data with the Contract Documents. 3.10 The Bidder has given the CZAR 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. 3.13 As required by Chapter 2270, Texas Government Code, Bidder hereby verifies that it does not boycott Israel and will not boycott Israel through the term of this Contract. For purposes of this verification, "boycott Israel"means refusing to deal with, terminating business activities with,or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. 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 15.03 of SECTION 00 72 00 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, plus any combination of Add or Deduct Alternates. ARTICLE 5--EVALUATION OF BIDDERS 5.01 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 l Bid Acknowledgement Form 003000- 3 Citywide Storm Water Improvements IDIQ--Project No. 18100A Rev lOY2018 project experience requirements to determine the lowest responsive, 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, correct mathematical errors 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 STATE%1[NT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. 5.04 The City intends to award this contract for an initial one-year/12-month period, with the option to administratively renew for two (2) additional one-year/12-month periods. The City's Department of Engineering Services will determine whether to exercise an option to renew based on the Contractor's successful performance of the work on all Delivery Orders, the recommendation of the City's Design Engineer, Construction Management & inspection Team, approval by the City's Director of Engineering Services, and the concurrence of the Contractor. The contract allows for a City-approved economic adjustment to apply to a renewal period,based upon published cost-of-construction indices acceptable to the City. The bid documents include a scenario and details that are intended to establish unit costs and to assist the Contractor in gaining an understanding of the type and scope of anticipated delivery orders. However, there shall be no expectation (by the Contractor) that all bid items and/or quantities will be awarded in this Contract and that the plans cover every possible scenario that may arise throughout this Project. The hypothetical quantities shown in the Bid Form are not intended for award but will be used for bid evaluation purposes ONLY. The Contract award value i ARTICLE 7-ATTACHMENTS TO THIS BID In comp I i a n ce 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 DO 3002 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 3005 DISCLOSURE OF INTEREST. F. SECTION 00 3006 NON-COLLUSION CERTIFiCATION. G. SECTION 00 45 16 STATEMENT OF EXPERIENCE 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- ETHICAL BEHAVIOR 10.01 Bidder certifies that Bidder's officers,employees and agents will not attempt to lobby or influence a vote or recommendation related to this Bid,directly or indirectly,through any contact with City Council members or other City officials from the date the Bid is submitted to the City until a Contract is executed by the City Manager or designee, except that comments are allowed to be made at a public meeting held under the Texas Open Meetings Act. ARTICLE 11-SIGNATORY REQUIREMENTS FOR BIDDERS 11.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 11.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s)signing the Bid must have the authority to bind the Bidder to a contract, and if required,shall attach documentation of signatory authority to the Bid Form. 11,03 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 Bid Acknowledgement Form 003000- 5 Citywide Storm Water improvements IDIQ-Project No, 18100A Rev 10/2018 notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder, 11.D4 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. 11.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency,or as otherwise existing. ^ ARTICLE 12—BID SUBM17TAL 12.01 This Bid is submitted by, Bidder: MAX Underground Constructi ompany, LLC .' (typed or printed Jul!fegol norne o 8i der) By. � di�iduvl'x siarL ( 9 ) Name: Maximiliano Salinas (typed or printed) Title: President (typed or printedf Attest: (indwi s rare) State of Residency: Texas Federal Tax ld, No. 61-1688364 Address for giving notices. P. O. Box 271106 Corpus Christi, TX 78427 (Mailing) 3801 SATURN, SUITE 103 CORPUS CHRISTI, TX 78413(PHYSMAL) Phone: 361-334-2832 Email: MAX CONSTRUCTION 10 YAH�OO.COM„^,,,,._..,.•. (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) EMD OF SECTION Bid Acknowledgement Farm 003000-6 Citywide Storm Water V mprovements 101Q-Project No. 1.8100A Rev 10/2018 MAX Underground Construction, Uk. State of Texas County of Nucces MAX UNDERGROUND C'ONSTRUC'TION CIRTIFICATE OF CORPORATE RESOLUTION 1. Diana Salinas, Corporate Secretary tier MAX Underground Construction Company, LLC, organised anti existing under the laws apt'I etas and haw ink;its principal place of business at 3801 Saturn Road,Suite 103 in Corpus Christi, Texas, hereby certity that the follo,-ving is a true statement of resolution adopted by the Board n1'Directors of the Corporation at a meeting convened and held tin January 4,2016 at which a quorurn Nvas present and voting throughout and that such resolution is now in full force and effect and is In accordance with the pan inions of lite charge and by-laws of the Corporation. RPSOL 11-D-, 117ar the Pn-si'clevit ot'thr('of7h)r�m0n. Afaxiinihano-,'ahllas' I'll J11thorized to sign oil N-11filt'at, the('orporation in.v contrdcts and fi)nn.% I lurcher certili,that this Corp"tiOn iS&dya(ganized incl existing, ;anal hay%the p-nver to take the ac called fiv Ii.v the fivrgo ""ol"'i""' (T faar7*r Salinas,-k'orporate Secretary 0"U2019 Witnesg'my hand and seal of this Corporation on 21 day of%,lay,2011; S orn and subscribed befo"on May 21, 2019. r tare omm',L,mon ex VsG4 0 Y202 ARGARET ROSE N Nolaty 9p 5 P. 0. Box 271.106 Corpus Chnsti, TX 78427 1 IG6 (361) 334-2832 (361)334 2981 fAx MaX—00T)StructMn 10',@V,3hoo.com 18100A Citywide Storm Water Improvements IDIQ Report Created On:5/22/19 7:24:00 PM BID TOTALS BASE BID Total PART A-GENERAL(ITEMS Al THRU A4) $140,001.00 PART B-STORM WATER IMPROVEMENTS(ITEMS B1 THRU B245) $2,068,797.50 Total $2,208,798.50 PART A-GENERAL(ITEMS Al THRU A4) No. Description Unit Qty Unit Price Ext Price Al MOBILIZATION(MAX. 5%OF PROJECT LS 1 $110,000.00 $110,000.00 TOTAL) A2 BONDS AND INSURANCE LS 1 $25,000.00 $25,000.00 A3 STORM WATER POLLUTION LS 1 $5,000.00 $5,000.00 PREVENTION PLAN A4 OZONE ADVISORY DAYS DAYS 1 $1.00 $1.00 Sub Total: $140,001.00 PART B-STORM WATER IMPROVEMENTS(ITEMS B1 THRU B245) No. Description Unit Qty Unit Price Ext Price B1 REMOVE EXISTING CURB INLET EA 5 $1,825.00 $9,125.00 B2 REMOVE EXISTING GRATE INLET EA 2 $1,250.00 $2,500.00 B3 REMOVE EXISTING POST INLET EA 2 $1,450.00 $2,900.00 B4 REMOVE EXISTING FLUME LF 25 $100.00 $2,500.00 B5 REMOVE EXISTING STORM MANHOLE EA 2 $1,750.00 $3,500.00 B6 REMOVE EXISTING JUNCTION BOX EA 2 $1,975.00 $3,950.00 B7 REMOVE EXISTING S.E.T. EA 2 $950.00 $1,900.00 B8 REMOVE EXISTING EA 2 $950.00 $1,900.00 HEADWALL/W I NGWALL(0-100 SF) B9 REMOVE EXISTING SF 500 $13.00 $6,500.00 HEADWALL/WINGWALL(PER EACH ADDITIONAL SF OVER 100 SF) B10 REMOVE EXISTING RETAINING WALL LF 100 $17.50 $1,750.00 18100A Citywide Storm Water Improvements IDIQ Report Created On:5/22/19 7:24:00 PM B11 REMOVE EXISTING CURB AND GUTTER LF 100 $9.50 $950.00 B12 SAWCUT EXISTING ASPHALT/CONCRETE LF 100 $7.00 $700.00 (0"-6") B13 SAWCUT EXISTING ASPHALT/CONCRETE LF 100 $15.00 $1,500.00 (7"-12") B14 SAWCUT EXISTING ASPHALT/CONCRETE LF 50 $24.00 $1,200.00 (> 12") B15 REMOVE EXISTING ASPHALT PAVEMENT SY 100 $16.00 $1,600.00 B16 REMOVE EXISTING CONCRETE SY 100 $60.00 $6,000.00 PAVEMENT B17 REMOVE EXISTING DRIVEWAY SF 500 $7.00 $3,500.00 B18 REMOVE EXISTING SIDEWALK SF 500 $8.50 $4,250.00 B19 REMOVE EXISTING SIDEWALK RAMP SF 150 $10.00 $1,500.00 B20 PLUG EXISTING 6"-18" PIPE EA 2 $1,250.00 $2,500.00 B21 PLUG EXISTING 24"-36" PIPE EA 2 $1,450.00 $2,900.00 B22 GROUT FILL AND ABANDON 6"-18" PIPE LF 100 $40.00 $4,000.00 B23 GROUT FILL AND ABANDON 24"-36" LF 100 $59.00 $5,900.00 PIPE B24 REMOVE EXISTING 6"-18"CMP/HDPE LF 50 $22.00 $1,100.00 B25 REMOVE EXISTING 24"-36"CMP/HDPE LF 50 $29.00 $1,450.00 B26 REMOVE EXISTING 42"-54"CMP/HDPE LF 50 $45.00 $2,250.00 B27 REMOVE EXISTING 60+"CMP/HDPE LF 50 $59.00 $2,950.00 B28 REMOVE EXISTING 6"-18" RCP LF 100 $27.00 $2,700.00 B29 REMOVE EXISTING 24"-36" RCP LF 100 $43.00 $4,300.00 B30 REMOVE EXISTING 42"-54" RCP LF 50 $48.00 $2,400.00 B31 REMOVE EXISTING 60+" RCP LF 50 $115.00 $5,750.00 B32 REMOVE EXISTING BOX CULVERT(0-10 LF 100 $80.00 $8,000.00 SF EFFECTIVE OPENING) B33 REMOVE EXISTING BOX CULVERT(11-20 LF 100 $100.00 $10,000.00 SF EFFECTIVE OPENING) B34 REMOVE EXISTING BOX CULVERT(21-30 LF 100 $125.00 $12,500.00 SF EFFECTIVE OPENING) B35 REMOVE EXISTING BOX CULVERT(31-40 LF 75 $150.00 $11,250.00 SF EFFECTIVE OPENING) 18100A Citywide Storm Water Improvements IDIQ Report Created On:5/22/19 7:24:00 PM B36 REMOVE EXISTING BOX CULVERT(41-50 LF 50 $170.00 $8,500.00 SF EFFECTIVE OPENING) B37 REMOVE EXISTING BOX CULVERT(51-60 LF 50 $190.00 $9,500.00 SF EFFECTIVE OPENING) B38 REMOVE EXISTING BOX CULVERT(61-70 LF 50 $300.00 $15,000.00 SF EFFECTIVE OPENING) B39 CIPP LINING OF EXISTING 18"-30" PIPE LF 50 $300.00 $15,000.00 B40 CIPP LINING OF EXISTING 36"-42" PIPE LF 50 $370.00 $18,500.00 B41 CIPP LINING OF EXISTING 48"-60" PIPE LF 50 $400.00 $20,000.00 B42 STORM SEAL OF EXISTING 18"-30" PIPE LF 50 $300.00 $15,000.00 B43 STORM SEAL OF EXISTING 36"-42" PIPE LF 50 $350.00 $17,500.00 B44 STORM SEAL OF EXISTING 48"-60" PIPE LF 50 $400.00 $20,000.00 B45 18"-24" HP PIPE LF 200 $75.00 $15,000.00 B46 30"-36" HP PIPE LF 100 $139.00 $13,900.00 B47 18"-24"CLASS III RCP LF 200 $85.00 $17,000.00 B48 30"-36"CLASS III RCP LF 100 $150.00 $15,000.00 B49 42"-48"CLASS III RCP LF 25 $230.00 $5,750.00 B50 54"-60"CLASS III RCP LF 25 $350.00 $8,750.00 B51 18"-24"CLASS IV RCP LF 150 $85.00 $12,750.00 B52 30"-36"CLASS IV RCP LF 50 $185.00 $9,250.00 B53 42"-48"CLASS IV RCP LF 25 $305.00 $7,625.00 B54 54"-60"CLASS IV RCP LF 25 $475.00 $11,875.00 B55 PRECAST REINFORCED CONCRETE BOX LF 200 $330.00 $66,000.00 CULVERT(0-10 SF EFFECTIVE OPENING) B56 PRECAST REINFORCED CONCRETE BOX LF 125 $370.00 $46,250.00 CULVERT(11-20 SF EFFECTIVE OPENING) B57 PRECAST REINFORCED CONCRETE BOX LF 100 $475.00 $47,500.00 CULVERT(21-30 SF EFFECTIVE OPENING) B58 PRECAST REINFORCED CONCRETE BOX LF 50 $625.00 $31,250.00 CULVERT(31-40 SF EFFECTIVE OPENING) B59 PRECAST REINFORCED CONCRETE BOX LF 50 $675.00 $33,750.00 CULVERT(41-50 SF EFFECTIVE OPENING) B60 PRECAST REINFORCED CONCRETE BOX LF 30 $715.00 $21,450.00 CULVERT(51-60 SF EFFECTIVE OPENING) 18100A Citywide Storm Water Improvements IDIQ Report Created On:5/22/19 7:24:00 PM B61 PRECAST REINFORCED CONCRETE BOX LF 25 $850.00 $21,250.00 CULVERT(61-70 SF EFFECTIVE OPENING) B62 CAST-IN-PLACE REINFORCED CONCRETE LF 100 $360.00 $36,000.00 BOX CULVERT(0-10 SF EFFECTIVE OPENING) B63 CAST-IN-PLACE REINFORCED CONCRETE LF 75 $400.00 $30,000.00 BOX CULVERT(11-20 SF EFFECTIVE OPENING) B64 CAST-IN-PLACE REINFORCED CONCRETE LF 50 $525.00 $26,250.00 BOX CULVERT(21-30 SF EFFECTIVE OPENING) B65 CAST-IN-PLACE REINFORCED CONCRETE LF 25 $650.00 $16,250.00 BOX CULVERT(31-40 SF EFFECTIVE OPENING) B66 CAST-IN-PLACE REINFORCED CONCRETE LF 15 $725.00 $10,875.00 BOX CULVERT(41-50 SF EFFECTIVE OPENING) B67 CAST-IN-PLACE REINFORCED CONCRETE LF 15 $750.00 $11,250.00 BOX CULVERT(51-60 SF EFFECTIVE OPENING) B68 CAST-IN-PLACE REINFORCED CONCRETE LF 15 $800.00 $12,000.00 BOX CULVERT(61-70 SF EFFECTIVE OPENING) B69 HYDRO EXCAVATE TRENCH LF 100 $20.00 $2,000.00 B70 TRENCH SAFETY FOR PIPE/BOX(0'-6') LF 1000 $35.00 $35,000.00 B71 TRENCH SAFETY FOR PIPE/BOX(6'-8') LF 750 $50.00 $37,500.00 B72 TRENCH SAFETY FOR PIPE/BOX(8'-10') LF 450 $55.00 $24,750.00 B73 TRENCH SAFETY FOR PIPE/BOX(10'-12') LF 200 $115.00 $23,000.00 B74 TRENCH SAFETY FOR PIPE/BOX(12'-14') LF 150 $150.00 $22,500.00 B75 TRENCH SAFETY FOR PIPE/BOX(14'-16') LF 100 $185.00 $18,500.00 B76 TRENCH SAFETY FOR PIPE/BOX(16'-18') LF 50 $200.00 $10,000.00 B77 TRENCH SAFETY FOR PIPE/BOX(18'-20') LF 50 $295.00 $14,750.00 B78 CCTV INSPECTION OF EXISTING LF 500 $5.00 $2,500.00 PIPE/BOX B79 CLEAN OUT EXISTING CURB INLET EA 5 $550.00 $2,750.00 B80 CLEAN OUT EXISTING STORM MANHOLE EA 5 $550.00 $2,750.00 B81 CLEAN OUT EXISTING PIPE(6"-18") LF 300 $9.50 $2,850.00 18100A Citywide Storm Water Improvements IDIQ Report Created On:5/22/19 7:24:00 PM B82 CLEAN OUT EXISTING PIPE(24"-36") LF 300 $17.50 $5,250.00 B83 CLEAN OUT EXISTING PIPE (42"-54") LF 50 $18.50 $925.00 B84 CLEAN OUT EXISTING PIPE (60"+) LF 50 $25.00 $1,250.00 B85 CLEAN OUT EXISTING BOX CULVERT(2' LF 50 $30.00 $1,500.00 SPAN) B86 CLEAN OUT EXISTING BOX CULVERT(3' LF 50 $35.00 $1,750.00 SPAN) B87 CLEAN OUT EXISTING BOX CULVERT(4' LF 50 $40.00 $2,000.00 SPAN) B88 CLEAN OUT EXISTING BOX CULVERT(5' LF 50 $45.00 $2,250.00 SPAN) B89 CLEAN OUT EXISTING BOX CULVERT(6' LF 50 $50.00 $2,500.00 SPAN) B90 CLEAN OUT EXISTING BOX CULVERT(7' LF 50 $60.00 $3,000.00 SPAN) B91 CLEAN OUT EXISTING BOX CULVERT(8' LF 50 $65.00 $3,250.00 SPAN) B92 WELL POINTING LF 250 $50.00 $12,500.00 B93 WELL POINTING(ON PADRE/MUSTANG LF 100 $75.00 $7,500.00 ISLAND/FLOUR BLUFF) B94 CEMENT STABILIZED SAND CY 50 $45.00 $2,250.00 B95 DISPOSAL OF CONTAMINATED LS 1 $7,500.00 $7,500.00 GROUNDWATER ALLOWANCE B96 5'CURB INLET EA 5 $5,250.00 $26,250.00 B97 5'CURB INLET(TYPE 2) EA 1 $5,750.00 $5,750.00 B98 5'CURB INLET(TYPE 3) EA 1 $5,500.00 $5,500.00 B99 5'CURB INLET(TYPE 4) EA 1 $5,500.00 $5,500.00 B100 5'CURB INLETTHROAT EXTENSION EA 5 $1,250.00 $6,250.00 B101 GRATE INLET EA 2 $3,500.00 $7,000.00 B102 3'X3' POST INLET EA 2 $3,300.00 $6,600.00 B103 4'X4' POST INLET EA 2 $3,600.00 $7,200.00 B104 4' DIAMETERTYPE'A' MANHOLE(DEPTH EA 4 $3,750.00 $15,000.00 <6') B105 5' DIAMETERTYPE'A' MANHOLE(DEPTH EA 2 $3,950.00 $7,900.00 <6') 18100A Citywide Storm Water Improvements IDIQ Report Created On:5/22/19 7:24:00 PM B106 6' DIAMETERTYPE'A' MANHOLE(DEPTH EA 1 $6,150.00 $6,150.00 <6') B107 3'X3' MANHOLE RISER EA 2 $2,200.00 $4,400.00 B108 MANHOLE EXTRA DEPTH(DEPTH >6') VF 15 $1,000.00 $15,000.00 B109 4'X4'JUNCTION BOX EA 1 $7,500.00 $7,500.00 B110 5'X5'JUNCTION BOX EA 1 $10,000.00 $10,000.00 B111 6'X6'JUNCTION BOX EA 1 $12,500.00 $12,500.00 B112 7'X7'JUNCTION BOX EA 1 $14,000.00 $14,000.00 B113 8'X8'JUNCTION BOX EA 1 $17,500.00 $17,500.00 B114 9'X9'JUNCTION BOX EA 1 $20,000.00 $20,000.00 B115 10'X10'JUNCTION BOX EA 1 $25,000.00 $25,000.00 B116 TRENCH SAFETY FOR EA 2 $1,000.00 $2,000.00 MANHOLE/JUNCTION BOX/INLET(0'-6') B117 TRENCH SAFETY FOR EA 2 $2,000.00 $4,000.00 MANHOLE/JUNCTION BOX/INLET(6'-8') B118 TRENCH SAFETY FOR EA 2 $2,750.00 $5,500.00 MANHOLE/JUNCTION BOX/INLET(8'-10') B119 TRENCH SAFETY FOR EA 2 $4,000.00 $8,000.00 MANHOLE/JUNCTION BOX/INLET(10'- 12') B120 TRENCH SAFETY FOR EA 2 $4,500.00 $9,000.00 MANHOLE/JUNCTION BOX/INLET(12'- 14') B121 TRENCH SAFETY FOR EA 2 $5,500.00 $11,000.00 MANHOLE/JUNCTION BOX/INLET(14'- 16') B122 TRENCH SAFETY FOR EA 2 $6,500.00 $13,000.00 MANHOLE/JUNCTION BOX/INLET(16'- 18') B123 TRENCH SAFETY FOR EA 2 $8,500.00 $17,000.00 MANHOLE/JUNCTION BOX/INLET(18'- 20') B124 REPLACE EXISTING STORM WATER EA 3 $2,000.00 $6,000.00 MANHOLE RING AND COVER B125 ADJUST EXISTING STORM WATER EA 3 $1,250.00 $3,750.00 MANHOLE RING AND COVER B126 SAFETY END TREATMENT(TYPE I)(3:1) EA 2 $2,500.00 $5,000.00 18100A Citywide Storm Water Improvements IDIQ Report Created On:5/22/19 7:24:00 PM B127 SAFETY END TREATMENT(TYPE I)(3:1) Ea 1 $5,500.00 $5,500.00 (36"-42") B128 SAFETY END TREATMENT(TYPE I)(3:1) EA 1 $6,800.00 $6,800.00 (48"-60") B129 SAFETY END TREATMENT(TYPE I)(6:1) EA 2 $2,650.00 $5,300.00 (18"-30") B130 SAFETY END TREATMENT(TYPE I)(6:1) EA 1 $5,800.00 $5,800.00 (36"-42") B131 SAFETY END TREATMENT(TYPE I)(6:1) EA 1 $8,500.00 $8,500.00 (48"-60") B132 SAFETY END TREATMENT(TYPE II)(3:1) EA 2 $2,500.00 $5,000.00 (18"-30") B133 SAFETY END TREATMENT(TYPE II)(3:1) EA 1 $5,500.00 $5,500.00 (36"-42") B134 SAFETY END TREATMENT(TYPE II)(3:1) EA 1 $6,800.00 $6,800.00 (48"-60") B135 SAFETY END TREATMENT(TYPE II)(6:1) EA 2 $2,650.00 $5,300.00 (18"-30") B136 SAFETY END TREATMENT(TYPE II)(6:1) EA 1 $5,800.00 $5,800.00 (36"-42") B137 SAFETY END TREATMENT(TYPE II)(6:1) EA 1 $8,500.00 $8,500.00 (48"-60") B138 CONNECTTO EXISTING CURB INLET EA 5 $3,000.00 $15,000.00 B139 CONNECTTO EXISTING MANHOLE EA 5 $4,500.00 $22,500.00 B140 CONNECTTO EXISTING EA 5 $5,000.00 $25,000.00 HEADWALL/WINGWALL B141 CONNECT TO EXISTING BOX CULVERT EA 5 $4,800.00 $24,000.00 B142 TEMPORARY COFFERDAM EA 2 $20,000.00 $40,000.00 B143 ADJUST EXISTING WATERLINE(1"-4") LF 50 $110.00 $5,500.00 B144 ADJUST EXISTING WATERLINE(6"-10") LF 50 $150.00 $7,500.00 B145 ADJUST EXISTING WATERLINE(12"-16") LF 50 $250.00 $12,500.00 B146 ADJUST EXISTING WATER VALVE BOX EA 5 $850.00 $4,250.00 B147 ADJUST EXISTING GAS LINE(BACKFILL& LF 50 $25.00 $1,250.00 COMPACTION ONLY) B148 ADJUST EXISTING GAS VALVE BOX EA 5 $850.00 $4,250.00 18100A Citywide Storm Water Improvements IDIQ Report Created On:5/22/19 7:24:00 PM B149 REMOVE CULVERT AND REPAIR WALL(0- EA 2 $2,500.00 $5,000.00 10 SF) B150 REMOVE CULVERT AND REPAIR WALL EA 2 $3,000.00 $6,000.00 (11-20 SF) B151 CLEAN AND REPAIR SPALLING(0-10 SF) EA 2 $1,500.00 $3,000.00 B152 CLEAN AND REPAIR SPALLING(11-20 SF) EA 2 $2,000.00 $4,000.00 B153 REHABILITATE EXISTING MANHOLE EA 2 $3,500.00 $7,000.00 B154 SITE CLEARING AND STRIPPING AC 1 $3,000.00 $3,000.00 B155 SITE GRADING AC 1 $2,000.00 $2,000.00 B156 STREET EXCAVATION(1' B.O.C. -2'AVG. SY 100 $25.00 $2,500.00 DEPTH) B157 SUBGRADE PREPARATION SY 250 $10.00 $2,500.00 B158 RESHAPE/REGRADE DITCH SY 250 $20.00 $5,000.00 B159 ARTICULATED CONCRETE BLOCK SF 100 $75.00 $7,500.00 MATTING B160 4"CURB AND GUTTER LF 100 $30.00 $3,000.00 B161 STD. 6"CURB AND GUTTER LF 100 $35.00 $3,500.00 B162 6" REVERSE CURB AND GUTTER LF 100 $35.00 $3,500.00 B163 4"-6"CONCRETE RIPRAP SY 100 $60.00 $6,000.00 B164 6"-8"STONE RIPRAP SY 100 $75.00 $7,500.00 B165 6"CONCRETE APRON WITH DEEPENED SF 100 $35.00 $3,500.00 EDGES B166 6"CONCRETE APRON TRANSITION SF 600 $15.00 $9,000.00 B167 3'TRENCH DRAIN WITH TRAFFIC RATED LF 30 $45.00 $1,350.00 GRATE B168 4' EMERGENCY OVERFLOW CHANNEL LF 100 $25.00 $2,500.00 B169 5'V-CHANNEL LF 50 $55.00 $2,750.00 B170 5'VALLEY GUTTER LF 50 $35.00 $1,750.00 B171 SIDEWALK DRAIN EA 5 $175.00 $875.00 B172 CONCRETE FLUME LF 25 $125.00 $3,125.00 B173 CONCRETE DRIVEWAY SF 500 $30.00 $15,000.00 B174 CONCRETE SIDEWALK SF 500 $25.00 $12,500.00 B175 CONCRETE SIDEWALK RAMP SF 150 $20.00 $3,000.00 18100A Citywide Storm Water Improvements IDIQ Report Created On:5/22/19 7:24:00 PM B176 MILL EXISTING ASPHALT PAVEMENT(0"- SY 500 $12.00 $6,000.00 3") B177 6"TYPE A,GRADE 1-2 CRUSHED SY 500 $23.00 $11,500.00 LIMESTONE BASE B178 ADDITIONAL THICKNESS TYPE A,GRADE SY 500 $6.00 $3,000.00 1-2 CRUSHED LIMESTONE BASE(1" PER SY) B179 6" REINFORCED CONCRETE PAVEMENT SY 500 $60.00 $30,000.00 B180 ADDITIONAL THICKNESS REINFORCED SY 500 $8.00 $4,000.00 CONCRETE PAVEMENT(1" PER SY) B181 3"TYPE'B' HMAC SY 500 $39.00 $19,500.00 B182 ADDITIONAL THICKN ESS TYPE'B' HMAC SY 500 $18.50 $9,250.00 (1" PER SY) B183 2"TYPE'D' HMAC SY 500 $28.50 $14,250.00 B184 ADDITIONAL THICKN ESS TYPE'D' HMAC SY 500 $18.50 $9,250.00 (1" PER SY) B185 ASPHALT TRANSITION SY 500 $28.50 $14,250.00 B186 FULL-DEPTH PAVEMENT REPAIR SY 100 $185.00 $18,500.00 B187 REMOVABLE WOODEN DECK SF 375 $10.00 $3,750.00 B188 TREE REMOVAL UP TO 8" IN DIAMETER EA 2 $750.00 $1,500.00 B189 TREE REMOVAL GREATER THAN 8" IN EA 2 $1,250.00 $2,500.00 DIAMETER B190 REMOVE AND REPLACE EXISTING LF 25 $55.00 $1,375.00 WOODEN FENCE B191 REMOVE AND REPLACE EXISTING LF 25 $55.00 $1,375.00 CHAINLINK FENCE B192 REMOVE AND REPLACE EXISTING LF 25 $68.00 $1,700.00 SECURITY FENCE B193 REMOVE AND REPLACE EXISTING LF 25 $125.00 $3,125.00 WROUGHT IRON FENCE B194 REMOVE AND REPLACE EXISTING LF 25 $55.00 $1,375.00 BARBED WIRE FENCE B195 SECURITY GRATING UNDER FENCE EA 2 $1,500.00 $3,000.00 B196 INLET PROTECTION EA 5 $150.00 $750.00 B197 SILT FENCE LF 250 $4.00 $1,000.00 B198 SEEDING SY 150 $10.00 $1,500.00 18100A Citywide Storm Water Improvements IDIQ Report Created On:5/22/19 7:24:00 PM B199 SODDING SY 150 $12.00 $1,800.00 B200 ROCK FILTER DAM EA 1 $1,650.00 $1,650.00 B201 STABILIZED CONSTRUCTION EA 2 $2,250.00 $4,500.00 ENTRANCE/EXIT B202 TREE PROTECTION FENCE EA 2 $500.00 $1,000.00 B203 REFLECTIVE PAVEMENT MARKINGS TY. 1 LF 50 $30.00 $1,500.00 (W)(24")(SLD)(100 MIL)-STOP BAR B204 REFLECTIVE PAVEMENT MARKINGS TY. 1 LF 50 $30.00 $1,500.00 (W)(24")(SLD)(100 MIL)-CROSSWALK B205 REFLECTIVE PAVEMENT MARKINGS TY. 1 LF 50 $30.00 $1,500.00 (W)(24")(SLD)(100 MIL)-GORE B206 REFLECTIVE PAVEMENT MARKINGS TY. 1 LF 50 $30.00 $1,500.00 (Y)(24")(SLD)(100 MIL)-GORE B207 REFLECTIVE PAVEMENT MARKINGS TY. 1 LF 150 $15.00 $2,250.00 (W)(12")(SLD)(100 MIL)-CROSSWALK B208 REFLECTIVE PAVEMENT MARKINGS TY. 1 LF 150 $15.00 $2,250.00 (W)(12")(SLD)(100 MIL) B209 REFLECTIVE PAVEMENT MARKINGS TY. 1 LF 150 $2.80 $420.00 (W)(8")(SLD)(100 MIL) B210 REFLECTIVE PAVEMENT MARKINGS TY. 1 LF 250 $1.75 $437.50 (Y)(4")(SLD)(100 MIL) B211 REFLECTIVE PAVEMENT MARKINGS TY. 1 LF 250 $1.75 $437.50 (Y)(4")(B KN)(100 MIL) B212 REFLECTIVE PAVEMENT MARKINGS TY. 1 LF 250 $1.75 $437.50 (W)(4")(SLD)(100 MIL) B213 REFLECTIVE PAVEMENT MARKINGS TY. 1 LF 250 $1.75 $437.50 (W)(4")(BKN)(100 MIL) B214 PREFABRICATED PAVEMENT MARKINGS EA 5 $450.00 $2,250.00 TY.1 (W)(100 MIL)-WORDS AND/OR ARROWS B215 RAISED REFLECTIVE PAVEMENT EA 10 $13.50 $135.00 MARKINGS(TYII-A-A)YELLOW B216 RAISED REFLECTIVE PAVEMENT EA 10 $13.50 $135.00 MARKINGS(TYII-C-R)WHITE/RED B217 RAISED REFLECTIVE PAVEMENT EA 5 $13.50 $67.50 MARKINGS(TYII-B-B) BLUE B218 REMOVE AND REPLACE SIGNAGE EA 10 $1,065.00 $10,650.00 18100A Citywide Storm Water Improvements IDIQ Report Created On:5/22/19 7:24:00 PM B219 SIGNING AND TRAFFIC CONTROL(TCP DAY 7 $300.00 $2,100.00 DETAIL 1) B220 SIGNING AND TRAFFIC CONTROL(TCP DAY 7 $300.00 $2,100.00 DETAIL 2) B221 SIGNING AND TRAFFIC CONTROL(TCP DAY 7 $300.00 $2,100.00 DETAIL 3) B222 SIGNING AND TRAFFIC CONTROL(TCP DAY 7 $450.00 $3,150.00 D ETAI L 4) B223 SIGNING AND TRAFFIC CONTROL(TCP DAY 7 $450.00 $3,150.00 DETAIL 5) B224 SIGNING AND TRAFFIC CONTROL(TCP DAY 7 $1,350.00 $9,450.00 DETAIL 6) B225 SIGNING AND TRAFFIC CONTROL(TCP DAY 7 $1,750.00 $12,250.00 DETAIL 7) B226 SIGNING AND TRAFFIC CONTROL(TCP DAY 7 $1,000.00 $7,000.00 DETAIL 8) B227 SIGNING AND TRAFFIC CONTROL(TCP DAY 7 $1,750.00 $12,250.00 DETAIL 9) B228 SIGNING AND TRAFFIC CONTROL(TCP DAY 7 $350.00 $2,450.00 DETAIL 10) B229 SIGNING AND TRAFFIC CONTROL(TCP DAY 7 $350.00 $2,450.00 DETAIL 11) B230 SIGNING AND TRAFFIC CONTROL(TCP DAY 7 $850.00 $5,950.00 DETAIL 12) B231 SIGNING AND TRAFFIC CONTROL(TCP DAY 7 $1,000.00 $7,000.00 DETAIL 13) B232 SIGNING AND TRAFFIC CONTROL(TCP DAY 7 $550.00 $3,850.00 DETAIL 14) B233 SIGNING AND TRAFFIC CONTROL(TCP DAY 7 $675.00 $4,725.00 DETAIL 15) B234 SIGNING AND TRAFFIC CONTROL(TCP DAY 7 $950.00 $6,650.00 DETAIL 16) B235 SIGNING AND TRAFFIC CONTROL(TCP DAY 7 $850.00 $5,950.00 DETAIL 17) B236 SIGNING AND TRAFFIC CONTROL(TCP DAY 7 $785.00 $5,495.00 DETAIL 18) B237 SIGNING AND TRAFFIC CONTROL(TCP DAY 7 $1,000.00 $7,000.00 DETAIL 19) 18100A Citywide Storm Water Improvements IDIQ Report Created On:5/22/19 7:24:00 PM B238 SIGNING AND TRAFFIC CONTROL(TCP DAY 7 $1,250.00 $8,750.00 DETAIL 20) B239 SIGNING AND TRAFFIC CONTROL(TCP DAY 7 $750.00 $5,250.00 DETAIL 21) B240 SIGNING AND TRAFFIC CONTROL(TCP DAY 7 $1,350.00 $9,450.00 DETAIL 22) B241 SIGNING AND TRAFFIC CONTROL(TCP DAY 7 $850.00 $5,950.00 DETAIL 23) B242 PORTABLE CHANGEABLE MESSAGE DAY 7 $300.00 $2,100.00 SIGNS(PCMS) B243 FLASHING ARROW BOARDS DAY 7 $85.00 $595.00 B244 TEMPORARY TRAFFIC SIGNALS DAY 7 $400.00 $2,800.00 B245 FLAGGER,COMPLETE AND IN PLACE PER DAY 7 $1,350.00 $9,450.00 24-HR PERIOD Sub Total: $2,068,797.50 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 ricnresAent 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 fess than the amount by which a resident bidder would be required to underbid the non res cent 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. C3 Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of X71 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: Cgpany Name: MAX Underground Co mction Company, LLC (typed or printed) ay� (s+gnoture--attach evidence of authority to sign) Name: Maximilian Salinas (typed of printed) Title: President Business address: P. O. Box 271106 Cor us Christi. TX 78427 (Mailing) 3841 Saturn, Suite 143, Corpus Christi, TX 78413(Physical)) Phone: 361-334-2832 Email: MAX CONSTRUCTION IO@YAHOO COM ENO OF SECTION Compliance to State Law can Nonresident Bidders 003002-1 Citywide Storm Water Improvements IDIQ-Project No. 18100A 10/2018 00 30 05 Cita of Carpus Christi Disclosure of Interest CITN' OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended. requires all persons or figs seeking to do business with the City to proNride the followinv information. Fvery question mast t)c answered. If the question is not aWictt , answer with"NA". Sec reverse side for Filing Requirements,Certifications and definitions. UOMPANYNANIFl MAX Underground Construction Company, LLC S`l`R P.U. BOX: 271106 ADDRESS 3801 SATURN, SUITE 103 CITY: Corpus Christi STATE: TX Ilp: 78427.1106 F I RM IS: 1 Carl coition 2. Parinership 3 Sole Owner 4 Association 5 Other DISCLOSURE: QUE;S'I'IONS lfadditional space is necessary, please use the rc%erse side ofthis page or attach separate sheet_ 1. State the names of each '°employee" of the Cit} of Carpus Christi having„ an "ownership interest'" constituting* 3%or more of the ownership in the above named"firm. " Name Join Title and City Department(if known) Mone 2. State the names of cacti ".official" of the Citw of Corpus Christi having all "ownership interest"constituting 3% or more of the ownership to the above namedf"firm.." Nance Title None 3. !hate the names of each "board member" of the City of Carpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above manned "firm." Naris elyvne Board. Commission or Committee 43 State the names ot'cach employee or officer of ""consultant" fear the City of'Corpus Christi who worked on any matter related to the- subject ofthis contract attad has an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name Consultant Mone City of Corpus Christi 003005-1 Citywide Storm Water Improvements IQIQ-Project No. 181QOA Rev 01/2015 FILING REQUIRE.NIENTS If a person who requests official action oat a matter knows that the requested action w i I Iconfer an economic belie t I I 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 NvritiriS to the City official, employee or body that has been requested to act in the matter,unless the interest(if the C ty oflic at or employee in the matter is apprent. The disclosure shall also be made in a signed writing filed with the City Secretary. [rthics Ordinance Section 2-349(d)] CERTIFICATION I certifv that all information provided is true and correct as of the date of this statement, that I have not I knwvl Igy I I withheld disclosure of information requested,, and that supplemental statements will be promptly submitt. to the City of Corpus Christ], 'I'cxas as changes occur. Certifying Person: Maximiliano,Salinas Title: President (Txin or Prino) S;grT7tturc of Ck'rtifying Person� &k,/",f Date: May 22, 2019 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 sen-ice, including but not limited to. entities operated in the form of sole proprietorship, as self-employed person, partnership, corpor-ation, joint stock company, joint venture,receivership or trust,and entities which Ior purposes of taxation are treated as non-profit organizations. c, "Official." The Mayor, members of the City Council. City Nlanager, Deputy City N-lanager, Assistant City Managers, Department and Division Heads. and Nlunicipal Court Judges ofthe City of Corpus Christi, Texas- f. "Ownership Interest-" Legal or equitable interest, whether actually or constructively held, in a firm, including %%hen such interest is held through an agent. trust, estate. or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements."' g. "Consultant.** Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation, city of Corpus Christi 003005-2 Citywide Storm Water improvements 01Q—Project No. 18100A Rev 01/2016 00300E NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT Citywide Storm Water Improvements IDIQ Project No. 18100A Bidder certifies that 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 contracts 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: MAX Undergrounds Construction Company, LLC t ped or prk ted) By (signorure--ottach evidence of Authority to,Sign) Name: I4�aximiliano Salinas (typed or printed) Title: President. Business address: P- O- Box 271106 Corpus Christ. TX 78427 (Mailing) ,3801 Saturn. Suite 103, Co us Christi, TX 78413 ft"cal)) Phone: 361-334-2832 'r`ail: A+IAX_CONSTRUCTION10QYAHOO.COM END OF SECTION i Non-Collusion Certification 003006-1 Citywide Storm Water Improvements IOIQ—Project No.18100A 10/2018 EMurame Endurance Assurance Corporation Bid Bond Know all men by these presents: Thtrt we, the undersigned AAA"ti,duxground Construction,LLC ,as Principal(hereinafter the"Principal"), and Endurance Assuranre Corporation 1221 Avenue of the America-s, 18th FI, New Mork, NY 10020 , a Delaware corporation (hereinafter the "Sure'ty'), are held and tirrrtly bound canto City of Corpus Christi i�,ereinatter the "Obligee'") in the penal sum of a Percent of they trreatr':t Aniount Kid 5 � )t tr for the payment of which sum the Principal and Surety bind them,,elves, their heir-,, executors, administrators,successor,,and as-,ign,,,jointly and severally,as provided herein. Whereas, the Principal has submitted a bid for Iti IOOA City Wide Storm Waster Improvements IDIQ Now, therefore, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and gree such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and materials furnished in prosecution thereof,or in the event of the failure of the Principal to enter into such contract and give such bond or bonds,if the Principal shall pay to the"Cibligev this difference,not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which thw Oblig, may reasonably contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwiw to remain in full force and effect. The liability of the Surety hereunder shall in no event exceed the lesser of: (a)the pettialty heroof, or (b) the difference between the amount specified in the Principal's bid and any larger amount for which the Obligee .rusonakatycontracts with another party to perform the work specified in the Print,pal),bid 5IF,ned.And-r=iled this 21 day of May 2019 PrjiiylpaL MAX Underground Construction, ic 4 By: z�� Name& Title Maxirniliano'Salinas,President Surety. Endurdnce Assurance Corporation By. - L1,. � C �.. Name: fMlonette Davis (Attorney-in-Fact) Fnidurance Assurance Corporation Page t of t SUR 02050716 I Policyholder Notice TEXAS-IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una You may call the company's telephone number for queja: information or to make a complaint at: Usted puede Ilamar al numero de telefono de la compania,para informacion o para someter una queja al: 1-877-676r7575 1-877-676-7'575 You may write the Company at: Usted tambien puede escribir a:. Endurance Assurance Corporation Endurance Assurance Corporation Attention:Surety Attention: Surety 1221 Avenue of the Americas, 18th.Floor 1221 Avenue of the Americas, 18th Floor New York,NY 10020 New York,NY 10020 You may contact the Texas Department of Puede communicarse con el Oepartamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion acerca coverages, rights or complaints at: de companias, coberturas, derechos o quejas al: 1-840-252-3439 1.800-252-3439 You may write the Puede escribir al Texas Department of Insurance Departarnento de Segurosde Texas PO Box 149104 PO Box 149104 Austin,TX 78714-9104 Austin, TX 78714-9104 FAX#(512)490-1007 FAX# (512)475-1771 Web: htt©•,t/www.tdi.texas.eov Web: htto,Uww tdi texas.Xov E-mail: ConsumerProtection td"r. texas_, ov E-mail:ConsumerProtectian tdi�texa��v PREMIUM OR CLAIM DISPUTES: Should you have a. DISPUTAS SOBRE PRIMAS O RECLAMOS: Si bene dispute concerning your premium or about a claim una disputa concerniente a su prima o a un you should contact the company first. if the dispute reclamo,debe comunicarse con la compania is not resolved, you may contact the Texas primero. Si no se resuelve la disputa, puede Department of Insurance. entonces comunicarse con el departamento (TD1). ATTACH THIS NOTICE TO YOUR POLICY: This notice UNA ESTE AVISO A SU POLIZA: Este aviso es solo is for information only and does not become a part para proposito de informacion y no se convierte en or condition of the attached document. parte o condicion del documento adjunto. ENDURANCE ASSURANCE CORPORATION 11414 POWER OF ATTORNEY 'mow al *rn 6y th=4r T'htwn4 ow ENDtFtAi10E A%iFAtaCE';ORPOIRATM,a DuL woo doaparaw ttne,Ccvyrarawn],w4h oftes al 4 m►annd7aupolfa%,,4 W W,Purchaer , •r,, -,.m ac ,,=r- +ea ane appdareee ane.by trr--;raswft am mwke=._, .a .,h,&,,,:4K,-nt Jason Groove,Monet6e DaviS,Larry D Grow ops tar and 4 wlu s ncr*4,rr rad v'CORPUS CHRISTI m to sub of TX aw exh ci to-n;,6wf,U r:ct wtf,,;lw,;4rw or lftws,to snake-exacura ono dowse ort a behdrl,a6 so"ce a sunwly.bonds Mho wdwW,ng,?.-n br arty atd at pwpor': it,i v::nx an:utr.Y,i]w vox:v rs tw r4r x.dc ,v*d q'+erali ehd6r.+,p,agrvwmwft, wavwrS.CaMNS of strpaAM M FOU"I9 NSh 5Y%d3 rr,nrkiprtx"p vvOpa hmeever 0h29 ro shrrjne CCird or ra'aWtmwV sr—arae ever.iuvd and dMTrlrc 5-iad o qau Este Coarporabon br any parson a rift torc-:ff of ONE HUNDRED!MILLION Dollars($I00,0p0,01M M Sueh bdarx and wdertar. lci s.� puf xcses *r-en",way eY-oAed 17y wid almnxrytW"d show be bndrV ulruh be CapOraB[7r1 as f*and lo Ula&erne eraenl as I Weed by 1YAe Freradtrrl��aa.rh.L.pr;n�ranrr art74v e; ft UrporaCa 54 . lrWnrsPrr7.rrr s_1 v'.Yu-}:r'^JLwimi tarv'rALm akvlod t y Cora OWd d oksckara ar am(,mw&bora by mftW*WuL waxen owawre mn ft SM of Ja'%WY.2014. lj efdNM'C AN9Ildale' s?.rrx1 G,larssrPaeae vllo ono taX auRrmy cat the bacaranq resc4lmr 000P4eo Dy m+e 0caaml N GIMMttN Rae Gurpnralgabj rnranrnnG m etNo Jar+rany 9, �d mod uw has Wool srtce Lwwr w4oked,w w 4w or repoawd SOLVE 'n paaaawe b debar rr wkac x6.aoapled by ea.&mo of NoMrs of the Corporaaon by uwamua w ft canwanl on JawwIft 2014. t"m add and rho seal of we Cprporawn may be aferced to any such power of anomrey or any ceralrrcete miarrrg awero Or t3m nda 04 any&such power da t,-,Ae w&ttammie sgn2hle or seat shop be ral d art bwXWq i)Mn raa I'.MD(SW n It*ARre watr r-[-h r. .r r'+ 7 r r ri ertawAp b VA*:h e rS Md C rpomW has i;*Aed hosm prewas to to duty d+qr and as arnuale seal o be bare rw attired and arw In. ,';"-r•4, :.-RIL c!2015 ar Purcha+e ;Corpa.V,-Saw ENUIJf+ANCE ASSLJR.ANCE CORPORA T'K)N kTTf;: i� By WAMANNE L WILBERT.SENIOR VICE PRESI"T SyJAR()N L SAMS SFNK)R V[a i4kEE,]L*N" STATE OF NEIN YORK s6 IAANHATTAN MOM OF NEW YORK On tae 16th Oq al APRIL Of 7019 b*M are psraaeaty Ceara SKARC7IV 1. SIMS,SE NOR VICE PRE SIDE NT lo me rnckw+aao blttrp by ora duly so=do depose aro say MA ,s i A MAINS NF-W J ,F�t*(t)he%a SENIOR VNCF PRFSKX NT of FROURANCE ASSURANCE CORPORATION.fw Carpo Aw dascrbed m and wevch ITraa"-+r,,.1 r;nv seer of s.M Corpcemb n,tut rite seal afted b dad rastu neft rs such m r=Me seal.hm a rad w alt ed[y Crkw or 4+a 64ar1 �^khr ��,_`"F^ J1f6?Ih.9°. Tr•.tjrved trm aMIM 1�rwfM'60 by IYka drdar � �(�rdpryR+F4�641}7DYi1 •'ai G u A a I:d! et)to, •�N vCNNIt,CAK%ly, ••• ., N dnuaK-aw es Rename,P..;1.xp Ptd-Dan CAumWai n Eapiwia 1MMI A • IATE CERTIFICATE 1 VII 0 itPe P'RESCENfT dE;NL74 A :rASSLIRAWU.CCORP(ORATION a Delaware Corperwx NT're rkrporaloj.Hereby cw* R `4 ADN idaM�ul r"Ine^r of whrcih UMI kftgc N s a^tip r ran d*esacrft�on behalf !tie Ca rprarasan SW hat not SrYce been revoked arrrerrfad of ff** d rite to „n;5wryarrrai.44 pomoww ft harepornv owy faarw wdt+tM or"power or an"Y,and Rtaa dre sa rr a as a woe and oorrw Dopy or Rae drignai poorer of anorrrey acrd d Rae •'w t N r w-,�we reeals^m ww&repo ardmw Nry ak owd dt pweam d Ilse C drponawdd Ivy unarsmows w mw coreaArra on-anuay5,2014 and tarn ha+re MIDI smo xarh rti,s� ;nTw Jw ar aruddad 'RESOLVED Thal asci+d Rha rra%vkAs mww4 leeks&as auvovad to make earecuie dear aro deivw for ad on taaruw of Iter Corporabon and as Wands,urdertaWrgs of �.in saxmty ar Gs?surrdy otmn urnrntw'a pa4rrrsr,, CHRISTOPHER DONE LAN.DiARON L SIMS.MARIANNE L WILBERI rwrrred above is aadhCra W b appcear 4mx7lr in loaf V 1*purpm of M,*M,e7wcu&V,sealtg sad deem"brunt& at F-4��tu" 4ipd on*W or ft Capaaar' The the above mickillom�are IrA and comer-+rnri%oa the re as so r mmad and otyae w:•;,a srenrcaIN W1 Tve eel my hard and affi ed.I"rlp 4 r.e•;M Ma2 1 t" r`\.1►.,Y CH$,IISTOPHFR,'kAF1.AN,PRESbENT r P•.r,K Llwrrw skd�wary^..:nx�r r�rpo-aa.ceern U10V Ad&wa 5w"Ctrs Lwrwa*w--,Saw;m Felwhow rl 17.1 a..­A sem,a�,teh r1aw Nw real Nr taa?a r TABLE 1—ORGANIZATION INFORMATION Organization doing business as. �..�_ Business Address of Principal Office P D Box 271106 Corpus Chnsb,TX 7aa27 tM.*IWVy 3801 SATURN.SUITE 103 CORPUS CHR1$T1,TX 78413(PHYSICAL) Telephone No. y v361.334-2632 Website mgaw clam Form of Business(check one) ; : Corporation 7:1 Partnership i3 Individual 0 a CoMoraWn State of Incorporation Texas Date of Incorporation March 2012 Chief Executive Officer's Name President's Name v I Vice President's Name(s) Manvol Salinas Secretary's Names Treasurer's Name Diana Salinas �e *P8rUWshi Rate of Organization Fo'rr; of Partnership: 7, General F.'� Limited 'yM " ,1f an lndhd&ml Narne Ownership of Organization List of companies,firms,or organizations that own any part of the organization. _ Names of Companies, Firms,or Organizations Percent Ownership —Organization Nktoy List of names that this organization currently, has, or anticipates operating under including the names of relGited companies presently doing business. Names of Organizations From Date To mate Indicators of Organization Size Average number of current full-time employees 30 Average estimate of revenue for the current year sa rml9scrn Statement of Experience 0045 16 4 Citywide Storm Water Improvements IDI(J—Project No.18100A Rev 10/2018 Table 1-Organization Information C),,anization doing business as: MAX Underground Constnaotion L I Previous History with City of Corpus CHO * " List the 5 mast recent projects that have been Completed with the City of Corpus Christi. Project flame Year E15122-O"kvmw Drive Extenaaon 2017 2 E I 3094--StMIos 61 from Norrm,+d1a Mor an 2018 4 �onstruttlort Site So ence Provide Bidders Experience Modification Ratio(EMR)History fo the last 3 years. rico.ide documentation of the EMR. Year Fru1Ev 1 076 1 Year 1 2016 1 EMR 1 075 1 Year 2015 EMR 0.77 fav Illow Bidding and Constru n Ex erlence—Answer all question Yes or No. r Has Bidder or a preuccessar organization been debarred within the iast 10 years? List debarring entities below and provide full Beta is in a separate attach,ne,)t if y=es. ND YES I Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? list Projects below j and provide full details in a separate attachment if yes. NO_V_ YES i. I _Has Bidder a...��__ _.��...�. fi ation_b�.�._... r a predecessor or aniz been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. NO--,/— YE5 Has Bidder or a predecessor organization ever defaulted on a projector failed to c mplete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. NO YES 7 p glitigation _ the Bidder ora predecessor organization been involved in claims or invv involving project owners within th last 10 years. List P,ojects below and provide full details in a separate attachment if yes. NODI YES Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim, the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. NO_.V/_ YES Statement of Experience 004516-5 Cptywpde Storm Water Improvements iDIQ-Project No. 18100A Rev 1012018 i i Table 2 -Project Information OrganizauUTI doing business as: MAX Underground Ccnslrlicllon l,I C Proposed Projed G nization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager, Superintendent, Sci ety Manager a Quality Control Manager, Position Primary Alternate Project Manager Margaret Russo Felipe Sall"s Superintendent Maximiliano Salinas Manuel Salllnaa Safety Manager Ftp Fbweoo Juan Robledo Quality Control Juan Ro k)do Fernando Robledo Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self performed by tre Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work(based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price Grape Paving Asphalt pave Subcw*WW Con en Site Safety nonce Provide Experience Modification Ratio (EMR) History for the last 3 years lo, Subcontractors that will provide Work valued at 25%or more of the Contract Price. Provide docur•;c Lotion of the EMR, f*A Subcontractor Year EMRYear EMR Year Subcontractor Year EMR Year EMR tyear EMR Statement of Experience 004526.6 Citywide Storm Water Improvements IWO-Project No, 18100A Rev 10/2018 Table 3—Projects Awarded during the Last 5 Years Organization doing business as: MAX Underground Constn Oion LCC Protect lnforrnatfon Project. i ,reekvieM Drive Extension Description Utiirtke5 and drainage to extend street from subdMsion to i Name , M � Rflrfertlftr Contact Information `*; PrujeCt Owf1(r City of Corpus Chrrsh Name/TitleChns Hale,Protect Manager for City of Corpus Chri31i _ Telephone m. 361-826.3807 Email f. ir?iSH5Qcctexas com Project Designer Michelle Patton. PE-Maverick Errgoneer,rxg Project Budget and Performance Original final Contract I #Contract # Days Sat .7t7C $315.736 60 calendar Contract Price Price Late Issues/Claims/ None Litigation: , la�ct hitforamatfon ," Project 1 Name 7r:1 --5taplin St trom Alameda to h+kxgan Description LJtig t�e8.drainsg0.and paving irnprvvemants for Staples St Reference Contact Information Project Owner City of Corpus Christi Name/Title Chris HaW Project Manager for Ctty of Corpus Christ _Telephone 361-826-3807 Email CHRISH5@cde as.com Project Designer Anthony Gawiok PE for HCR Engineering Proleict Budget and Performance Original Final Contract #Contract # Days 5;�,tSt1.226 $4.42S,2t17.f38 Contract Price Price Days 3®2 Late Issues/Claims/ Litigation: Project Information * Project —La _ it:,�w LS aril Fful from Graham Rd en E1o175d--Laguna Share Rd FM Qc_5L'i�t c)-- Name J Reference Contact Inforrnatfon �` Project Owner City of Corpus Christi Name/Title Vector Vargas,Project Manager for City of Corpus Christi Telephone 361.826-3559 1 Email vtce WQcc*-a.*m Project Designer J Ron Rehmet PE for LJR Project Budget and Performance Original $4•t25,112.5q? final Contract Project is ongoing #Contract 3t10 # Days Contract Price Price Days Late Issues/Claims/ Litigation; Statement of Experience 0045 16-7 Citywide Storm Water improvements iDIQ—Project No, 18100A Rev 10/2018 I j Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects organi;atiorr doing businesUndoVround Construction LLC Pro ect Informati n AN Prrtjpct Rea-ia Pjrt 4Utxirwrsron Provide stormdra' RCB wastewater,waler,and roads Dame Description for 5.t AC rornmardail subdivision in Portland,TX Reference Contact Information Project Owner San Patn Jahsco Joint Venture CName/Title Contact ttvtwgh engineer---Murray Hudson„PE,Urban Engineering Teiephone 361-054-3101 _ Email myth. rb earn Project Designer Murray Hudson,PE-Urban Engineering Pmlect fludget;and Performance Original 56g9.88s Final Contract ongog #Contract #Days Contract Price Price Days Ina da ra Late Issues/Claims/ Litigation. W,a g�m4. eyro I ,¢# r � 9Fror "uk, f -d Project VillUMi ood unit 6 Description Utrartras and drainage for 38 kit subdivisim Name Reference Contact Irrformatl �,i;' Project Owner Tierra Motors Name/Title Contact through engineer--Murray Hudson,FTE,Urban Engrnitiering Err,all Telephone 361-654-3101 murLhurberkeng.ssvm Project Designer Murray Hudson,PE-Urban Engineering Project Budget and Performance� � � �., Original t615,p00 Final Contract SG15. Contract 1?0 wvrk,nt� # Qays Contract Price Price Days days 'Late issues/Claims/ Litigation: Prolect Information Project Name Coves at Lago Vista 3-C =Oescnpuon Water,drainage,and streets for a 20 AC rural rosrdenhal subdivai m fE'1"E!hce Contact Information Project Owner Richard Voss Towner requrxsts contact be made throi..gh a goneert Name/Title Chuck Urban,PE Telephone 361-954-31p, Email curban �krtanengoom Pr,ject Designer Eugene C{Chuck)urban,PE Project Budget and Performance Original Da s1,216,034 Final Contract s1 ass s 7 4 Contract ,4�wr�rkrng ys i Contract Price Price Clays d �e Issues/Claims/ Litigation: Statement of Experience 004516-8 Citywide Storm Water Improvements 00-Project Net. 18144A Rev 14/24118 Table 3--Projects Awarded during the Last 5 Years-Not including City of Corpus Christi Projects Organization doing business as-. MAX a una CansbuWon LLC o1eq Information , w Project - 5 AC rwidentiel subdivision with utl bes.drwnage,and asphaPt pavinpavingLy F, Oakdale Crossing Subdvision scrlption Narne rr�Reference Contact Information Project Owner Jackie Homes LLC-Contact through Engineer Name/Title Jftkie Azalr Telephone 361-946A84e Email ttrrrin@munozeng,coni C Project Designer Thomas Totten,PE--Munoz Engmeernng PmJM Budget and PeftrRrlance Original Final Contract $564.t� #Contract i gc working 11Days Contract Price ! s'6A'°°° Price Days days Late Issues/Claims/ Litigation:. 9, project Inf2M ion Project J.,, w aill ins and drainage Description 'Construct lib station.uUties.and drainage for 5 AC Na^,:e cornmerciai subd' ,.... .. „,.,,................. a4�`iA� "7 r '11" e Reference Contact Information �M, �� � vn� fir. r '� � a Project Owner TBD-0 Packery Paint LP Coma,-'t!r:n. Y eroneer Name/Title Chuck Urban.PE Telephone 361-854-3101 Email wiban®a,rt�aneng.corr Project Designer Eugew C Chuck Urban,PE _ PrpJW Budpt and PerlIllormance Original $604 500 Final Contract sc z 187 #Contractq Days 1{10vwarkiny Contract Price Price gays Late Issues/Claims/ Litigation: n` Project r _, s to utltitlpS,d+air r l *+ts for 76 W s+ubd'ivi'sion Name �'iv�"San,!Pn��n 1 Description �' Reference Contact Information Project Owner Oso Bend Developrnerit Co. NameMtle Jahn Wallace CcIntact through CiNin"r- Tel@ hone Email rn J"aiINl7intll9.00r, mot Project Designer Munrax Hudson PF Project Budget and Performance Original S2,3tB.38g Final Contract s s o a Co-,tra t ar F)ays Contract Price Price Uiy s Issues/Claims/ Litigation-, Table 3 Attachment ocintinues 5 year experience S&*dule Statement of Experience 004S16-9 Citywide Storm Water Improvements IDIQ-Project No• 18.100A Rev 10/2018 TAbso 3 Al DOW116M kK PrOiAle:t 1010CA Cttfw4o S7orrn wow N vMvsAr4r 4 CC Contract ProJectNlme,Descr'tptl0n,i Location Ltoveloper Name g CL)-)tact# Englr.err. N'arfu&Contact4 Anvunt GC sue 1011 rwrfry Pi.nrf Srer uf.r't,rf a£11n—ow f11}C1 E'Ap re ufbe-,u-An f'llp we rl S 562,147 + Cc.-nece twl^E�.rrrr 7i1•a:�•7301 2017 bam It srak.TM Surer Pcrf d Lq P.A C7vt4U U".bp a Fe"Ic PE S 1,Y7Y,1S1 r M14MIS-6132 frwr Pr.a Aar.rh! C.o tlrr.e�dtvr rrt "of re,dook Uflarr.Efspew" S XM7" 4ar44ct tt+rrr.4.h En4irw4r 361.454.3101 ,vorthwesf Cnoes6v d Shww O tw1ccment Mwf t4A o%Ur4en Erytn4afrry S L09A486 + Lambe th nidi f(ovnr4f 3614S4•3101 [ref.v,rw f errns.nw Lits of Crx9w 0"0 chns"bit,PM S 313.776 r 361416-3407 1r e+rrrw4.rrrr J 9**A 7w1wr Jrft CvV-,UA S 183,ef00 + 361.4107.401 West Mb+nr Gw.�^P t Prf.•whg4wtepnrrK A4wrf Pkdswr,urban fryrnrarfry 5 L015.244 + Contact woxK h(7,11rar 341-854-310. 1016 4�op/dwafA 3 CC 6w,ierr*i M4t4r4Y 144Y,$411 4.'hrl.l: f 1,009,1]4 r 7361-662.5511 0000 6"Ovv Oce4n VWw OswNuwmrM A oft Urban,Urbon Eryrwnry S L841,S47 + M-634-1101 Wnitr— 3 West Wood P upen•r A4soCAfb4 k4wn Wow%6414 4 Welsh S 621,930 r Careen 0r4yh[rylllwf 3761-8424321 Fontffo A+ts1k Uffir 14 Mvrktaern Ova[6614 Vererrn4 Mwef itwdiefL Vrtpn Efr4rrwrtirr4 S 474.724 r Contact tpw"h Eryifwf 36141IS4.3101 ph"r)Wow hnOrovenva s Larstan t1O CAtl4e4*44YtrF,Uftn tri4irwnn4 S 164.300 r 361.454•9101 Pov Fwftav f7C li`W44rn40sr Pon of cow With umbow Pares,K S U31ASI r 361.446.6133 3075 AWK*v Vlrp,uref 22 Yorktown Coe$Wr4 Wrwas M Wf MrWart Urbrn tr`rrrWft S 1,250„000 + CdrttaR 4Mav4h IFw wr 361.854.3101 CbrWirre oats 4 akftfd Vers [We uman,Ufbso fn4anearrnt S 21K000 r 361.64641002 361314.3101 Ose A"31srd"ow utifta4t UvAm Akv,AAY Er44r4nr4s A cdes urowL ue"A f § 418,000 361-943-0037 961.04.1101 Asea"Ohorn Fsawl"-w'oteMrw 14gpAW tar+m"Won Mean W*4h,4aa 6 welsh S 313,000 r Cevfaeet Wf"h E.ryirrar 7361-44Y-SSYI Asnehm Visit.Uml!114 Yorktown Oso Moll Venk" 146 1 twaYart Urban Err44rdrtrl4 $ 567,100 r C~d'"I tri ww" 36I.&W-3101 1.aot4.rda ro+s+rrlt4wrs-urwon AMf trrfls Niwxn wa4.h,11a14 8 Walsh 5 134,.300 + 3311442-3521, Caumbv GaAs-UbAt"&W DAwna44 Lary.Eirrrsrpmar4 Ndom Wehh.bast 6 Welsh 5 341,000 r colt" tr4Urow 7561.41-SSI1 1014 (srtfwrr.Urwf 1 Yorktown 048]db'M Vwawv M wf Mwdstrl Wb4n Eft4ifwrtry S LOVI300 f Coshes OvTA 4h fryrrea. 361.851-3101 (a.rr cf I.r94 Vief0.Offlf M Nrt'xwrdVoss f g.-Jrto%U46o tfMowe^^4 S 915,000 + 161.6814402 Ytw1-454-it J1 aYFf:t1^+rs+wti ! ,`.41 Cetr lir ra,Soui"n.dr'Y rrM'wryt COWn'A d Fr4nr4fy 16tweelt rr'r r7rtiM 5 718,000 361 49.1 6400 361•921-9956 cryrd,a crxr s -L kf rMmr. Nian W*41%Bass 6 welsh $ 4641000 + ,Zama[I thfr,..3w Er4,.wrr 3363341*1121 W rrr ptm ir,-. LAirf Kxkom Urban fgWasn" S 414,000 MA x undo prowV Cone4V0400 LLC DOW od 3udtrnAkll SPI SM 9 T"3 Aftchrmt bt Pmfed I I I DCA CO m trwct projea"Sma,D&Kr%ftN A laertho-M Drtji--p er.ka 7w&Cz n tioct I En In mr. karat&Co tAKI I Arnov r,t r2c sum vs I_V14 1 1.C, Wo fu nod is %W"l Ward P.p*,rj Ay. w-,krr hL..Wu"'L."a W.W'l CoMaLl ftanrAo VU&L UM 10 J-OAT.—D—"rt V.,*— L4XI ft'lvv,Urton[,%—A., s i99'. cw�[xl�•-`Sa fq w. ml A%4 s'f 40 NE 7- .Y-s:=: arm oixw a Pi&LA k. h..—W.yN IS...&WM41% el 5'0'' Rp Cd� l Erg MI porrolo V*00 RkAMIJ vac. k Vd*n JeJU •o Lm000 • 14 j- Tkhrm L&)Xn VAII kxl�'u to,t r's r*t4l CAM 4 'A IT N S 4t 01. mu so omml*ofilms L7' 0 d Table 4-Safety Record Questionnaire and Statement of Bidders Safety Experience Organizjt�un d-�w usine ss Bidder's Safety Record and Eglen Sg Has the Bidder received any Citations for violations of OSHA within the past five(5)years?List Citations below(date and location of Citation)and provide full details in a separate attachment if yes.The full details must include the type of violation or offense,the final disposition of the violation or offense,if any,and the penalty assessed. NO YES V Yes. Received 6/4/2018 Details and remediation taken am shown on Table 4 attachment. Penalty of$4,600 paid. Has the Bidder received any Citations for violations of environmental protection laws or regulations within the past five(5)years? List Citations below(date and location of Citation)and provide full details in a separate attachment if yes. The full details must include the type of violation or offense,the final disposition of the violation or offense, if any,and the penalty assessed. NO V YES Has the Bidder, within the past ten (10) years, been convicted of a criminal offense or been subject to a judgment for a negligent act or omission, which resulted in serious bodily injury or death?List convictions or judgments below and provide full details in a separate attachment if yes, NO / YES_ The Owner will consider the following Information as additional support to make a determination as to the responsibility of the Bidder,The Bidder must answer the following questions and provide evidence that It meets minimum OSHA construction safety standards and has a lost time injury rate that does not exceed the limits established below: 1 Does the Bidder have a written construction safety program? Ivyes 7No 2 Does the Bidder conduct regular construction site safety inspections? V'Yes 7. No 3 4 1 Does the Bidder have an active construction safety training program? iVYes oNo 4 Does the Bidder,or affected subcontractor, have competent persons in the following areas(as applicable to the scope of the current Project): I A. Scaffolding Yes No s/N/A B- Excavation *I. Yes o No N/A C. Cranes& Hoists Yes :i No N/A D. Electrical � Yes -i No N/A Statement of Experience 004516- 10 Citywide Storm Water Improvements D1Q-Project No. 18100A Rev 10/2018 TABLE 4 Attachment CERTIFICATION OF CORRE M- VE ACTION NYORKSHEET Inspection Number- 1293026 Company Name- MAX UnderVound Construction„LLC Inspection Site, 1534 S Staples,Corpus Christi,TX 7S404 Issuance Date:06/04/2018 List the spci:71k method of cortevi-n '-,-each item on this caa6r M this"ckagc that does m read"Cormted During Lnspevic•n­and return I)epartment of Labor Occupational Safety and Ffeslth AdministrAtion,606 N. Sulte 700,Corpus Christi,TX 78401 Citation Number 1 and Item Number 1 %V,'3SC0TTcctedon By(Method of Abatement). on-or*corAwonoo we an wwiciw on V*yobskc W t-cato Obw tie MV jo Woutu wV nrm S sigirway,WddW.WV,or o0w mb rn"m of agnm*WOn 25 lslofa,P90 1.4-,06 V" 9"~WOO" Citation Number i and Item Number I v:ts F By(Method of Abaternent): Citation Number 2 and Item Number •+a_%c-mwedon BY(M othod of A ba i e rpi C n I) r—C" 04.QQLZ&AajUtA;A4 ate_ WAboUted woo ON L"•v"'. h"an D0000rt. we r4 IT fAwd QV F;e +Jon MW"M yews V4 VA do so 1* 0 Citation Number and Item Number as COn'%Mcd on By(Method of Abatement): Citation Nuirt?er and Item Number was corrected on By(Method of Abatement): Giwion Nuirtitr and Item Number was cormcted on By(MeThO4 of Abatement) I ccerl&v that the information contained in this&xtiment is accurate and that the affected employm and their repMS-MaEk-es have ,eim informed orthe abatement. S i griatu re Date T�yptd or Printed Nam T-. SOT E-29 VSC 6"(j)whoever kw,,,,,it i,maker an, r4 1,c s aic scats.rc,- se n uajon of cenj rK-ak i crn in an,a p-p l0 .0- 'CaI j -acrd.rd,pi,n offiefdooAT000 file"I or rcqvirN%o be.TiwMAen,:d pump=+ w Or Act shalt upon convktim bg PUMNhed b,a fine of not more Char. 510,000 of by knipriscornent or not mere jhw,F mcwn rh3 c.r PO S3 ING-.A vopy Of C0mP&*Wd CVrFtC%J vt Action worksheet%,�­i%W be poc"for empkP/,oc revigv, CA2160a WA 1.01-rwm.*o or Pahak) par 5 of 10 Table 4-Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: E. Fall Protection wr Yes. No a N/A F. Confined Spaces i7 Yes No ,-i N/A G. Material Handling Yes �i No -i N/A H_ Demolition Yes n No N/A I. Steel Erection 7 Yes No V N/A J. Underground Construction 1,0 'Yes 71 No '-1 N/A Does the Bidder have a lost time injury rate and a total recordable injury rate of less than S or equal to the national average for North American Industrial Classification System ;r Yes O No ("NAICS")Category 23 for each of the past five(5)years?Provide the Elidder's OSHA 300 and 300A logs for the past five(S)years in a separate attachment. Does the Bidder have an experience modifier rate of 1.0 or less? Provide the Bidder's 6 NCCI workers' compensation experience rating Sheets for the past five (5) years in a Vyes 1 No separate attachment. Has the Bidder had any OSHA inspections within the past six (6) months? Provide 7 documentation showing the nature of the inspection,the findings,and the magnitude of c Yes 6(No the issues in a separate attachment if yes. Statement of Experience 0045 16• 11 Citywide Storm Water Improvements IDIQ-Project No. 18100A Rev 10/201.8 ARTICLE 5—CERTIFICATION 5.01 By submitting this Statement of Experience and related information,Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder. MAX Underground Constru0cip Company, LLC ty d err pre"n ted) V L7 -.: (kndfv)d'uod"s sr{ynoture) y.. Name: Maximiliano Salinas w.f ftyped or panted) Title: President (typed or printed) [designated Representative: Name: Felipe Salinas Title: Project ManagerlEstimator Address: P. O. Sox 271106 Corpus Christi, TX 78427 (Mailing) 3801 Saturn, Suite 103, Corpus Christi, TX 78413{Physical)) Telephone No.: 361-730-90152 Email, salinasf1988Qgmail.com END OF SECTION Statement of Experience 004516-13 Citywide Storm Water Irnprovements IDIQ_Project No. 18100A Rev 10/2018 l 18100A Citywide Storm Water Improvements IDIQ Report Created On:5/22/19 7:24:00 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE 18100AAddendum No. 1 05/22/2019 14:07:59 PM 18100A Citywide Storm Water Improvements IDIQ Report Created On:5/22/19 7:24:00 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Plans 18100A Plans 5/7/19 7:36:27 AM Bid Docs 18100A Specifications 5/13/19 8:59:59 AM Addenda 18100AAddendum No. 1 5/17/19 3:41:14 PM Bidders Pre Bid Attendance Roster 5/13/19 3:21:29 PM Other 18100A Bidders Worksheet-Add. 1 5/22/19 2:07:33 PM 00 52 23 AGREEMENT This Agreement, for the Project awarded on July 16, 2019, is between the City of Corpus Christi (Owner) and Max Underground Construction LLC (Contractor) Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Citywide Storm Water Improvements IDIQ Project No. 18100A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: UA Engineering, Inc. 5350 S. Staples Street, Suite 425 Corpus Christi,TX 78411 Jeff Coym, P.E.—jcoym@lja.com The Owner's Authorized Representative for this Project is: Kent Power, P.E.—Acting Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Road, Bldg#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.1 Contract Times A. The City intends to award this contract for an initial one-year/12-month period, with the option to administratively renew for two (2) additional one-year/12-month periods. The City's Department of Engineering Services will determine whether to exercise an option to renew based on the Contractor's successful performance of the work on all Delivery Orders, the recommendation of the City's Design Engineer, Construction Management & Inspection Team, approval by the City's Director of Engineering Services, and the concurrence of the Contractor. The contract allows for a City-approved economic adjustment to apply to a renewal period, based upon published cost-of-construction indices acceptable to the City. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications,and contract documents. Each Delivery Order will stipulate the Substantial Completion date, is to be completed according to the terms of the Delivery Order, and is eligible for Final Payment 30 days after the date for Substantial Completion. Agreement 005223- 1 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 B. Milestones,and the dates for completion of each,areas defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.2 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 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 $750.00 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 17.16 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 Milestonecompletions. 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 15.03 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 Budget Amount $ 1,500,000.00 ARTICLE 5—PAYMENT PROCEDURES 5.1 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 005223- 2 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 5.2 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. 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 17.01 of the General Conditions. D. At the Owner's option, retainage may be increased to a higher percentage rate, not to exceed ten percent, 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 17.01 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. 5.3 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 17.16 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.1 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.2 Except as specified in Article 5,the Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.1 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 005223-3 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site;and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documentson: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor;and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 005223-4 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 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. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. 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 15.01 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 9.1 Contents: A. The Contract Documents consist of thefollowing: 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 thisArticle. 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—Contract Documents must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, documents must beAttested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; Agreement 005223-5 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 D. CITY SECRETARY for the City. [SIGNATURE PAGE TO FOLLOW] Agreement 005223-6 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 ATTEST CITY OF CORPUS CHRISTI Digitally eignetl oy R11111 H1111 Digitally signed by Jeff Edmonds Rebecca H U e rtamtd DN.�-Reo—H,—oClty of C.1p Cbrisli,—Cllty DN'.on Jeff Edmonds,o,o—Engineenng, Secry,emair-reoe—@cdexae.wm.—S emailjeffneye@cctexas.com.-US Dafe.2019.08.01 11.59.05-05'00Date'.2019.07.30 11.18:07-05'00' Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services M2019-102 AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL 071 6/201 9 � m s D 2 /� Digitally signed by RH/AB /—� Date:2019.08.01 11:41:40-05'00' Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR Digitally signed by Felipe Salinas Felipe Salinas Date:2019.07.2414:41:01-05'00' Max Underground Construction LLC Maxlmlllano a�InaS Digitally signed by Maximiliano Salinas (Seal Below) By; S Date:2019.07.24143942-05'00' Note: Attach copy of authorization to sign if Title: President person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief P.O. Box 271106 Financial Officer Address Corpus Christi, Texas 78427 City State Zip 361/334-2832 3613342881 Phone Fax MAX CONSTRUCTION10@YAHOO.COM EMail END OF SECTION Agreement 005223-7 Citywide Storm Water Improvements IDIQ—Project No. 18100A Rev 10/2018 00 61 13 PERFORMANCE BOND BOND NO. EACX4001862 Contractor as Principal Name: Max Underground Construction LLC Mailing address (principal place of business): P.O. Box 271106 Corpus Christi, Texas 78427 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: Proiect No. 18100A Citywide Storm Water Improvements IDIQ Award Date of the Contract: July 16, 2019 Contract Price: $1,500,000.00 Bond Date of Bond: July 19, 2019 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: Endurance Assurance Corporation Mailing address (principal place of business): 1221 Avenue of the Americas, 18th FI. New York, NY 10020 Physical address (principal place of business): same Surety is a corporation organized and existing under the laws of the state of: Delaware 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): 212-471-2800 Telephone (for notice of claim): 212-471-2800 Local Agent for Surety Name: Grove & Davis Insurance Agency Address: 4646 Corona, Suite 270 Corpus Christi, TX 78411 Telephone: 361-851-0577 Email Address: mdavis©grnvedavisins corn 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 18100A Citywide Storm Water Improvements IDIQ 006113-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and al! liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Signature: 7)/tet I 4g(14-4-1-4---Signature:/')'Lcs-7tL/JL Surety `� i vz-i Name: Maximiliano Salinas Name: Monette Davis Title: President Title: Attorney-in-fact Email Address: max_construction10@yahoo.com Email Address: mdavis@grovedavisins.com ;a (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 18100A Citywide Storm Water Improvements IDIQ 006113-2 7-8-2014 ENDURANCE ASSURANCE CORPORATION POWER OF ATTORNEY i(J10{V a1 !f'en by these Present, that ENDURANCE ASSURANCE CORPORATION, a Delaware corporation (the 'Corporation", with offices at 4 Manhattaaelle Road 3rd Floor, Purchase, NY 10577, has made, constituted and appointed and by these presents, does make, constitute and appoint Jason Grove, Monette Davis, Larry D. Grove its true and lawful Attomey(s)-in-fact, at CORPUS CHRISTI in the State of TX and each of them to have full power to act without the other or others, to make, execute and deliver on its behalf, as surety or co -surety; bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking so made, executed and delivered shall obligate the Corporation for any portion of the penal sum thereof in excess of the sum of ONE HUNDRED MILLION Dollars ($100,000,000.00). Such bonds and undertakings for said purposes, when duly executed by said attorney(s)-in-fact, shall be binding upon the Corporation as fully and to the same extent as if signed by the President of the Corporation under its corporate seal attested by its Corporate Secretary. Thi n made:under and by authority of certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the 9th of January, 2014, • a,pppeai 'be] *ler the heading entitled 'Certificate'. ..*,�.�• • of Powdt,(if`/ttforrley,is and -sealed by facsimile under and by authority of the following resolution adopted by the Board of Directors of the Corporation by unanimous written ilsent oh January 9, 2014. and saki resolution has not since been revoked, amended or repealed SOLVER fhatin.grantingptiwers of attorney pursuant to certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on January 9, 2014, `the signature Of sric{t directors and efficers and the seal of the Corporation may be affixed to any such power of attorney or any certificate relating thereto by facsimile and any such power of at4otney:Dr4erlificate bearing such facsimile signature or seal shall be valid and binding upon the Corporation in the future with respect to any bond or undertaking to which it is *bed. IN Vitt /1E,RE9 the Corporation has caused these presents to be duly signed and its corporate seal to be hereunto affixed and attested this 1 fith day of APRIL of 2019 at •Purchase:f'reWYGIC,`.'. "- (Corporate Seal ENDURANCE ASSURANCE CORPORATION ATTEST, 11444 6u,„„_,s1_7e1Jap MARIANNE L WILBERT, SENIOR VICE PRESIDENT STATE OF NEW YORK ss: MANHATTAN COUNTY OF NEW YORK SHARON L SIMS, SENIOR VICE PRESIDENT On the 1filh day of APRIL of 2019 before me personally came SHARON L SIMS, SENIOR VICE PRESIDENT to me known, who being by me duly sworn, did depose and say that (s)he,resides in SCOTCH PLAINS, NEW JERSEY that (s)he is a SENIOR VICE PRESIDENT of ENDURANCE ASSURANCE CORPORATION, the Corporation described in and which executed 814 ebpve thstrument that (s)he knows the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board Directors pjfaid.l rporat10 jr and that (s)he signed his (her) name thereto by like order. s.. , ' tti I 4tIOtarigBeal) 1i333911 • •_ fJ • QUALIFIED "4• • 1;1:,V YORK CO p Nicholas James Benenati, Notary Public - My Commission Expires 121612019 STATE Ont f Q ss: MANHATTAN CERTIFICATE COUNTY dF NEWY• 4— . I it r6Pl kdo ELAp to PRESIDENT of ENDURANCE ASSURANCE CORPORATION, a Delaware Corporation (the Corporation), hereby certify: 1. That Die origma(power of attorney of which the foregoing is a copy was duly executed on behalf of the Corporation and has not since been revoked amended or modified; that the undersigned has compared the foregoing copy thereof with the original power of attorney, and that the same is a true and correct copy of the original power of attomey and of the whole thereof; 2. The following are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on January9, 2014 and said resolutions have not since been revoked, amended or modified: 'RESOLVED, that each of the individuals named below is authorized to make, execute, seal and deliver for and on behalf of the Corporation any and all bonds, undertakings or obligations in surety or co -surety with others: CHRISTOPHER DONELAN, SHARON L. SIMS, MARIANNE L. WILBERT And be it turlhe[' : . _," ^' . ESOLVED, tfieteaclh 00,the ind1en uals named above is authorized to appoint attorneys -in -fact for the purpose of making, executing, sealing and delivering bonds, undertakings or gatioes in surety or'co.urety for and on behalf of the Corporation.' The and • furtheragffie-illiat the above resolutions are true and correct copies of the resolutions as so recorded and of thA whole thereof. IN WITNE '. r4:1. , I have he�feunto set my hand and affixed the corporate seal this � k day of 714k. (1-1 20 1 `'rn- .•/ Cs.el PA s't� • CHRISTOPHER DONELAN, PRESIDENT Any reproductions are void. Primary Surety Claims Submission: suretybcndclaimsisonwo-intl.com Surety Clams Hotrne: 877-676-7575 Haling Address: Surety Claims Department, Sornpo International, 1221 Avenue of the Americas,18th Floor. New York. NY 10020 00 6116 PAYMENT BOND BOND NO. EACX4001862 Contractor as Principal Name: Max Underground Construction LLC Mailing address (principal place of business): P.O. Box 271106 Corpus Christi, Texas 78427 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: Project No. 18100A Citywide Storm Water Improvements IDIQ Award Date of the Contract: July 16, 2019 Contract Price: 51,500,000.00 Bond Date of Bond: July 19, 2019 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: Endurance Assurance Corporation Mailing address (principal place of business): 1221 Avenue of the Americas, 18th FI. New York, NY 10020 Physical address (principal place of business): same Surety is a corporation organized and existing under the laws of the state of: Delaware 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): 212-471-2800 Telephone (for notice of claim): 212-471-2800 Local Agent for Surety Name: Grove & Davis Insurance Agency Address: 4646 Corona, Suite 270 Corpus Christi, TX 78411 Telephone: 361-851-0577 Email Address: mdavis@grovedavisins.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 18100A Citywide Storm Water Improvements IDIQ 006116-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Signature:1l;1L,�IL4 t-s-LL_____ Surety %� , Signature: r lw /jf -rA ., Name: MMaax``i�-miliano Salinas Name: Monette Davis Title: President Title: Attorney-in-fact Email Address: max_construction10@yahoo.com Email Address: mdavis@grovedavisins.com (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 18100A Citywide Storm Water Improvements IDIQ 006116-2 7-8-2014 ENDURANCE ASSURANCE CORPORATION POWER OF ATTORNEY Know afrafen 6y these -Present, that ENDURANCE ASSURANCE CORPORATION, a Delaware corporation (the'Corporationy, with offices at 4 Manhattanville Road, 3rd Floor, Purchase, NY 10577, has made, constituted and appointed and by these presents, does make, constitute and appoint Jason Grove, Monette Davis, Larry D. Grove its true and lawful Attomey(s)-in-fact, at CORPUS CHRISTI in the State of TX and each of them to have full power to act without the other or others, to make, execute and deliver on its behalf, as surety or co -surety; bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking so made, executed and delivered shall obligate the Corporation for any portion of the penal sum thereof in excess of the sum of ONE HUNDRED MILLION Dollars ($100,000,000.00). Such bonds and undertakings for said purposes, when duly executed by said attorneys) -in -fact, shall be binding upon the Corporation as fully and to the same extent as if signed by the President of the Corporation under its corporate seal attested by its Corporate Secretary. • Thioppointtrtggtis made dnd,er and by authority of certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the 9th of January, 2014, . aeopy, of which appears below under the heading entitled 'Certificate T]ik4Powet:.ofAt(omeyfsr s nebiendsealed by facsimile under and by authority of the following resolution adopted by the Board of Directors of the Corporation by unanimous written ponsenf on January 9, 2t1'14aqd 58kf resolution has not since been revoked, amended or repealed 11444 RESOLVED,1k 1 ig,grdnting {iowere of attorney pursuant to certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on January9, 2014, the signatur`¢ Ofsdet't directors and 616cers and the seal of the Corporation may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such powe,of atforrtiiy0frGaificate beadrip'such facsimile signature or seal shall be valid and binding upon the Corporation in the future with respect to any bond or undertaking to which it • is -eluted. IN WITNF HERE4 })he Corporation has caused these presents to be duly signed and its corporate seal to be hereunto affixed and attested this 16th day of APRIL of 2019 at 'Purdtaze if ff0 .• • (Corporate teal) ENDURANCE ASSURANCE CORPORATION ATTEST. „. /..)Q.r.t By MARIANNE L WILBERT, SENIOR VICE PRESIDENT SHARON L SIMS, SENIOR VICE PRESIDENT STATE OF NEW YORK ss: MANHATTAN COUNTY OF NEW YORK On the 16th day ofAPRIL of 2019 before me personally came SHARON L SIMS, SENIOR VICE PRESIDENT to me known, who being by me duly sworn, did depose and say that (s)he,rekides in $COTCR PLAINS, NEW JERSEY that (s)he is a SENIOR VICE PRESIDENT of ENDURANCE ASSURANCE CORPORATION, the Corporation described in and which exect(ted the ve ihstrurpent. that (s)he knows the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board DQecclot5QJ f61Q(0rpprellop',and that (s)he signed his (her) name thereto by like order. 0‘.r›-S— sr I 6i3339t! – _U U. QUALIFIED 1ITY..4 - - t1E','J PORK C1JLf Nicholas James Benenati, Notary Public - My Commission Expires 12/612019 TkTE"' t •4 P. ss: MANHATTAN CERTIFICATE .. ctoukTY b t , . .cam: 'I, CtiRI�TOP�Itf+t O ELAIie PRESIDENT of ENDURANCE ASSURANCE CORPORATION, a Delaware Corporation (the' Corporation'), hereby certify: 1. That the Original power of attorney of which the foregoing is a copy was duly executed on behalf of the Corporation and has not since been revoked amended or modified; that the undersigried has compared the foregoing copy thereof with the original power of attorney, and That the same is a true and correct copy of the original power of attomey and of the whole thereof; 2. The following are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on January9, 2014 and said resolutions have not since been revoked, amended or modified 'RESOLVED, that each of the individuals named below is authorized to make, execute, seal and deliver for and on behalf of the Corporation any and all bonds, undertakings or obligations in surety or co -surety with others: v::::::;::. CHRISTOPHER DONELAN, SHARON L. SIMS, MARIANNE L. WILBERT Alpe' 1 ' . i VE@;;thiakeadl o(the etirduals named above is authorized to appoint attorneys -in -fact for the purpose of making, executing, sealing and delivering bonds, undertakings or gatioas in surety or'cosu tat and on behalf of the Corporation.' `� further at the above resolutions are true and correct copies of the resolutions as so recorded and of th whole thereof. IN WITNE '4ji1' r • I have h unto set my hand and affixed the corporate seal this 9 )41day of ' L t . , 20 ll`nrmr.ir ri,t Q / (/ MSL (1.Q (!/� µ+- CHRISTOPHER DONELAN, PRESIDENT My reproductions we void. Primary Surely Claims Submission: surerybadclaims@sompo-m8.com Surety Claims Hotline: 877-676-7575 Wing Address: Surety Claims Department Sompo Intemational, 1221 Avenue of the Americas. 18th Floor. New York. NY 10020 07/25/2019 Grove & Davis Insurance Agency 4646 Corona #270 Corpus Christi TX 78411 Monette Davis (361) 851-0577 (361) 356-4203 mdavis@grovedavisins.com MAX Underground Construction, LLC PO Box 271106 Corpus Christi TX 78427 Everest Denali Insurance Co. Progressive Companies Navigators Insurance Company Texas Mutual Insurance Company 22945 Westchester Surplus Lines CL1810810813 A CF4GL01169181 10/11/2018 10/11/2019 1,000,000 100,000 5,000 1,000,000 2,000,000 1,000,000 B 02705882-3 10/11/2018 10/11/2019 1,000,000 C HO18EXC942222IV 10/11/2018 10/11/2019 5,000,000 5,000,000 D 0001295266 10/11/2018 10/11/2019 1,000,000 1,000,000 1,000,000 E Contractors Pollution G28172837003 10/11/2018 10/11/2019 $1,000,000. Each Pollution Condition $2,000,000.Aggregate General Liability contains blanket additional insured including primary & non-contributory, and waiver of subrogation, when required by written contract. Automobile contains blanket additional insured & waiver of subrogation, when required by written contract. Workers Compensation contains blanket waiver of subrogation when required by written contract. Project No. 18100A City Wide Storm Water Improvements IDIQ City of Corpus Christi 1201 Leopard St. Corpus Christi TX 78401 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT ER OTH- STATUTE PER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY POLICY NUMBER:CF4GL01169181 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 2 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 ANY PERSON OR ORGANIZATION ANY LOCATION FOR WHICH THE THAT ENTERED INTO A WRITTEN NAMED INSURED’S WORK WAS CONTRACT WITH THE NAMED PERFORMED FOR SUCH PERSON(S) INSURED REQUIRING SUCH PERSON OR ORGANIZATION(S) FOR ANY (S) OR ORGANIZATION(S) TO BE COMPLETED OPERATIONS. NAMED AS AN ADDITIONAL INSURED. 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. INSURED COPY Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 37 04 13 o 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. INSURED COPY COMMERCIAL GENERAL LIABILITY ECG 00 620 04 14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ECG 00 620 04 14 Copyright, Everest Reinsurance Company, 2014 Includes copyrighted material of Insurance Services Office, Inc., used with its permission Page 1 of 1 NOTICE OF CANCELLATION BY US TO THIRD PARTY – BLANKET This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Schedule 30 days before the effective date of cancellation by us we will mail or deliver notice to any additional insured or “certificate holder” under this Coverage Part: The following Condition is added to the policy: Notice of Cancellation by Us to Third Party 1. If we cancel this policy for any reason other than non-payment of premium, notice of can- cellation of not less than the number of days shown in the Schedule will be mailed or de- livered to any third party identified in the list you have provided to us as described below. 2. We will mail or deliver our notice to the third party at the address shown in the list you have provided to us. 3. If notice is mailed, proof of mailing will be suf- ficient proof of notice. 4. We will not notify the third party if cancellation is at your request. 5. We will not notify the third party in the event of non-renewal. 6. We will not notify the third party if cancellation is due to non-payment of premium. 7. We will not notify any third party not contained on the list you have provided to us. 8. Our failure to notify the third party does not invalidate cancellation as respects you. You agree that as a condition precedent for us providing such notice, you will: a. Provide us with a complete list of each addi- tional insured or “certificate” holder, including appropriate designees and complete mailing addresses; b. Provide the list to us no less than 7 days from the date we request it; and c. Notify us of any changes to the list within 5 business days of such change. For the purpose of this endorsement, “certificate” shall mean a certificate of insurance issued as ev- idence of this insurance. INSURED COPY POLICY NUMBER:&)*/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 Any person or organization that entered into a written contract with the Named Insured requiring such person(s) or organization(s) to be named as an additional insured with respect to the Named Insured’s performance of operations at any location on behalf of such 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: 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. WORKERS' COMPENSATION AND EMPLOYERS LIABILITY POLICY WC 42 06 01 Agent copy TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 10/11/18 at 12:01 a.m. standard time, forms a part of: Policy no. 0001295266 of Texas Mutual Insurance Company effective on 10/11/18 Issued to:MAX UNDERGROUND CONSTRUCTION LLC This is not a bill NCCI Carrier Code:29939 Authorized representative 10/8/18 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com | (800) 859-5995 | Fax (800) 359-0650 WC 42 06 01 This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice:30 2. Notice will be mailed to:CITY OF CORPUS CHRISTI 1201 LEOPARD ST CORPUS CHRISTI, TX 78469 US WORKERS' COMPENSATION AND EMPLOYERS LIABILITY POLICY WC 42 03 04 B Agent copy This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 10/11/18 at 12:01 a.m. standard time, forms a part of: Policy no. 0001295266 of Texas Mutual Insurance Company effective on 10/11/18 Issued to:MAX UNDERGROUND CONSTRUCTION LLC This is not a bill NCCI Carrier Code:29939 Authorized representative 10/8/18 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com | (800) 859-5995 | Fax (800) 359-0650 WC 42 03 04 B TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1.( )Specific Waiver Name of person or organization (X)Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2.Operations:All Texas operations 3.Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4.Advance Premium: Included, see Information Page