Loading...
HomeMy WebLinkAboutC2019-261 - 3/19/2019 - Approved C2019-261 3/19/19 Ord. 031699 Siemens Mobility Inc. 00 52 23 AGREEMENT �-_ "" - "" This Agreement,for the Project awarded on March 19,2019, is between the City of Corpus Christi (Owner)and Siemens Mobility 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: E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1-RE-BID ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Maldonado—Burkett Intelligent Transportation Systems,LLP 3833 S.Staples Street,Suite N214 Corpus Christi,Texas,78411 2.02 The Owner's Authorized Representative for this Project is: Kent Power, P.E.—Acting Construction Management Engineering 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 270 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 300 days after the date when the Contract Times commence to run. B. Milestones,and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones,Substantial Completion,and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Agreement 00 52 23-1 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1-RE-BID Rev 06-22-2016 SCANNFD CONTRACT DOCUMENTS FOR CONSTRUCTION OF Traffic Signals and Lighting Improvements Bond 2012/2014 — Task Order No.1 - RE-BID City Project: E15165 CSJ: 0916-00-067 LARRY J:CCLCLASURE I �# 6593 i �E 10/4/18 City of Corpus Christi "Loo""evoKelT in zltutrvi­NSv6.ini 10rc S­ S,- 3833 South Staples Street Suite N2145 Corpus Christi, Texas, 78411 Record Drawing Number 941 00 01 00 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev O1-13-2016) 00 30 00 Bid Acknowledgment Form (Revo1-13-2016) 00 30 01 Bid Form (Rev 01-13-2016)(Excel) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest(Revo1-13-2016) 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience (Rev 06-22-2016) 0052 23 Agreement (Rev06-22-2016) 0061 13 Performance Bond (Revo1-13-2016) 0061 16 Payment Bond (Revo1-13-2016) 00 72 00 General Conditions (Rev3-23-2015)(PDF) 00 72 01 Insurance Requirements (Rev06-22-2016) 00 72 02 Wage Rate Requirements (Rev 06-12-2015) 00 72 03 Minority/ MBE/ DBE Participation Policy(Revo1-13-2016) 00 73 00 Supplementary Conditions 00 74 00 Special Conditions for Funding Agency 00 74 01 Required Contract Provisions Federal—Aid Construction Contracts (FHWA—1273) 00 74 02 Child Support Statement 00 74 03 Disclosure of Lobbying Activities 00 74 04 Debarment Certification 00 74 05 Certification of Non-Collusion Division 01 General Requirements 011100 Summary of Work(Revo1-13-2016) 0123 10 Alternates and Allowances 01 2900 Application for Payment Procedures (Rev03-11-2015) 01 2901 Measurement and Basis for Payment (Revo1-13-2016) 01 31 00 Project Management and Coordination (Revo1-13-2016) 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management Table of Contents 000100- 1 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1-RE-BID Rev 06-22-2016 Division/ Title Section 01 3301 Submittal Register(Rev7/3/2014)(Excel) 01 33 02 Shop Drawings 01 33 03 Record Data 01 3304 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 01 34 01 Buy American Provisions (ARRA) 01 34 02 Buy American Certification (ARRA) 01 34 03 Buy American Provisions (TWDB) 01 34 04 Buy American Certification (TWDB) 01 35 00 Special Procedures 01 40 00 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications 022420 Silt Fence 025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement 025612 Concrete Sidewalks and Driveways 025614 Concrete Curb Ramps 030020 Portland Cement Concrete Part T City Technical Specifications 34 41 13.00 Traffic Signal Standards and General Requirements 3441 13.13 Installation of Traffic Equipment 3441 16.23 Traffic Signal Cabinet and Assemblies 3441 16.33 Traffic Signal Controller Unit 34 41 16.43 Ground Boxes 34 41 16.53 Vehicle Signal Heads 3441 16.63 Pedestrian Signal 34 41 16.93 Poles and Assemblies 3441 19.13 Electrical Services for Traffic Equipment 3441 19.73 Uninterruptible Power Supply Table of Contents 000100- 2 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1-RE-BID Rev 06-22-2016 Division/ Title Section 34 41 23.39 Radar Presence Detector Item 635 "Internally Illuminated Street Name Sign" City of Corpus Christi Signalization Standard Product List Part TX TXDOT&Technical Specifications Texas Department of Transportation "2014 Edition—STANDARD SPECIFICATION FOR CONSTRUCTION AND MAINTENANCE OF HIGHWAYS, STREETS, AND BRIDGES" 1L Abbreviations and Definitions 2L Instructions to Bidders 3L Award and Execution of Contract 4L Scope of Work 5L Control of the Work 6L Control of Materials 7L Legal Relations and Responsibilities 8L Prosecution and Progress 9L Measurement and Payment Item 416 Drilled Shaft Foundations Item 476 Jacking, Boring, or Tunneling Pipe or Box Item 502 Barricades, Signs, and Traffic Handling Item 666 Retroreflectorized Pavement Markings Item 668 Prefabricated Pavement Markings Item 672 Raised Pavement Markings Item 677 Eliminating Existing Pavement Markings and Markers END OF SECTION Table of Contents 000100-3 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1-RE-BID Rev 06-22-2016 DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi,Texas (Owner) is requesting Bids for the construction of the following Project: Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1 -RE-BID E15165 A. This project is described as the construction of nine fully functional traffic signals city wide. The construction of the signals will include, but not limited to: foundations, mast arms poles, signal heads, pedestrian poles, pedestrian heads, conduits and conductors, cobalt controllers, cabinets, PTZ Cameras, Acyclica road trend, electrical services, signing, ADA ramps, crosswalk striping and pedestrian ramps, etc. on Ennis Joslin, etc. Implementation of Signal Coordination along Ennis Joslin Road is also part of this project. Reference to the engineering drawings should be made for estimated summary of materials and details. Prioritized list of construction as follows: 1. Ennis Joslin Road @ Islander Way traffic signal. 2. Ennis Joslin Road @ McArdle Road. 3. Others at contractors' discretion. It should be noted that this project has TxDOT Participation. B. Deductive Alternates 1. This project will have two (2) deductive alternates for the installation of two (2)traffic signals at Ocean Drive with Island and Ocean Drive with Sand Dollar. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $ 1,400,000.00. The Project is to be substantially complete and ready for operation within 270 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than Wednesday. November 7, 2018 at 2:00 p.m. 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. Invitation to Bid and Instructions to Bidders 002113- 1 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1-RE-BID Rev 01-13-2016 3.02 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - [Traffic Signals and Lighting Improvements—Task Order No.1- RE-BID] (Bond 2012/2014), Project No. [E15165] 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 on Wednesday. November 7, 2018 at 2:00 p.m., at the following location: City of Corpus Christi—City Hall 3rd Floor, Engineering Services Smart Board Conference Room 1201 Leopard Street Corpus Christi, Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on Tuesday, October 30, 2018 at 9:30 a.m. at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 3rd floor, Engineering Services 1201 Leopard Street, Corpus Christi,Texas 78401 ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. Invitation to Bid and Instructions to Bidders 002113- 2 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1-RE-BID Rev 01-13-2016 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6—EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents,Addenda, and the related supplemental data,that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. Invitation to Bid and Instructions to Bidders 002113-3 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1-RE-BID Rev 01-13-2016 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8—BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi, Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents,the bidder's name and the job name and number and delivered as required in Article 7 below. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition,that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if,within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Invitation to Bid and Instructions to Bidders 002113-4 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1-RE-BID Rev 01-13-2016 Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Invitation to Bid and Instructions to Bidders 002113-5 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1-RE-BID Rev 01-13-2016 Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid,the Bidder's responsibilities,the Bidder's safety record, the Bidder's indebtedness to Owner,the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. Deductive alternates will be awarded based on available funds. The Owner reserves the right to award the total base bid and any combination of deductive alternates. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16—MINORITY/ MBE/DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE/DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY. Invitation to Bid and Instructions to Bidders 002113-6 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1-RE-BID Rev 01-13-2016 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%. 16.04 Disadvantaged Business Enterprise participation goal for this Project has been established to be 0%. ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 14 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER'S CERTIFICATION OF NO LOBBYING Invitation to Bid and Instructions to Bidders 002113-7 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1-RE-BID Rev 01-13-2016 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24- REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security,with Power of Attorney, submitted as required by Article 7. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. Invitation to Bid and Instructions to Bidders 002113-8 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1-RE-BID Rev 01-13-2016 D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate,through submission of the Statement of Experience,the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources,workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of(i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources, workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113-9 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1-RE-BID Rev 01-13-2016 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1—INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises—Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations $1,000,000 Per Occurrence Hazard $2,000,000 Aggregate 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, $1,000,000 Combined Single Limit Non-Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/ 500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability/ $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental ❑ Required x Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation>3 ft Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges ❑ Required x Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required x Not Required Insurance Requirements 00 72 01- 1 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1- RE-BID Rev 06-22-2016 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A-VIII or better. D. Furnish copies of endorsements and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to Insurance Requirements 00 72 01- 2 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1- RE-BID Rev 06-22-2016 meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. The expected coverage is that which would be included in a commercially available ISO Commercial General Liability policy and should provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; and 4. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. If required by Paragraph 1.01, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. Provide Installation Floater insurance that is a broad form or"All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; Insurance Requirements 00 72 01-3 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1- RE-BID Rev 06-22-2016 f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. Industry standard ISO Contractual Liability coverage will meet this obligation. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. E. For Projects with a Contract Value that exceeds $5,000,000, purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first-dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for Owners Indemnitees as defined in Article 1 of the General Conditions; and 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third-party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The Insurance Requirements 00 72 01-4 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1- RE-BID Rev 06-22-2016 completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk"all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion;terrorism;vehicle impact; aircraft; smoke; theft;vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations;water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by Insurance Requirements 00 72 01-5 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1- RE-BID Rev 06-22-2016 endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner-furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.05 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable Insurance Requirements 00 72 01-6 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1- RE-BID Rev 06-22-2016 property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them,for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.06 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2—EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of"Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Insurance Requirements 00 72 01-7 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1- RE-BID Rev 06-22-2016 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. If requested by the Owner, provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Contractor may block out(redact) any proprietary information or confidential premium pricing information contained in any policy or endorsement furnished under this Contract. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi— Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi, TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3—TEXAS WORKERS' COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81,TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. 2. Duration of the Project- includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted Insurance Requirements 00 72 01-8 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1- RE-BID Rev 06-22-2016 directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project,the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all of its employees providing services on the Project, for the duration of the Project; Insurance Requirements 00 72 01-9 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1- RE-BID Rev 06-22-2016 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery,within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage,the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements 00 72 01- 10 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1- RE-BID Rev 06-22-2016 009101 ADDENDUM NUMBER 01 Traffic Signals and Lighting Improvements Bond Project: 2012/2014—Task Order No.1—RE-BID Project Number: E15165 Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P.E. Designer: Maldonado Burkett, LLP —Larry J.Colclasure, P.E. Addendum No. 01 Specification Section: 00 9101 Issue Date: 11-5-2018 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. d y: J.H. Edmonds, P.E. Addendum Items: To delay bid opening by one week New bid date: November 14,2018 ARTICLE 1—BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgment Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgment Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS B. SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS—Article 3; SECTION 00 30 00 BID ACKOWLEDGMENT FORM —Article 1: 1. The date for receipt of Bids has been changed to Wednesday, November 14, 2018. The time and location for the receipt of Bids remains unchanged. END OF ADDENDUM NO. 01 Addendum No.01 00 9101-1 E15165 Traffic Signals&Lighting Improvements Bon 2012-2014—Task Order 1 RE-BID Rev 01-08-16 00 91 01 ADDENDUM NUMBER 02 Traffic Signals and Lighting Improvements Bond Project: 2012/2014—Task Order No.1—RE-BID Project Number: E15165 Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P.E. Designer: Maldonado-Burkett, LLP Addendum No. 02 Specification Section: 00 9101 Issue Date: 5 Nov 2018 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: Larry Colclasure, P.E. 11/5/18 N Date Etor Erik Addendum Items: = 69 •.. Article 1—Bidding Requirements ;."` ';�►J Article 4—Clarifications—includes pre-bid meeting ....................... ������............:....� I err►•J.Cok ufe questions and answers .... .. '� g;b '.. ......i' E 11/5/18 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. Addendum No. 02 00 9101- 1 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1—RE-BID Rev 01-13-2016 ARTICLE 4—CLARIFICATIONS 4.01 QUESTIONS A. Question: What is the intended scope for this project,with or without the deductive Signals? Answer: The intent of this prosect is to construct all 10 signals. The deductive alternates are provided only to reduce the number of signals if bids exceed available funds. Award of the deductive alternates will be determined with the initial contract award. B. Question: What is the deductive alternate for? Answer: See Answer A. C. Question: When will the deductive alternate(s) be eliminated from the scope of work? Answer: See Answer A. D. Question: Will contract time be adjusted if Part F and/or Part E (deductive alternates) are removed? Answer: No. E. Question: Since this is a TXDOT participation project, who will be inspecting the project? Answer: The City will provide the inspector. All TXDOT requirements and forms must be met and filled out. F. Question: Is there any road construction or widening planned for these locations? Answer: Not at this time. G. Question: Will the contractor need to tie to existing IT infrastructure? Answer:Yes, the contractor must tie new conduit with existing conduit and the City will install fiber after the contractor installs conduit. H. Question: What equipment/materials will be provided to the contractor by the City? Answer:The City will provide signal poles for 2 signal locations, McArdle @ Nile and Ennis Joslin @ McArdle. I. Question: Is signal coordination included in the scope of work? Answer: Yes, signal coordination is included in the contractor's scope of work with Maldonado-Burkett, LLP to assist. END OF ADDENDUM NO. 02 Addendum No. 02 00 9101- 2 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1—RE-BID Rev 01-13-2016 Report Created On: 11/14/2018 2:47:51 PM PROJECT: E15165 Traffic Signals and Lighting Improvements Bond 2012/2014 - Task Order No. 1 - (RE-BID) BIDDER: Siemens Mobility Inc. TOTAL BID: $1,885,543.00 COMPLETION TIME: Not Required BIDDER INFO: 9225 Bee Cave Road Building B, Suite 101 Austin,TX 78733 P: 978-430-3086 F: 003000 BID ACKNOW11-H)GEIVIENT FORM ARTICLE 1.--BID RECIPIENT 1.01 In accordance with the Drawings,Specifications, and Contract Documents, this Bid Proposal is submitted by SIEMENS MOBILITY INC. (type or print name of company)on:Wednesday, November 7,2018 at 2:00 p.m.for E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1 -RE-BID 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid -Traffic Signals and Lighting Improvements—Task Order No.1 - RE-BID (Bond 2012/2014), Project No. E15165 All envelopes and packages (including FEDEX envelopes) must clearly identify,on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. ARTICLE 2—BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with Owner on the form included in the Contract Documents,to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents, 2.02 Bidder accepts all of the terms and conditions of SECTION 00 2113 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Bid Acknowledgement Form 003000-1 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order NoA-RE-BID Rev01.13-2016 Addendum No. Addendum Date Signature Acknowledging Receipt 1 11/05/2018 _ g-6JWa-EA-v( S� Ay oW 11/05/2018 2L� clurtwt+�et+eltl ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site;and D. The Contract Documents. Bid Acknowledgement Form 003000-2 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1-RE-BID Rev01-13-2016 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations,and documents on: A. The cost, progress, and performance of the Work; B. The means,methods,techniques,sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations,explorations,tests, studies,or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations,tests,studies,and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors,ambiguities,or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed,and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid,the Bidder's responsibility,the Bidder's safety record,the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder.The Owner reserves the right to waive any and all irregularities in Bid Acknowledgement Form 003000-3 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1-RE-BID Rev 01-13-2016 determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids,to waive any and all irregularities in the Bids,or to reject non-conforming,non-responsive or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner,changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility,including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement,if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 270 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 300 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. Bid Acknowledgement Form 003000-4 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order N0.1-RE-BID Rev 01-13-2016 ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name,state of residency,and federal tax identification number in the Bid Form. 10.02 The Bidder,or the Bidder's authorized representative,shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individuals)signing the Bid must have the authority to bind the Bidder to a contract,and if required,shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals("natural persons" as defined by the Texas Business Organizations Code§1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s)authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias")shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency,or as otherwise existing. Bid Acknowledgement Form 003000-5 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1-RE-BID Rev 01-13-2016 AR i ICI.r JA--BID SUBMI i IAL 11.01 This Bid is submitted by: SIEMENS MOBILITY INC. Bidder: (typed or printed full legal name of Bidder) By: ­77—::l "_ ..� -`(individual's signature) Name: STEVEN TEAL lkYz�� 6"646 (typed or printed) Title: DIRECTOR OF SERVICE-ITS � i Cornn�rr,�a1 Thep—* Mir (typed or printed) Attest: ��'`� G��.~a�� (individual's signature) SAS State of Residency: TEXAS Federal Tax Id. No. 30-1018552 Address for giving notices: 16560 AIR CENTER BLVD HOUSTON, TX 77032 I is 713-458-8586 WILLIAM.TUCKER JR@SIEMENS.COM Ei Phone: Email: — (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION i i I 1 i i t i t i 1 t f S I i 1 i Bid Acknowledgement Form 003000-6 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014-Task Order No.1-RE-BID RevOl-13-2016 I ill THIS DELEGATION ONLY APPLIES I'O SIEIUIE'NENa MOBILITY, INC. Al..l_ CONTRACTS, RAGI S, BIDS, CERTIFICATES, AFFIDAVITS OR ANCILLARY DOCUMENTS TO BE SIGNED ON BEHALF OF SIEMENS INDUSTRY, INC. MUST HE SIGNED BY MARC BUNCHER AND MARSHA SMITH WITHOUT EXCEPTION DELEGATION OF APPROVAL AUTHORITY FROM CEO MARC BUNCHER AND CFO MARSHA SMITH Mobility Management Urban Transport/Mainline Transport Intelligent Traffic Systems Rail Electrification Customer Services SIEMENS MOBILITY, INC. A. The undersigned Marc Buncher, CEO and Marsha Smith, CFO of the Siernens Mobility, Inc. (the "Corporation"), a corporation duly organized and existing under the laws of the State of Delaware, by virtue of the authority vested as CEO and CFO to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, any bids, projects, contracts, agreements and any certificates, affidavits or ancillary documents in connection therewith to the extent the foregoing instruments and are consistent with the limits of authority granted under LoA guidelines and grants of release for and on behalf of the Corporation, do hereby delegate to and acknowledge that the following person(s) may exercise such authority for and on our behalf up to$10 million. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function (Name/Position) Name/Position John Paljug Stefan Heckrath VP—MM Senior Director, FBA—MM Michael Cahill Christopher Halleus VP—RS Senior Director, FBA—RS Robin Stimson James Thornton VP—RS MK&S Head of Procurement—MO Chris Maynard Michael Tyler VP—CS Senior Director, FBA—CS Andreas Thon Miriam Scheer VP—TPE Senior Director, FBA—TPE Marcus Welz David Buchfuehrer VP—ITS Senior Director, FBA—ITS B. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name or on behalf of the Corporation the same documents as referenced in paragraph A, up to and including a transactional limit of$5 million, Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function Name/Position (Name/Position) Douglas Dreisbach Nick D'Alessandro 1 Director, Projects—MM Controller, Products& Freight Engineering MM Stephan Klein, Jessica Shaiegan Senior Project Director—MM Director, Procurement—MM Steve Gitkin Valerie Conway Sales Director-ITS Senior Director, RS SPR David Gutierrez Thomas Wiechert Director, RS LR Director, RS LR Luis Tondi Resta Stefan Fischer Director, Products—MM Finance Manager, MM Armin Kick Madeline Rodriguez VP—LM & HI _ Director, FBA—LM Omid Akbarzadeh-Paydar Thomas Glafenhein Director, RS SC BG Se ment Controller', RS SC BG Raymond Ginneil Kim Swain Director, RS CRC Director, RS CRC _ Laura Coates Angel Acuna-Sites PD LD TD-Rail Director, FBA Projects—MM Matthew Rumbold Manager, Procurement—CS C. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as referenced in paragraph A, up to and including a transactional limit of$3 million. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function Name/Position Name/Position Tony Ritter Nikki Bassi Director CS Director, RS Reiner Martin Cathie Steele Director, CS Director CS LR& MM Mark Bennett Carrie Hernandez VP, Operations RS Director, RS SPR David Hart Michelle Picard Manager, TPE Director, RS Cesar Losada Matthaeus Decker Director CS Manager, RS SPR Dimitrios Andrikos Craig Debevoise Director, Bid & Project Management—ITS Projects Commercial, ITS Simon Davidoff David Anderson Director, Data Services—CS Project Procurement Manager,TPE Steve Teal Rudolf Wagner Director, ITS Service Performance Controlling, MO Jeb A. Echols Warren Openshaw Manager, Project Estimating—MM Director, Operations BA, RS- Paul S_ Paul Aichholzer Director, Projects, RS LM 2 D. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as referenced in paragraph A, up to and including a transactional limit of$1 million. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function Name/Position Name/Position Paul Eliea, Tommy Charurat Director, MM Director, Performance Controlling RS David Costello, Gisela Kaufmann Director, MM Controller, MM Dave Jeanette Constanze Kutschki Manager, MM Manager, RS SPR Jim Lyons Ronald Staggs Sr. Manager, MM Commercial Project Manager, RS LR Jeff Balogh Mary Matos Sr. Director, MM Commercial Project Manager, RS LR George Long Christine Jaw V, Engineering RS Commercial Project Manager, CS Robert Martner Kavita Patel Senior Project Manager, RS LM Commercial Project Manager, CS Jeffrey Curran Christopher Smith Project Manager, RS LR Commercial Project Manager, RS LR Duane Kopp Adam Huey Project Manager, CS Commercial Project Manager, RS LM Ron VanHuuksloot Thomas Koprowski Project Manager, RS LR Commercial Project Manager, RS SC BG Thomas Stehlik Amy Morrison Project Manager, RS ME Commercial Project Mana er, TPE Viorel Aninoiu David Spence Project Manager, RS LR Commercial Project Manager, ITS Carsten Nebe Sabine Andrikos Project Manager, RS CRC Commercial Service Manager, ITS Mark Anderson Natalie Liggett Project Manager, CS Sr. Commercial Project Manager, MM Aaldril<Metting Solomon Lee Project Manager, RS LR Commercial Project Manager, MM Jochen Woern David Sarles Project Manager, CS Procurement Commodity Manager, MM Chander Khanna, Stuart Adler Sr. Director, Manufacturing Processes Project Procurement Manager, MM RS Ibrahim Kalender Joel Nielsen Project Manager, RS SC BG Commercial Project Manager, RS LR Barry Sidler Carlijn Goldberg Program Manager, CS Commercial Project Manager, RS SC BG Christopher Romeo James Hryniewicz Operations Manager, ITS Commercial Bid Manager, TPE Luis Correia Daria Lesnylch Project Manager, CS Commercial Project Manager, CS Michael Hutchens Donna Lam Operations Manager, ITS Commercial Project Manager, RS CRC William Tucker Noureann Mitchell Operations Manager, ITS Procurement Project Manager, ITS 3 Gerhard Leitner Rosa Baquero Field Engineering Management, CS Commercial Project Manager, Field Services RS Ivan BUkin Sarah Jenik Project Manager, CS Commercial Support, CS Kevin McGrew David Michna Director, Quality RS Commercial Project Manager, CS Goutham Lingannagari Peter Silberhorn Senior Manager Projects, ITS Commercial Project Manager, RS CRC & ME Jamil Nasr Lars Volger Engineering Director, MM Commercial Project Manager, MM _ Ben Linden Tien Pham Senior Director Carborne Engineering, Commercial Project Manager, CS MM _ — Christopher Hammett Bova Lee Project Manager,TPE Commercial Project Manager, Freight–MM Abhinav Mitra Liam Nelson Project Manager, TPE Commercial Pr_olect Mana er, TPE Matthew Thomas Marcin Szczapa Project Mana er, CS Commercial Project Manager, CS Mason Boswell Clive Lepper Project Manager, RS LR Commercial Project Manager, RS LR Stefan Lauer Michael Keats Project Manager, TPE Commercial Project Manager, TPE Mark Godsey Noe Padilla Project Manager, TPE Commercial Project Manager, TPE Shawn McCuaig Director, Field Services RS Gary Kochetkov Project Manager, CS Evgeny Inozemtsev Project Manager, RS SC BG _ Francois-Xavier Beau Project Director, MM Jacob Street Project Manager, MM _ Michael Carlo Project Manager, RS LR Melissa Muehl Project Manager, CS Benjamin Kotze Head of Engineering, TPE _ Rolf Neuhaus Project Manager, RS CRC Hany Gadalla Project Manager,TPE Manoel Bosch Marco Project Manager,TPE Dave Kost Production Manager,TPE _ Nicholas Corley Warehouse Manager, TPE Toni Abboreno Project Manager,TPE 4 E. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as they are referenced in paragraph A, up to and including a transactional limit of$250 thousand. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function Name/Position (Name/Position) Diana Johnson Claudia Thiele Bid Manager, ITS Commercial Project Manager, ITS John Billings Cole Walker Bid Manager, ITS Financial Analyst, TPE David Love Sales Manager, ITS Robert Paquette Sales Manager, ITS _ F. It is further acknowledged that each of the signatures of the persons referred to in paragraphs A, B, C, D, and E are binding upon the Corporation. G. It is further acknowledged that any document shall require the signature of two (2) of the above Authorized Signatories, one each from Business Operations and from Finance/Central Support Functions, whom shall have the requisite signature authority to be legally binding upon the Corporation. Id. It is further acknowledged that each of the persons referred to herein is authorized to delegate such person's authority hereunder to additional members of his or her management team up to the limit of such person's delegation of authority, provided that such delegation is in written form signed by the delegator and filed with the Legal Department. �! I. It is further acknowledged that the Secretary or an Assistant Secretary of the Corporation is ;I authorized to issue certifications attesting to the incumbency, authority and status of any of the persons referred to in this resolution. e' I IN WITNESS WHEREOF,we have hereunto subscribed our names and affixed the corporate seal of the said Corporation, as of the 1"clay of_dl2018. Jp Marc Bun her President, Siemens Mobility, Inc. arsha Smlth CFO Siemens Mobility, Inc. 5 Report Created On: 11/14/2018 2:47:51 PM BID TOTALS BASE BID Total Part A $173,607.00 Part B $40,020.00 Part C $99,521.00 Part D $1,572,395.00 Total $1,885,543.00 DEDUCT ALTERNATE 1 Total Part E ($185,576.00) Total ($185,576.00) DEDUCT ALTERNATE 2 Total Part F ($200,047.00) Total ($200,047.00) Part A No. Description Unit Qty Unit Price Ext Price Al MOBILIZATION LS 1 $80,000.00 $80,000.00 A2 BOND AND INSURANCE LS 1 $9,153.00 $9,153.00 A3 OZONE DAY DAY 6 $7,700.00 $46,200.00 A4 SILT FENCE LF 420 $14.00 $5,880.00 A5 CURB INLET PROTECTION EA 17 $172.00 $2,924.00 A6 TRAFFIC CONTROL PLAN AND LS 1 $3,432.00 $3,432.00 PREPERATION A7 TRAFFIC CONTROL; SET-UP LS 1 $21,739.00 $21,739.00 MAINTENANCE AND REMOVAL, COMPLETE IN PLACES PER ARTERIAL STREET A8 CONTRACTOR UTILITY COORDINATION LS 1 $4,279.00 $4,279.00 Sub Total: $173,607.00 Report Created On: 11/14/2018 2:47:51 PM Part B No. Description Unit Qty Unit Price Ext Price B1 REFL PAV MRKTY 1 (W)4"(DOT)(100MIL) LF 120 $2.00 $240.00 B2 REFL PAV MRKTY 1 (W)4"(SLD)(100MIL) LF 1260 $1.00 $1,260.00 B3 REFL PAV MRKTY 1 (W)8"(SLD)(100MIL) LF 300 $2.00 $600.00 B4 REFL PAV MRKTY 1 (Y)4"(SLD)(100MIL) LF 1929 $2.00 $3,858.00 B5 PAVEMENT SEALER 4" LF 1593 $1.00 $1,593.00 B6 PAVEMENT SEALER 8" LF 300 $1.00 $300.00 B7 PAVEMENT SEALER 10" LF 630 $2.00 $1,260.00 B8 PREFAB PAV MRKTY C(W)24"(SLD) LF 650 $20.00 $13,000.00 B9 PREFAB PAV MRKTY C(Y)24"(SLD) LF 100 $20.00 $2,000.00 B10 PREFAB PAV MRKTY C(W)(ARROW) EA 4 $458.00 $1,832.00 B11 PREFAB PAV MRKTY C(W)(DBL ARROW) EA 4 $458.00 $1,832.00 B12 PREFAB PAV MRKTY C(W)(TPL ARROW) EA 2 $458.00 $916.00 B13 PREFAB PAV MRKTY C(W)(WORD) EA 4 $458.00 $1,832.00 B14 REFL PAV MRKR TY I-C EA 16 $4.00 $64.00 B15 REFL PAV MRKR TY II-A-A EA 86 $4.00 $344.00 B16 ELIM EXT PAV MRK&MRKR(4") LF 1260 $3.00 $3,780.00 B17 ELIM EXT PAV MRK&MRKR(10") LF 630 $3.00 $1,890.00 B18 ELIM EXT PAV MRK&MRKR(12") LF 374 $3.00 $1,122.00 B19 ELIM EXT PAV MRK&MRKR(24") LF 38 $6.00 $228.00 B20 ELIM EXT PAV MRK&MRKR(ARROW) EA 2 $23.00 $46.00 B21 ELIM EXT PAV MRK&MRKR(WORD) EA 1 $23.00 $23.00 B22 ALLOWANCES FOR UNANTICIPATED LS 1 $2,000.00 $2,000.00 STREET IMPROVEMENTS(MANDATORY) (PART B) Sub Total: $40,020.00 Part C No. Description Unit Qty Unit Price Ext Price Report Created On: 11/14/2018 2:47:51 PM C1 CURB RAMPS(TYPE 2) EA 5 $2,220.00 $11,100.00 C2 CURB RAMPS(TYPE 6) EA 1 $1,762.00 $1,762.00 C3 CURB RAMPS(TYPE 12) EA 3 $2,449.00 $7,347.00 C4 CONC SIDEWALKS(6") SY 23.5 $172.00 $4,042.00 C5 PED SIG SEC(LED)(COUNTDOWN) EA 34 $565.00 $19,210.00 C6 TRF SIG CBL(TY A)(12 AWG)(2 COMDR) LF 3928 $3.00 $11,784.00 C7 PED POLE ASSEMBLY EA 16 $1,403.00 $22,448.00 C8 PED DETECT PUSH BUTTON(APS) EA 34 $642.00 $21,828.00 W/R10'-3e SIGN Sub Total: $99,521.00 Part D No. Description Unit Qty Unit Price Ext Price D1 DRILL SHAFT(TRF SIG POLE)(36 IN) LF 235 $738.00 $173,430.00 D2 DRILL SHAFT(TRF SIG POLE)(42 IN) LF 17 $738.00 $12,546.00 D3 CON DT(PVC)(SCHD 40)(2") LF 1171 $41.00 $48,011.00 D4 CON DT(PVC)(SCHD 40)(2")(BORE) LF 1347 $43.00 $57,921.00 D5 CON DT(PVC)(SCHD 40)(3") LF 245 $41.00 $10,045.00 D6 CON DT(PVC)(SCHD 40)(4") LF 763 $42.00 $32,046.00 D7 CON DT(PVC)(SCHD 40)(4")(BORE) LF 1410 $54.00 $76,140.00 D8 ELEC COMDR(NO.8) INSULATED LF 3752 $4.00 $15,008.00 D9 ELEC COMDR(NO.6) BARE LF 1004 $4.00 $4,016.00 D10 ELEC COMDR(NO.6) INSULATED LF 2008 $5.00 $10,040.00 D11 TRAY CABLE(3 COMDR)(12 AWG) LF 5696 $7.00 $39,872.00 D12 GROUND BOX TY A(12231 1)W/APRON EA 7 $1,716.00 $12,012.00 D13 GROUND BOX TY C(16291 1)W/APRON EA 19 $1,716.00 $32,604.00 D14 GROUND BOX TY D(162922)W/APRON EA 7 $1,716.00 $12,012.00 D15 REMOVE ELECTRICAL SERVICES EA 4 $1,602.00 $6,408.00 D16 ELC SRV TY D(120/240)060 EA 2 $3,924.00 $7,848.00 (NS)AL(E)SP(0) D17 ELC SRV TY D(120/240)060 EA 3 $3,432.00 $10,296.00 (NS)AL(E)SP(U) Report Created On: 11/14/2018 2:47:51 PM D18 ELC SRV TY D(120/240)060 EA 1 $3,432.00 $3,432.00 (NS)AL(E)EX(0) D19 ELC SRV TY D(120/240)060 EA 1 $3,432.00 $3,432.00 (NS)AL(E)TS(0) D20 UNINTERRUPTIBLE POWER SUPPLY EA 9 $8,421.00 $75,789.00 WITH CABINET D21 ILSN(LED)(6S) EA 10 $2,769.00 $27,690.00 D22 ILSN(LED)(8S) EA 19 $3,121.00 $59,299.00 D23 INSTALL HWY TRF SIG(ISOLATED) EA 9 $22,597.00 $203,373.00 D24 REMOVING TRAFFIC SIGNALS EA 7 $5,606.00 $39,242.00 D25 VEH SIG SEC(12")LED(GRN) EA 60 $280.00 $16,800.00 D26 VEH SIG SEC(12")LED(GRN ARW) EA 17 $280.00 $4,760.00 D27 VEH SIG SEC(12")LED(YEL) EA 60 $280.00 $16,800.00 D28 VEH SIG SEC(12")LED(YEL ARW) EA 27 $280.00 $7,560.00 D29 VEH SIG SEC(12")LED(RED) EA 60 $280.00 $16,800.00 D30 VEH SIG SEC(12")LED(RED ARW) EA 17 $280.00 $4,760.00 D31 BACK PLATE(12 IN)(3 SEC) EA 59 $117.00 $6,903.00 D32 BACK PLATE(12 IN)(4 SEC) EA 16 $114.00 $1,824.00 D33 TRF SIG CBL(TY A)(1 4 AWG)(5 CONDR) LF 3839 $3.00 $11,517.00 D34 TRF SIG CBL(TY A)(14 AWG)(7 CON DR) LF 936 $4.00 $3,744.00 D35 TRF SIG CBL(TY A)(14 AWG)(16 COMDR) LF 3905 $4.00 $15,620.00 D36 INS TRF SIG PL AM(S)1 ARM(40')LUM EA 1 $13,173.00 $13,173.00 D37 INS TRF SIG PL AM(S)1 ARM(44')LUM EA 1 $13,451.00 $13,451.00 D38 INS TRF SIG PL AM(S)1 ARM(36')LUM EA 1 $11,696.00 $11,696.00 D39 INS TRF SIG PL AM(S)1 ARM(32') EA 1 $7,999.00 $7,999.00 D40 INS TRF SIG PL AM(S)1 ARM(40') EA 2 $11,203.00 $22,406.00 D41 INS TRF SIG PL AM(S)1 ARM(28') EA 3 $8,629.00 $25,887.00 D42 INS TRF SIG PL AM(S)1 ARM(44') EA 1 $11,641.00 $11,641.00 D43 INS TRF SIG PL AM(S)2 ARM(44'/36') EA 1 $17,931.00 $17,931.00 D44 INS TRF SIG PL AM(S)(MAST)(INSTALL EA 7 $2,883.00 $20,181.00 ONLY) D45 RADAR PRESENCE DETECTOR EA 29 $6,362.00 $184,498.00 Report Created On: 11/14/2018 2:47:51 PM D46 RADAR PRESENCE DETECTOR COMM LF 4601 $5.00 $23,005.00 CABLE D47 CAMERA PTZ(SERIES) EA 9 $3,736.00 $33,624.00 D48 ETHERNET CABLE CAT 5 LF 958 $4.00 $3,832.00 D49 ACYCLICA ROAD TREND SYSTEM EA 9 $5,789.00 $52,101.00 D50 ETHERNET 4000 SWITCH EA 10 $4,737.00 $47,370.00 D51 ALLOWANCES FOR UNANTICIPATED LS 1 $4,000.00 $4,000.00 TRAFFIC SIGNAL IMPROVEMENTS (MANDATORY)(PART D) Sub Total: $1,572,395.00 Part E No. Description Unit Qty Unit Price Ext Price E1 A4 SILT FENCE LF -60 $13.00 ($780.00) E2 A5 CURB INLET PROTECTION EA -3 $121.00 ($363.00) E3 C5 PED SIG SEC(LED)(COUNTDOWN) EA -2 $490.00 ($980.00) E4 C6 TRF SIG CBL(TY A)(12 AWG)(2 LF -184 $2.00 ($368.00) COMDR) E5 C7 PED POLE ASSEMBLY EA -1 $1,101.00 ($1,101.00) E6 C8 PED DETECT PUSH BUTTON(APS) EA -2 $592.00 ($1,184.00) W/R10'-3e SIGN E7 D1 DRILL SHAFT(TRF SIG POLE)(36 IN) LF -41 $537.00 ($22,017.00) E8 D3 CON DT(PVC)(SCHD 40)(2") LF -90 $29.00 ($2,610.00) E9 D4 CON DT(PVC)(SCHD 40)(2")(BORE) LF -294 $42.00 ($12,348.00) E10 D5 CON DT(PVC)(SCHD 40)(3") LF -32 $29.00 ($928.00) E11 D6 CON DT(PVC)(SCHD 40)(4") LF -161 $29.00 ($4,669.00) E12 D7 CON DT(PVC)(SCHD 40)(4")(BORE) LF -294 $53.00 ($15,582.00) E13 D8 ELEC COMDR(NO.8) INSULATED LF -467 $3.00 ($1,401.00) E14 D9 ELEC COMDR(NO.6) BARE LF -55 $3.00 ($165.00) E15 D10 ELEC COMDR(NO.6) INSULATED LF -110 $3.00 ($330.00) E16 D11 TRAY CABLE(3 COMDR)(12 AWG) LF -444 $5.00 ($2,220.00) Report Created On: 11/14/2018 2:47:51 PM E17 D12GROUND BOX TYA EA -1 $1,314.00 ($1,314.00) (122311)W/APRON E18 D13 GROUND BOX TY C EA -4 $1,314.00 ($5,256.00) (162911)W/APRON E19 D14 GROUND BOX TY D EA -1 $1,314.00 ($1,314.00) (162922)W/APRON E20 D15 REMOVE ELECTRICAL SERVICES EA -1 $1,099.00 ($1,099.00) E21 D17 ELC SRV TY D(120/240)060 EA -1 $2,678.00 ($2,678.00) (NS)AL(E)SP(U) E22 D20 UNINTERRUPTIBLE POWER SUPPLY EA -1 $8,220.00 ($8,220.00) WITH CABINET E23 D21 ILSN(LED)(6S) EA -3 $2,517.00 ($7,551.00) E24 D23 INSTALL HWY TRF SIG(ISOLATED) EA -1 $20,081.00 ($20,081.00) E25 D24 REMOVING TRAFFIC SIGNALS EA -1 $3,845.00 ($3,845.00) E26 D25 VEH SIG SEC(12")LED(GRN) EA -6 $230.00 ($1,380.00) E27 D26 VEH SIG SEC(12")LED(GRN ARW) EA -1 $230.00 ($230.00) E28 D27 VEH SIG SEC(12")LED(YEL) EA -6 $230.00 ($1,380.00) E29 D28 VEH SIG SEC(12")LED(YEL ARW) EA -2 $230.00 ($460.00) E30 D29 VEH SIG SEC(12")LED(RED) EA -6 $230.00 ($1,380.00) E31 D30 VEH SIG SEC(12")LED(RED ARW) EA -1 $230.00 ($230.00) E32 D31 BACK PLATE(12 IN)(3 SEC) EA -6 $92.00 ($552.00) E33 D32 BACK PLATE(12 IN)(4 SEC) EA -1 $89.00 ($89.00) E34 D33 TRF SIG CBL(TY A)(14 AWG)(5 LF -310 $2.00 ($620.00) COMDR) E35 D34 TRF SIG CBL(TY A)(14 AWG)(7 LF -60 $3.00 ($180.00) COMDR) E36 D35 TRF SIG CBL(TY A)(14 AWG)(16 LF -419 $3.00 ($1,257.00) COMDR) E37 D39 INS TRF SIG PL AM(S)1 ARM(32') EA -1 $7,244.00 ($7,244.00) E38 D40 INS TRF SIG PL AM(S)1 ARM(40') EA -1 $10,297.00 ($10,297.00) E39 D41 INS TRF SIG PL AM(S)1 ARM(28') EA -1 $7,874.00 ($7,874.00) E40 D45 RADAR PRESENCE DETECTOR EA -3 $6,160.00 ($18,480.00) E41 D46 RADAR PRESENCE DETECTOR LF -381 $4.00 ($1,524.00) COMM CABLE Report Created On: 11/14/2018 2:47:51 PM E42 D47 CAMERA PTZ(SERIES) EA -1 $3,534.00 ($3,534.00) E43 D48 ETHERNET CABLE CAT 5 LF -62 $3.00 ($186.00) E44 D49 ACYCLICA ROAD TREND SYSTEM EA -1 $5,588.00 ($5,588.00) E45 D50 ETHERNET 4000 SWITCH EA -1 $4,687.00 ($4,687.00) Sub Total: ($185,576.00) Part F No. Description Unit Qty Unit Price Ext Price F1 A4 SILT FENCE LF -60 $13.00 ($780.00) F2 C5 PED SIG SEC(LED)(COUNTDOWN) EA -2 $490.00 ($980.00) F3 C6 TRF SIG CBL(TY A)(12 AWG)(2 LF -176 $2.00 ($352.00) COMDR) F4 C7 PED POLE ASSEMBLY EA -1 $1,101.00 ($1,101.00) F5 C8 PED DETECT PUSH BUTTON(APS) EA -2 $592.00 ($1,184.00) W/R10'-3e SIGN F6 D1 DRILL SHAFT(TRF SIG POLE)(36 IN) LF -41 $537.00 ($22,017.00) F7 D3 CON DT(PVC)(SCHD 40)(2") LF -379 $29.00 ($10,991.00) F8 D4 CON DT(PVC)(SCHD 40)(2")(BORE) LF -343 $42.00 ($14,406.00) F9 D5 CON DT(PVC)(SCHD 40)(3") LF -20 $29.00 ($580.00) F10 D6 CON DT(PVC)(SCHD 40)(4") LF -144 $29.00 ($4,176.00) F11 D7 CON DT(PVC)(SCHD 40)(4")(BORE) LF -280 $53.00 ($14,840.00) F12 D8 ELEC COMDR(NO.8) INSULATED LF -331 $3.00 ($993.00) F13 D9 ELEC COMDR(NO.6) BARE LF -321 $3.00 ($963.00) F14 D10 ELEC CONDR(NO.6) INSULATED LF -642 $3.00 ($1,926.00) F15 D11 TRAY CABLE(3 COMDR)(12 AWG) LF -602 $5.00 ($3,010.00) F16 D1 2 GROUND BOX TY A EA -2 $1,314.00 ($2,628.00) (122311)W/APRON F17 D13 GROUND BOX TY C EA -3 $1,314.00 ($3,942.00) (162911)W/APRON F18 D14 GROUND BOX TY D EA -2 $1,314.00 ($2,628.00) (162922)W/APRON F19 D15 REMOVE ELECTRICAL SERVICES EA -1 $1,099.00 ($1,099.00) Report Created On: 11/14/2018 2:47:51 PM F20 D17 ELC SRV TY D(120/240)060 EA -1 $2,678.00 ($2,678.00) (NS)AL(E)SP(U) F21 D20 UNINTERRUPTIBLE POWER SUPPLY EA -1 $8,220.00 ($8,220.00) WITH CABINET F22 D21 ILSN(LED)(6S) EA -1 $2,517.00 ($2,517.00) F23 D22 ILSN(LED)(8S) EA -2 $2,870.00 ($5,740.00) F24 D23 INSTALL HWY TRF SIG(ISOLATED) EA -1 $20,081.00 ($20,081.00) F25 D24 REMOVING TRAFFIC SIGNALS EA -1 $3,845.00 ($3,845.00) F26 D25 VEH SIG SEC(12")LED(GRN) EA -6 $230.00 ($1,380.00) F27 D26 VEH SIG SEC(12")LED(GRN ARW) EA -1 $230.00 ($230.00) F28 D27 VEH SIG SEC(12")LED(YEL) EA -6 $230.00 ($1,380.00) F29 D28 VEH SIG SEC(12")LED(YEL ARW) EA -2 $230.00 ($460.00) F30 D29 VEH SIG SEC(12")LED(RED) EA -6 $230.00 ($1,380.00) F31 D30 VEH SIG SEC(12")LED(RED ARW) EA -1 $230.00 ($230.00) F32 D31 BACK PLATE(12 IN)(3 SEC) EA -6 $92.00 ($552.00) F33 D32 BACK PLATE(12 IN)(4 SEC) EA -1 $89.00 ($89.00) F34 D33 TRF SIG CBL(TY A)(14 AWG)(5 LF -306 $2.00 ($612.00) COMDR) F35 D34 TRF SIG CBL(TY A)(14 AWG)(7 LF -64 $3.00 ($192.00) COMDR) F36 D35 TRF SIG CBL(TY A)(14 AWG)(16 LF -387 $3.00 ($1,161.00) COMDR) F37 D41 INS TRF SIG PL AM(S)1 ARM(28') EA -2 $7,874.00 ($15,748.00) F38 D42 INS TRF SIG PL AM(S)1 ARM(44') EA -1 $10,735.00 ($10,735.00) F39 D45 RADAR PRESENCE DETECTOR EA -3 $6,160.00 ($18,480.00) F40 D46 RADAR PRESENCE DETECTOR LF -444 $4.00 ($1,776.00) COMM CABLE F41 D47 CAMERA PTZ(SERIES) EA -1 $3,534.00 ($3,534.00) F42 D48 ETHERNET CABLE CAT 5 LF -52 $3.00 ($156.00) F43 D49 ACYCLICA ROAD TREND SYSTEM EA -1 $5,588.00 ($5,588.00) F44 D50 ETHERNET 4000 SWITCH EA -1 $4,687.00 ($4,687.00) Sub Total: ($200,047.00) 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 22.52 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder-unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of EN Bidder(includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: SIEMENS MOBILITY INC. (typed or printed) By: Jd ^Q.Q. (signatu -attach evidence of authority to sign) Name: STEVEN TEAL rVV.hak 16A.ASO (typed or printed) Title: DIRECTOR OF SERVICE-ITS (r, mmcr64L% Wojc,.* KM r Business address: 16560 AIR CENTER BLVD HOUSTON, TX 77032 Phone: 713-458-8586 Email: WILLIAM.TUCKER_JRCSIEMENS.COM END OF SECTION i Compliance to State Law on Nonresident Bidders 003002-1 �. E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1-RE-BID 11-25-2013 THIS DELEGATION ONLY APPLIES 7'0 SIEMENENS MOBILITY, INC. ALL CONTRAC'T'S, BIDS, CERTIFICATES, AFFIDAVITS OR ANCILLARY DOCUMENTS TO BE SIGNED ON BEHALF OF SIEMENS INDUSTRY, INC. MUST BE SIGNED BY MARC BUNCHER AND MARSHA SMITH WITHOUT EXCEPTION DELEGATION OF APPROVAL AUTHORITY FROM CEO MARC BUNCHER AND CFO MARSHA SMITH Mobility Management ement Urban Transport/Mainline Transport Intelligent Traffic Systems Rail Electrification Customer Services SIEMENS MOBILITY, INC. A. The undersigned Marc Bencher, CEO and Marsha Smith, CFO of the Siemens Mobility, Inc. (the "Corporation"), a corporation duly organized and existing under the laws of the State of Delaware, by virtue of the authority vested as CEO and CFO to sign or countersign and otherwise execute in the narne, or on behalf of the Corporation, any bids, projects, contracts, agreements and any certificates, affidavits or ancillary documents in connection therewith to the extent the foregoing instruments and are consistent with the limits of authority granted under LoA guidelines and grants of release for and i on behalf of the Corporation, do hereby delegate to and acknowledge that the following person(s) may exercise such authority for and on our behalf up to$10 million. i AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function Name/Position (Name/Position) John Paljug Stefan Heckrath VP—MM Senior Director, FBA—MM Michael Cahill Christopher Halleus VP—RS Senior Director, FBA—RS Robin Stimson James Thornton VP—RS MK&S Head of Procurement—MO Chris Maynard Michael Tyler VP—CS Senior Director, FBA—CS Andreas Thon Miriam Scheer VP—TPE Senior Director, FBA—TPE Marcus Welz David Buchfuehrer VP—ITS Senior Director, FBA—ITS B. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name or on behalf of the Corporation the same documents as r referenced in paragraph A, up to and including a transactional limit of$5 million. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary arnount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function (Name/Position) _ _ Name/Position Dou las Dreisbach Nick D'Alessandro ---- 1 Director, Projects—MM Controller, Products& Freight Engineering MM Stephan Klein, Jessica Shaiegan Senior Project Director—MM Director, Procurement—MM Steve Gitkin Valerie Conway Sales Director-ITS Senior Director RS SPR David Gutierrez Thomas Wiechert Director, RS LR Director, RS LR Luis Tondi Resta Stefan Fischer Director, Products-MM Finance Manager, MM Armin Kick Madeline Rodriguez VP—LM & HI Director, FBA—LM Omid Akbarzadeh-Paydar Thomas Glafenhein Director RS SC BG Segment Controller, RS SC BG Raymond Ginnell Kim Swain Director, RS CRC Director RS CRC Laura Coates Angel Acuna-Sites PD LD TD- Rail Director FBA Projects—MM Matthew Rumbold Manager, Procurement—CS C. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as referenced in paragraph A, up to and including a transactional limit of$3 million. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function Name/Position Name/Position Tony Ritter Nikki Bassi Director CS Director, RS Reiner Martin Cathie Steele Director, CS Director, CS LR& MM Mark Bennett Carrie Hernandez VP, Operations RS Director, RS SPR _ David Hart Michelle Picard Manager, TPE _ Director, RS Cesar Losada Matthaeus Decker Director, CS Manager, RS SPR Dimitrios Andrikos Craig Debevoise Director Bid & Project Management—ITS Projects Commercial ITS _ Simon Davidoff David Anderson Director Data Services—CS Project Procurement Manager,TPE Steve Teal Rudolf Wagner Director, ITS Service Performance Controlling, MO Jeb A. Echols Warren Openshaw �^ Manager, Project Estimating—MM Director, Operations BA, RS Paul Aichholzer Director, Projects, RS LM 2 D. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as referenced in paragraph A, up to and including a transactional limit of$1 million. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function Name/Position (Name/Position) Paul Eliea, Tommy Charurat Director, MM Director, Performance Controlling RS David Costello, Gisela Kaufmann Director, MM Controller, MM _ Dave Jeanette Constanze Kutschki Manager, MM Manager, RS SPR Jim Lyons Ronald Staggs Sr. Manager, MM Commercial Project Manager, RS LR Jeff Balogh Mary Matos Sr. Director, MM Commercial Project Manager, RS LR _ George Long Christine Jaw V, Engineering RS Commercial Project Manager, CS Robert Martner Kavita Patel Senior Project Manager, RS LM Commercial Project Manager, CS Jeffrey Curran Christopher Smith Project Manager, RS LR Commercial Project Manager, RS LR Duane Kopp Adam Huey Project Manager, CS Commercial Project Manager, RS LM Ron VanHuuksloot Thomas Koprowski Project Manager, RS LR Commercial Project Manager, RS SC BG Thomas Stehlik Amy Morrison Project Manager, RS MECommercial Project Manager, TPE Viorel Aninoiu _ David Spence Project Manager, RS LR Commercial Project Manager, ITS Carsten Nebo Sabine Andrikos Project Manager, RS CRC Commercial Service Manager, ITS Mark Anderson Natalie Liggett Project Manager, CS Sr. Commercial Project Manager, MM Aaldrilc Metting Solomon Lee Project Manager, RS LR Commercial Project Manager, MM Jochen Woern David Sarles Project Manager, CS Procurement Commodity Manager, MM Chander Khanna, Stuart Adler Sr. Director, Manufacturing Processes Project Procurement Manager, MM RS Ibrahim Kalender Joel Nielsen P►'o'ect Mana er, RS SC BG Commercial Project Manager, RS LR Barry Sidler Carlijn Goldberg Program Manager, CS Commercial Project Manager, RS SC BG Christopher Romeo James Hryniewicz Operations Manager, ITS Commercial Bid Manager, TPE Luis Correia Daria Lesnykh Project Manager, CS Commercial Project Mana er, CS Michael Hutchens Donna Lam Operations Manager, ITS Commercial Project Manager, RS CRC William Tucker Noureann Mitchell Operations Manager, ITS Procurement Project Manager, ITS 3 Gerhard Leitner Rosa Baquero Field Engineering Management, CS Commercial Project Manager, Field Services RS Ivan Bukin Sarah Jenik Project Manager, CS Commercial Support, CS__1_._ Kevin McGrew David Michna Director, Quality RS Commercial Project Manager, CS Goutham Lingannagari Peter Silberhorn Senior Manager Projects, ITS Commercial Project Manager, RS CRC & ME Jamil Nasr Lars Volger Engineering Director, MM Commercial Project Manager, MM Ben Linden Tien Pham Senior Director Carborne Engineering, Commercial Project Manager, CS MM Christopher Hammett Bova Lee Project Manager, TPE Commercial Project Manager, Freight—MM Abhinav Mitra Liam Nelson Project Manager,TPE Commercial Project Manager, TPE"- Matthew Thomas Marcin Szczapa Project Manager, CS Commercial Project Manager, CS Mason Boswell Clive Lepper Project Manager, RS LR Commercial Project Manager, RS LR Stefan Lauer Michael Keats Project Manager,TPE Commercial Project Manager,TPE Mark Godsey Noe Padilla Project Manager,TPE Commercial Project Manager, TPE Shawn McCuaig Director, Field Services RS Gary Kochetkov Project Manager, CS Evgeny Inozemtsev Project Manager, RS SC BG Francois-Xavier Beau Project Director, MM Jacob Street Project Mana er, MM Michael Carlo Project Manager, RS LR _ Melissa Muehl Project Manager, CS Benjamin Kotze Head of Engineering,TPE Rolf Neuhaus Project Manager, RS CRC Hany Gadalla Project Manager,TPE Manoel Bosch Marco Project Manager,TPE Dave Kost Production Manager,TPE Nicholas Corley Warehouse Manager, TPE Toni Abboreno Project Manager, TPE _ 4 E. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as they are referenced in paragraph A, up to and including a transactional limit of$250 thousand. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function (Name/Position) (Name/Position) Diana Johnson Claudia Thiele Bid Manager, ITS Commercial Project Manager, ITS John Billings Cole Walker Bid Manager, ITS Financial Analyst, TPE David Love Sales Manager, ITS _ Robert Paquette Sales Manager, ITS F. It is further acknowledged that each of the signatures of the persons referred to in paragraphs A, B, C, D, and E are binding upon the Corporation. G. It is further acknowledged that any document shall require the signature of two (2) of the above Authorized Signatories, one each from Business Operations and from Finance/Central Support Functions, whom shall have the requisite signature authority to be legally binding upon the Corporation. FI. It is further acknowledged that each of the persons referred to herein is authorized to delegate such person's authority hereunder to additional members of his or her management team up to the limit of such person's delegation of authority, provided that such delegation is in written form signed by the delegator and filed with the Legal Department. I. It is further acknowledged that the Secretary or an Assistant Secretary of the Corporation is authorized to issue certifications attesting to the incumbency, authority and status of any of the persons referred to in this resolution. IN WITNESS WHEREOF,we have hereunto subscribed our names and affixed the corporate seal of the said Corporation, as of the 1"day of M��2018. jUne ' Marc Bun her President, Siemens Mobility, Inc. i arsha Smith - CFO Siemens Mobility, Inc. 5 E 00 30 05 City of Corpus Christi Disclosure of Interest CITE' Or CORPUS CHRISTI DISCLOSURE F INTEREST City of Corpus Christi Ordinance 17112, as amended, requires allpersons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with"NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: SIEMENS MOBILITY INC. STREET P. O. BOAC: ADDRESS 16560 AIR CENTER BLVD CITY: HOUSTON STATE: TX ZIP: 77032- FIRM IS: L Corporation 8 2. Partnership ❑ 3. Sole Owner ❑ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. I. State the names of each "employee" of the City of Copus Christi having an `ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) NOT APPLICABLE 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title NOT APPLICABLE 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee NOT APPLICABLE 4. State the names of each employee or officer of a"consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name Consultant NOT APPLICABLE City of Corpus Christi 003005 - 1 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1-RE-BID Rev 01-13-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter,unless the interest of the City official or employee in the matter is apparent. The disclosure sliall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not 4 knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly I submitted to the City of Corpus Christi,Texas as changes occur. C9"%Mer0.iAA .1 I� Certifying Person: STEVEN TEAL Avwha ,hSA ( Title: DIRECTOR OF SERVICE-ITS TnV eek' ISP (Type or Pring J Signature of Certifying Person: 11/13/2108 DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part-time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust,and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers,Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi,Texas. f "Ownership interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. i City of Corpus Clu isti 003005 - 1 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1-RE-BID Rev 01-13-2016 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: E15165 Traffic Signals and Lighting Improvements Bond 2012/2014— Task Order No.1 -RE-BID Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain frorn bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: SIEMENS MOBILITY INC. (typed or printed) By: ,§Vnature--attach evidence of authority to sign) Name: STEVEN TEAL 'I (typed or printed) E' Title; DIRECTOR OF SERVICE-ITS Czy►nmtxCaaJ�"D��ect dr 'i Business address: 16560 AIR CENTER BLVD HOUSTON,TX 77032 J i Phone: 281-443-9900 Email: STEVEN.TEAL@SIEMENS.COM END OF SECTION Non-Collusion Certification 003006-1 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1-RE-BID 11-25-2013 THIS Dfa_hGAPION ONLY APPL.I1::' TO SIhNICNLN S MOBILITY, INC. ALL CONTRACT,--J, BIDS, CERTIFICATES, AFFIDAVITS OR ANCILLARY DOCUMENTS TO BE SIGNED ON BEHALF OF SIEMrI iNS INDUSTRY, INC. MUST PH SIGNED RY MARC 13UNCI-If R AND MARSHA SMITH WITHOUT EXCEPTION DELEGATION OF APPROVAL AUTHORITY FROM CEO MARC BUNCHER AND CFO MARSHA SMITH I' Mobility Management Urban Transport/Mainline Transport Intelligent Traffic Systems Rail Electrification Customer Services I SIEMENS MOBILITY, INC. { A. The undersigned Marc Buncher, CEO and Marsha Smith, CFO of the Siemens Mobility, Inc. (the i "Corporation"), a corporation duly organized and existing under the laws of the State of Delaware, by virtue of the authority vested as CEO and CFO to sign or countersign and otherwise execute in the i name, or on behalf of the Corporation, any bids, projects, contracts, agreements and any certificates, affidavits or ancillary documents in connection therewith to the extent the foregoing instruments and ` are consistent with the limits of authority granted under LoA guidelines and grants of release for and 1 on behalf of the Corporation, do hereby delegate to and acknowledge that the following person(s) may exercise such authority for and on our behalf up to$10 million. AUTHORIZED SIGNATORIES I' i! Business Operations Finance/Central Support Function Name/PositionName/Position John Paljug Stefan Heckrath VP—MM Senior Director, FBA—MM Michael Cahill Christopher Halleus VP—RS Senior Director, FBA--RS Robin Stimson James Thornton VP—RS MK&S Head of Procurement—MO Chris Maynard Michael Tyler {{ VP—CS Senior Director, FBA—CS f Andreas Thon Miriam Scheer VP—TPE Senior Director, FBA—TPE Marcus Welz David Buchfuehrer VP—ITS Senior Director, FBA—ITS 1 i B. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name or on behalf of the Corporation the same documents as referenced in paragraph A, up to and including a transactional limit of$5 million. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function (Name/Position) (Name/Position) Douglas Dreisbach Nick D'Alessandro 1 Director, Projects—MM Controller, Products & Freight Engineering MM Stephan Klein, Jessica Shaiegan Senior Project Director—MM Director Procurement—MM Steve Gitkin Valerie Conway Sales Director-ITS Senior Director, RS SPR David Gutierrez Thomas Wiechert Director, RS LR Director, RS LR Luis Tondi Resta Stefan Fischer Director, Products—MM Finance Manager, MM Armin Kick Madeline Rodriguez VP—LM & HI _ Director, FBA—LM Omid Akbarzadeh-Paydar Thomas Glafenhein Director RS SC BG Segment Controller, RS SC BG Raymond Ginnell Kim Swain Director, RS CRC Director, RS CRC Laura Coates Angel Acuna-Sites PD LD TD-Rail Director, FBA Projects—MM Matthew Rumbold Manager, Procurement—CS C. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as referenced in paragraph A, up to and including a transactional limit of$3 million. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function Name/Position Name/Position Tony Ritter Nikki Bassi Director, CS Director, RS _ Reiner Martin Cathie Steele Director, CS Director CS LR& MM Mark Bennett Carrie Hernandez VP, Operations RS Director, RS SPR David Hart Michelle Picard Manager, TPE Director, RS Cesar Losada Matthaeus Decker Director, CS Manager, RS SPR Dimitrios Andrikos Craig Debevoise Director Bid & Project Management—ITS Projects Commercial ITS Simon Davidoff David Anderson Director Data Services—CS Project Procurement Manager,TPE Steve Teal Rudolf Wagner Director, ITS Service Performance Controlling, MO Jeb A. Echols Warren Openshaw Manager, Project Estimating—MM Director, Operations BA, RS Paul Aichholzer Director, Projects, RS LM 2 D. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as referenced in paragraph A, up to and including a transactional limit of$1 million. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function Name/Position _ (Name/Positions __ Paul Eliea, Tommy Charurat Director, MM Director, Performance Controlling _ RS _ David Costello, Gisela Kaufmann Director, MM Controller, MM Dave Jeanette Constanze Kutschki Manager, MM Manager, RS SPR Jim Lyons Ronald Staggs Sr. Manager, MM Commercial Project Mana er, RS LR Jeff Balogh Mary Matos Sr. Director, MM Commercial Project Manager, RS LR George Long Christine Jaw V, Engineering RS Commercial Project Manager, CS Robert Martner Kavita Patel Senior Project Manager, RS LM Commercial Project Manager, CS Jeffrey Curran Christopher Smith Project Manager, RS LR Commercial Project Manager, RS LR Duane Kopp Adam Huey Project Manager, CS Commercial Project Manager, RS LM Ron VanHuuksloot Thomas Koprowski Project Manager, RS LR Commercial Project Manager, RS SC BG Thomas Stehlik Amy Morrison Project Manager, RS ME Commercial Project Manager, TPE Viorel Aninoiu David Spence Project Manager, RS LR Commercial Project Manager, ITS Carsten Nebe Sabine Andrikos Project Manager, RS CRC Commercial Service Manager, ITS Marl(Anderson Natalie Liggett Project Manager, CS Sr. Commercial Project Manager, MM Aaldrik Metting Salomon Lee Project Manager, RS LR Commercial Project Manager, MM Jochen Woern David Sarles Project Manager, CS Procurement Commodity Manager, MM Chander Khanna, Stuart Adler Sr. Director, Manufacturing Processes Project Procurement Manager, MM RS Ibrahim Kalender Joel Nielsen Project Manager, RS SC BG Commercial Project Manager, RS LR Barry Sidler Carlijn Goldberg Program Manager, CS Commercial Project Manager, RS SC BG Christopher Romeo James Hryniewicz Operations Mana er, ITS Commercial Bid Manager, TPE Luis Correia Daria Lesnyl(h Project Manager, CS Commercial Project Manager, CS Michael Hutchens Donna Lam Operations Manager ITS Commercial Project Manager, RS CRC William Tucker Noureann Mitchell Operations Manager, ITS Procurement Project Manager, ITS 3 Gerhard Leitner Rosa Baquero Field Engineering Management, CS Commercial Project Manager, Field Services RS Ivan Bukin Sarah Jenik Project Manager, CS Commercial Support, CS Kevin McGrew David Michna Director, Quality RS Commercial Project Manager, CS Goutham Lingannagari Peter Silberhorn Senior Manager Projects, ITS Commercial Project Manager, RS CRC & ME Jamil Nasr Lars Volger Engineering Director, MM Commercial Project Manager, MM Ben Linden Tien Pham Senior Director Carborne Engineering, Commercial Project Manager, CS MM _ Christopher Hammett Bova Lee Project Manager, TPE Commercial Project Man aget-, Freight—MM Abhinav Mitra Liam Nelson Project Manager, TPE Commercial Project Manager, TPE Matthew Thomas Marcin Szczapa Project Manager, CS Commercial Project Manager, CS Mason Boswell Clive Lepper Project Manager, RS LR Commercial Project Manager, RS LR Stefan Lauer Michael Keats Project Manager, TPE Commercial Project Manager, TPE Mark Godsey Noe Padilla Project Manager, TPE Commercial Project Manager, TPE Shawn McCuaig Director, Field Services RS Gary Kochetkov Project Manager, CS Evgeny Inozemtsev Project Mana er, RS SC BG _ Francois-Xavier Beau Project Director, MM Jacob Street Project Manager, MM _ Michael Carlo Project Manager, RS LR _ Melissa Muehl Project Manager, CS _ Benjamin Kotze Head of Engineering,TPE _. Rolf Neuhaus Project Mana er, RS CRC Hany Gadalla Project Manager, TPE _ Manoel Bosch Marco Project Manager, TPE Dave Kost Production Manager, TPE Nicholas Corley Warehouse Manager, TPE Toni Abboreno Project Manager, TPE 4 I E. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as they are referenced in paragraph A, up to and including a transactional limit of$250 thousand. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in paragraph A, limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function (Name/Position) _ Name/Position Diana Johnson Claudia Thiele Bid Manager, ITS Commercial Project Manager, ITS John Billings Cole Walker Bid Manager, ITS Financial Analyst, TPE David Love Sales Manager, ITS Robert Paquette Sales Manager, ITS F. It is further acknowledged that each of the signatures of the persons referred to in paragraphs A, B, C, D, and E are binding upon the Corporation. G. It is further acknowledged that any document shall require the signature of two (2) of the above Authorized Signatories, one each from Business Operations and from Finance/Central Support Functions,whom shall have the requisite signature authority to be legally binding upon the Corporation. H. It is further acknowledged that each of the persons referred to herein is authorized to delegate such person's authority hereunder to additional members of his or her management team up to the limit of such person's delegation of authority, provided that such delegation is in written form signed by the ! j delegator and filed with the Legal Department. I. It is further acknowledged that the Secretary or an Assistant Secretary of the Corporation is authorized to issue certifications attesting to the incumbency, authority and status of any of the persons referred to in this resolution. IN WITNESS WHEREOF,we have hereunto subscribed our names and affixed the corporate seal of the said Corporation, as of the 15'day of 2018. SlRz Marc Bun her r President, Siemens Mobility, Inc. f I' arsha Smith__ CFO Siemens Mobility, Inc. 5 Doc U ac)�[Aii 7 ` Conforms with The American Institute of Architects MA Ducainiullvi j,10 Bond Number: 79434-LIB-18-67 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) Siemens Mobility, Inc. Liberty Mutual Insurance Company 9225 Bee Cave Rd 175 Berkeley Street This document has important legal Austin,TX 78733 Boston, MA 02116 State of Inc: Massachusetts consequences. Consultation wit OWNER: an attorney Is encouraged with (Name, legal status and address) respect to its completion or modification, The City of Corpus Christi,Texas 1201 Leopard Street Any singular reference to Corpus Christi,TX 78401 Contractor, Surety, Owner or otherparty shall be considered BOND AMOUNT: Five Percent of Amount Bid (5%) plural where applicable. PROJECT: (Name, location or address, and Project number, if any) Traffic Signals and Lighting Improvements Bond 2012/2014 -Task Order No. 1 - Re-Bid The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either(1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or(2)pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void,otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60)days. if this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and seated this 7th day of November 2018 Siemens Mobility, Inc. (Principe D— (Witness) 7; (7-ftle) `�FMV LP Libert Mutyaljnsuranq2 CgrnRqny__ (See 9 (S r it CSS) April Perez Kristin n er, orney-Jn-Fact CAL11FORVAI no ALL-Pur"POSE RCEMOWIXIOGMUM57 CIVIL. CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of �I ky-<)k On NoVe-w-,616- -1016 before me, Date Here Insert Name and Title of the Officer personally appeared T-e,,, i I Nome(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(-s)whose name(s) is/a4,6' subscribed to the within instrument and acknowledged to me that he/sib/they executed the same in his/be-AWIr authorized capacity(ies)-and that by his/twrAhjaW-sIgnature(,$) on the instrument the person(s), or the entity upon behalf of which the personW acted, executed the instrument. I certify under PENALTY OF PERJURY under the - - - - - - - - - - - - laws of the State of California that the foregoing MELISSA M.TORNA paragraph is true and correct. Notary Public—Califomia Riverside Counq WITNESS my hand and official sea[. Commission 41 2199403 My Comm.Expires May 28,202 1 Signature Place Notary Seal and/or Stomp Above � Si nature of Notary Public OPTIONAL Completing this information con deter alteration of the document or fraudulent reattachment of this form to an unintended document Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capaclity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: o Corporate Officer-Title(s)-. El Corporate Officer-Title(s): [I Partner- 11 Limited Li General L; Partner- U Limited I-] General 11 Individual Li Attorney in Fact El Individual H Attorney in Fact 11 Trustee ii Guardian of Conservator o Trustee El Guardian of Conservator C1 Other: C3 Other: Signer is Representing: Signer is Representing: 02017 National Notary Association State of NJ County of Morris } ss: On November 07, 2018 before me,a Notary Public in and for said County and State,residing therein,duly commissioned and sworn,personally appeared Kristin S. Bender known to me to be Attorney-in-Fact of Liberty Mutual Insurance Company the corporation described in and that executed the within and foregoing instrument,and known to me to be the person who executed the said instrument in behalf of the said corporation,and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF,I have hereunto set my hand and affixed my official s e day and year stated in this certificate above. My Commission Expires 2/13/2020 f _ Ily L. O'Malley Notary Public KELLY L. OWALLEY Notary Commission#5o010128 Public, State of New jersey MY Commission Expires February 13, 2020 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except In the manner and to the extent herein stated.Not valid for mortgage,note,loan,letter of credit,bank deposit,currency rate,interest rate or residual value guarantees. To confirm the validity of this Power of Attomey call $10-832.8240 between 9:00 am and 4:30 pm EST on any business day. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Compary is a corporation duty organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the'Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Kristin S.Bender of the city of Morristown ,state of New Jersey its true and lawful attorney-in-fad,with full power and authority hereby conferred to sign,execute and acknowledge the following surety bond: Principal Name: Siemens Mobility,Inc Obligee Name: The City of Corpus Christi Texas Surety Bond Number: 79434-LIB-1 B-67 Project Description: Traffic Signals and Lighting Improvements Bond 2012/2014- Task Order No.1 -Re-Bid IN WITNESS WHEREOF,this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 27m day of February,2017. �1V INSIR Q"+���',4 The Ohio Casualty Insurance Company �� clirorerl�� QJ"�oaP�raq�r^ -t,arc;, �r Liberty Mutual Insurance Company U ° We�American In Company 1912 = 1919 1991 9 // .fA0i�54- �� ! hAtf,P igy,lti P David Mi Assistant Secretary * * r STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 271h day of February,2017,-before me personally appeared David M.Carey,who acknowledged himself to he the Assistant Secretary of,Liberty Mutual Insurance Company, The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF,i have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. COMMONWEALTH OF PENNSYLVANIA Nolanal S-Il Teresa Pnslema.Notary Public Upper Mennn lop Mnrvgomery County By. �_M_y Conmol&slon Fxptres M."l,]8.2021 Teresa Pastella, otary Public Mintier,Pennsyrvanaa Assocwlron of Notaries This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full farce and effect reading as follows: ARTICLE IV–OFFICERS–Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute, seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such a@omeys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seat of the Corporation. When so executed,such ins ruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney- in-fact under the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ARTICLE XIII–Execution of Contracts–SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,shall appoint such allomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attomeysAn-fact subject to the limitations set forth In their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation–The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such atfomeys- in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recegnizances and other surety obligations. Authorization–By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed, 1,Renee C.Llewellyn,the undersigned,Assistant Secretary,of The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby codify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in fug force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 7th day of November 2019 OF "'NSup dp�;IY INS(�R9 `PNIN]UR, a 1912 # z 1919 3 .` 1991 b By. Renee C.Llewellyn,Assistant Secretary IIAMd'g i t f Libelrty LIBERTY MUTUAL INSURANCE COMPANY Mll t Llai L FINANCIAL STATEMENT—DECEMBER 31,2017 SURETY Assets Liabilities Cash and Bank Deposits........................... $370,003,299 Unearned Premiums................................................$7,503,154,587 •Bonds--U.S Government................................. ... 1,331,664,975 Reserve for Claims and Claims Expense................. 19,658,731,454 28 Funds Held Under Reinsurance Treaties................. 224,693,8 *Other Bonds............................................................ 11,127,053,004 Reserve for Dividends to Policyholders.................. 967,520 *Stocks..................................................................... 16,367,850,688 Additional Statutory Reserve.......I.......................... 52,491,027 Real Estate.............................................................. 272,895,626 Reserve for Commissions,Taxes and Agents'Balances or Uncollected Premiums........... 5,258,657,823 Other Liabilities................................................ 4,049,392,852 Accrued Interest and Rents..................................... 100,341,596 Total.................................................................$31,489,431,268 Special Surplus Funds................. $176,230,822 Other Admitted Assets.............................................. 11,192,287,530 10,000,000 Capita!Stock.............................. Paid in Surplus............................ 9,484,316,385 Unassigned Surplus..................... 4,860,776,066 Total Admitted Assets....................................S46,020,754,541 Surplus to Policyholders............................... 14,531,323,273 Total Liabilities and Surplus................................546,020,754.541 Jp�iNsuNAry •l LOAPogy�, r * Bonds are stated at amortized or investment value;Stocks at Association Market Values. 1912 3 The foregoing financial information is taken from Liberty Mutual insurance Company's financial 4SSnCtA statement filed with the state of Massachusetts Department of Insurance. t I,TIM MIKOLAIEWSKI, Assistant Secretary of Liberty Mutual Insurance Company,do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation,as of December 31,2017,to the best of my knowledge and belief. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington,this 16"day of March,2018. Assistant Secretary i VIS•12H2lMIC/o 31tfl Report Created On: 11/14/2018 2:47:51 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE Addendum No. 1 11/13/2018 12:17:58 PM Addendum#2 11/13/2018 12:17:59 PM Report Created On: 11/14/2018 2:47:51 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Bid Docs E15165 Specifications 10/26/2018 9:56:47 AM Plans E15165 Plans 10/29/2018 1 0:49:07 AM Addenda Addendum No. 1 11/5/2018 10:30:03 AM Addenda Addendum#2 11/5/2018 12:21:35 PM Other E15165 Bidders Worksheet 10/29/2018 1 0:49:45 AM Bidders Pre Bid Attendance List 10/30/2018 1 0:55:00 AM 00 52 23 AGREEMENT This Agreement, for the Project awarded on March 19,2019, is between the City of Corpus Christi (Owner) and Siemens Mobility 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: E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1 -RE-BID ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Maldonado—Burkett Intelligent Transportation Systems, LLP 3833 S. Staples Street, Suite N214 Corpus Christi,Texas, 78411 2.02 The Owner's Authorized Representative for this Project is: Kent Power, P.E.—Acting Construction Management Engineering 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 270 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 300 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Agreement 005223- 1 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1- RE-BID Rev 06-22-2016 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$400 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$400 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 1,885,543.00 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Retainage 1. The Owner will withhold 5% retainage on payments made to the Contractor. Agreement 005223- 2 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1- RE-BID Rev 06-22-2016 2. At the request of the Contractor,the amount retained may be deposited under a trust agreement with a state or national bank selected by the Contractor that has its main office or a branch office in Texas. a. Unless otherwise provided in the trust agreement, the interest will be paid to the Contractor as part of the Final Payment upon acceptance of the Work. b. The Contractor is responsible for paying all expenses incident to the deposit and all charges made by the bank for custody of the securities and forwarding of interest on those securities. Expenses or charges paid may not be applied to the contract, Owner or State. 3. The Contractor may withhold retainage on subcontractors in accordance with state and federal regulations. 4. Contractor must promptly pay subcontractors for satisfactory performance no later than 10 days after receiving payment from Owner in compliance with state and federal law. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. Agreement 005223-3 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1- RE-BID Rev 06-22-2016 ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations,tests, studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. Agreement 005223-4 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1- RE-BID Rev 06-22-2016 I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. b. NONE. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. Agreement 005223-5 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1- RE-BID Rev 06-22-2016 ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-6 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1- RE-BID Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI 11 �..} 1191tauy 11911d by Rebecca H,e Digit ally signed by Jeff Edmonds Rebecca H e I `aCo Reee�a H11—oSiryof cornus cnnsn ou=city DN:cn=Jeff Edmondsas con Engine ring, S errailxebe h@,crexascorr.cols email=jeffreye@ccfex ,FUSe 2919 941813'4953-05'00' Data 2019.04.17 14:44:48-05'00' Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services Ord. 031699 AUTHORIZED APPROVED AS TO LEGAL FORM: 3/19/19 BY COUNCIL DDlate.lly by KM 11yr D ally signed by RHML DU' KiMlyarDN cn-RHML,O=City Secretary,OU=CIfy 2919.94.17 11'34'38-95'99' RH/ML Secretary,a 4.18 13 o8 43-CCIEXas.COm,­US Date:2019.04.18 1308:43-05'00' Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR Teal Steven Digitally signed by Teal Steven Date:2019.04.1511:59:18-07'00' Siemens Mobility, Inc. Buchfuehrer David David (Seal Below) By: Date:2019.04.1213:35:44-05'00' Note: Attach copy of authorization to sign if Title: Head of Finance ITS person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 16560 Air Center Blvd Financial Officer Address Houston, Texas 77032 City State Zip 713/458-8586 Phone Fax EMail END OF SECTION Agreement 005223-7 E15165 Traffic Signals and Lighting Improvements Bond 2012/2014—Task Order No.1- RE-BID Rev 06-22-2016 00 6113 PERFORMANCE BOND BOND NO. 015206376 Contractor as Principal Name: Siemens Mobility, Inc Mailing address (principal place of business): 16560 Air Center Blvd. Houston, TX 77032 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. E15165 Traffic Signals and Lighting Improvements Bond 2012/2014 — Task Order No. 1- ReBid Award Date of the Contract: March 19, 2019 Contract Price: $1,885,543.00 Bond Date of Bond: March 25, 2019 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: Liberty Mutual Insurance Company Mailing address (principal place of business): 175 Berkeley Street Boston, MA 02116 Physical address (principal place of business): 175 Berkeley Street Boston, MA 02116 Surety is a corporation organized and existing under the laws of the state of: MA 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): 212-719-7746 Telephone (for notice of claim): 212-719-7746 Local Agent for Surety Name: Marsh USA Inc. Address: 445 South Street Morristown, NJ 07962 Telephone: 973-401-5000 Email Address: jessica.iannotta@marsh.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond 00 6113 -1 E15165 Traffic Signals & Lighting Impr Bond 2012/2014 Task Order #1 ReBid 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Siemens Mobility, Inc. Signature: r-• c,-----7., Surety Liberty Mutual Insurance Company . �t 6 . Signat .. Name: Ocw,'a e <c. .el ve j- Name: �sica Iannotta Title: //-e. ac-( c//z2, c<«c-C Title: Attorney -in -Fact Email Address: clnv, el. bu c eGrer67 Email Address: jessica.iannotta@marsh.com `S. e"' A* X. C (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond E15165 Traffic Signals & Lighting Impr Bond 2012/2014 Task Order #1 ReBid 006113-2 7-8-2014 State of NJ County of Morris } SS: On March 25, 2019 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Jessica lannotta known to me to be Attorney -in -Fact of Liberty Mutual Insurance Company the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. My Commission Expires 4/21/2021 nstin S. Bender Notary Public KRISTIN S BENDER NOTARY PUBLIC -STATE OF NEW JERSEY MY COMMISSION EXPIRES APRIL 21, 2021 • 1 r • . � �' � "i. L1 •��: i •l:. HI 1•v�i�ti i _:.1::::::,-.2,,,,,, 7 ` ,'! • r„..) ra i y :5ia• i-i'.I •i -f iii! P. -3:.;t �is1 ��:'.A.i.,,.(1j;` .,, • J ;L d0_- ..ter:..........1..........: ._ -_ _'.....1.7.7.-:=:• 1 f._ f,• y Z.., , ,. a".... 4, -� '. ....,.„-...,,,e -.. ty r 2 1:;' 'f` •�•�• 1 Liberty Mutual:: SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, William G. Morrissey; Annette Audinot; Kristin S. Bender; Jessica lannotta; Kelly O'Malley; April D. Perez Certificate No: 8200227-969333 all of the city of Morristown state of NJ each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 4th day of January , 2019 . State of PENNSYLVANIA ss County of MONTGOMERY On this 4th day of January , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. By: Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company David M. Carey, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA Notarial Seal Teresa Pastetla, Notary Public Upper Menon Twp., Montgomery County My Commission Expires March 28, 2021 Member, Pennsylvania Association of Notaries By: ip6.4t) bit& eresa Pastella, Notary Pubic This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV - OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned. Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 25th day of March , 2019 . LMS -12873 LMIC OCIC WAIC Multi Co 062018 By: Renee C. Llewellyn, Assistant Secretary co 0 0) rn a) N z -o co c O —I— o W >E L Q oc c co OO 0- c• ai C U w.ao E M co o O U r Io Liberty Mutuals SURETY LIBERTY MUTUAL INSURANCE COMPANY FINANCIAL STATEMENT — DECEMBER 31, 2018 Assets Liabilities Cash and Bank Deposits $464,341,712 *Bonds — U.S Government 2,259,714,810 *Other Bonds 11,864,776,740 *Stocks 16,527,715.226 Real Estate 255,809,551 Agents' Balances or Uncollected Premiums 5,817,927,234 Accrued Interest and Rents 108,139,840 Other Admitted Assets 11,532,139,744 Total Admitted Assets $48,830,564,857 Unearned Premiums $7,851,429,449 Reserve for Claims and Claims Expense 20,165,209,300 Funds Held Under Reinsurance Treaties 384,795,327 Reserve for Dividends to Policyholders 1,111,529 Additional Statutory Reserve 62,866,000 Reserve for Commissions, Taxes and Other Liabilities 3,999,822,802 Total $32,465,234,407 Special Surplus Funds Capital Stock Paid in Surplus Unassigned Surplus $43,108,583 10,000,000 10,044,912,727 6,267,309,139 Surplus to Policyholders 16,365,330,449 Total Liabilities and Surplus %48,830,564,856 * Bonds are stated at amortized or investment value; Stocks at Association Market Values. The foregoing financial information is taken from Liberty Mutual Insurance Company's financial statement filed with the state of Massachusetts Department of Insurance. I. TIM MIKOLAJEWSKI, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2018, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 22nd day of March, 2019. Assistant Secretary S-1262LMIC/a 3119 Li ber Mutwfl Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 Rev. 7.1.07 Liberty Mutual. NOTIFICACION IMPORTANTE PARA OBTENER INFORMACION 0 REALIZAR UNA QUEJA: Usted puede escribir Ia notificacion y dirigiria a Liberty Mutual Surety en la siguiente direccion: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companias, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direccion: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtectionCa�tdi.state.tx.us Disputas acerca de primas o reclamos En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por favor contacte a la compania de seguros en primer termino. Si usted considera que Ia disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su poliza: Esta notificacion es a los solos fines de su informacion y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev. 7.1.07 00 6116 PAYMENT BOND BOND NO. 015206376 Contractor as Principal Name: Siemens Mobility, Inc. Mailing address (principal place of business): 16560 Air Center Blvd. Houston, TX 77032 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. E15165 Traffic Signals and Lighting Improvements Bond 2012/2014 — Task Order No. 1- ReBid Award Date of the Contract: March 19, 2019 Contract Price: $1,885,543.00 Bond Date of Bond: March 25, 2019 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: Liberty Mutual Insurance Company Mailing address (principal place of business): 175 Berkeley Street Boston, MA 02116 Physical address (principal place of business): 175 Berkeley Street Boston, MA 02116 Surety is a corporation organized and existing under the laws of the state of: MA 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): 212-719-7746 Telephone (for notice of claim): 212-719-7746 Local Agent for Surety Name: Marsh USA Inc. Address: 445 South Street Morristown, NJ 07962 Telephone: 973-401-5000 Email Address: jessica.iannotta@marsh.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form 00 61 16 -1 E15165 Traffic Signals & Lighting Impr Bond 2012/2014 Task Order #1 ReBid 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 Siemens Mobility, Inc. Signature: f •u c--4 ‘-. �-. Surety Liberty Mutual Insurance Company Signa e: �� / Name: ,,,, a ,c 4 <-( re r :� Name: essica Iannotta Title: "-e4 d o7 7-11.4e.“...,(4- Title: Attorney-in-Fact Email Address: afa„, cJ. 64,c.4 e4rer Email Address: jessica.iannotta@marsh.com eS -eiu�, f. (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form E15165 Traffic Signals & Lighting Impr Bond 2012/2014 Task Order #1 ReBid 006116-2 7-8-2014 State of NJ County of Morris ss: On March 25, 2019 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Jessica Iannotta known to me to be Attorney -in -Fact of Liberty Mutual Insurance Company the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. My Commission Expires 4/21/2021 rlstin S. Bender Notary Public • KRISTIN S BENDER NOTARY PUBLIC -STATE OF NEW JERS-BY MY COMMISSION EXPIRES APRIL 21.2021 - 1 7 r ... .4'. 0 j..'...5'ii 1:' .1 -(Y.-,11 Ir^ _1 '%1 : .• M .r ,AI ". "; -1 1 ti r 1 ii 1tr�. �4' r . - - ,- a. mac: 1 Liberty Mutual„ SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company Certificate No: 8200227-969333 West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, William G. Morrissey; Annette Audinot; Kristin S. Bender; Jessica Iannotta; Kelly O'Malley; April D. Perez all of the city of Morristown state of NJ each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 4th day of January , 2019 . State of PENNSYLVANIA County of MONTGOMERY ss On this 4th day of January , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. By: Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company David M. Carey, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA Notarial Seal Teresa Pastella, Notary Public Upper Merron Twp., Montgomery County My Commission Expires March 28, 2021 Member, Pennsylvania Association of Notaries By: 144,14,) Ltez, eresa Pastella, Notary Public eresa Public This Power of Attomey is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned. Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 25th day of March , 2019 . LMS -12873 LMIC OCIC WAIC Multi Co 062018 By: Renee C. Llewellyn, Assistant Secretary Liberty Mutual, SURETY LIBERTY MUTUAL INSURANCE COMPANY FINANCIAL STATEMENT — DECEMBER 31, 2018 Assets Cash and Bank Deposits $464,341,712 *Bonds — U.S Government 2,259,714,810 *Other Bonds 11,864,776,740 *Stocks 16,527,715,226 Real Estate 255,809,551 Agents' Balances or Uncollected Premiums 5,817,927,234 Accrued Interest and Rents 108,139,840 Other Admitted Assets 11,532,139,744 Total Admitted Assets $48,830,564,857 Liabilities Unearned Premiums $7,851,429,449 Reserve for Claims and Claims Expense 20,165,209,300 Funds Held Under Reinsurance Treaties 384,795,327 Reserve for Dividends to Policyholders 1,111,529 Additional Statutory Reserve 62,866,000 Reserve for Commissions, Taxes and Other Liabilities 3,999,822,802 Total $32,465,234,407 Special Surplus Funds $43,108,583 Capital Stock 10,000,000 Paid in Surplus 10,044,912,727 Unassigned Surplus 6,267,309,139 Surplus to Policyholders 16,365,330,449 Total Liabilities and Surplus $48,830,564,856 * Bonds are stated at amortized or investment value; Stocks at Association Market Values. The foregoing financial information is taken from Liberty Mutual Insurance Company's financial statement filed with the state of Massachusetts Department of Insurance. I, TIM MIKOLAJEWSKI, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2018, to the best of my knowledge and belief. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 22"d day of March, 2019. Assistant Secretary S-1262LMIC/a 3/19 Li b erT Mutual Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714=9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 Rev. 7.1.07 Liberty 11utu1i1 NOTIFICACION IMPORTANTE PARA OBTENER INFORMACION 0 REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direccion: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companias, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direccion: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(c�tdi.state.tx.us Disputas acerca de primas o reclamos En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por favor contacte a la compania de seguros en primer termino. Si usted considera que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su poliza: Esta notificacion es a los solos fines de su informacion y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev. 7.1.07 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 EROTH-STATUTEPER 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) © 1988-2016 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 1,000,000 10/01/2019 N/A GLD11101-10 Manashi Mukherjee X TWXJ-UB-7440L338-18 (OH & WA) NYC-010627114-07 1,000,000 TRK-UB-8049X51A-18 (AZ,MA,OR,WI) X 25674 of Marsh USA Inc. N X10/01/2018 10/01/2019 N/A N/A TC2J-CAP-7440L34A-18 B 10,000,000 1,000,000 X '''''''''''$500K LIMIT / $500K SIR''''''''''' 25658 Travelers Property Casualty Co. of America 1,000,000 X X SUCH INSURANCE AS IS AFFORDED BY THE ADDITIONAL INSURED ENDORSEMENT SHALL APPLY AS PRIMARY INSURANCE & OTHER INSURANCE MAINTAINED BY THE CERTIFICATE HOLDER 04/09/2019 MOBI 10/01/2018 10/01/2018 RE: E15165 INCLUDED IN THE GENERAL LIABILITY POLICY. X 10/01/2018 1201 LEOPARD STREET CORPUS CHRISTI, TX 78401 CITY OF CORPUS CHRISTI CITY OF CORPUS CHRISTI IS HEREBY ADDITIONAL INSURED AS OBLIGATED UNDER CONTRACT UNDER THE REFERENCED GENERAL LIABILITY AND AUTOMOBILE LIABILITY INSURANCE POLICIES. SHALL BE EXCESS ONLY & NOT CONTRIBUTING WITH INSURANCE PROVIDED UNDER THIS POLICY. WAIVER OF SUBROGATION IS EFFECTUAL. COMPLETED OPERATIONS COVERAGE IS A B The Travelers Indemnity Company 100129-MOBI--18/19 100,000 10/01/2019 2,000,000 C INCL 41343 1,000,000 MOREA 1,000,000 X TC2J-UB-8049X508-18 (AOS) 445 SOUTH STREET MARSH USA, INC. MORRISTOWN, NJ 07960-6454 170 WOOD AVENUE SOUTH SIEMENS MOBILITY, INC. ISELIN, NJ 08830 10/01/2018 ATTN: SYLVIA ARRIAGA B . 10/01/2019 10/01/2019 HDI Global Insurance Company COMMERCIAL AUTO POLICY NUMBER: TC2J-CAP-7440L34A-TIL-18 ISSUE DATE: 09-07-18 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage pro- vided in the Coverage Form. SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION WHOM YOU HAVE AGREED TO ADD AS ADDITIONAL INSURED, BUT ONLY TO COVERAGE AND MINIMUM LIMITS REQUIRED IN A WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provi- sion contained in Paragraph A.1. of Section 11 — Cov- CA 20 48 10 13 ered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section 1 — Covered Autos Coverages of the Auto Dealers Coverage Form. © Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER: TC2J—CAP-7440L34A—TIL-18 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM The following replaces Paragraph A.5., Transfer of Rights Of Recovery Against Others To Us, of the CONDITIONS Section: 5. Transfer Of Rights Of Recovery Against Oth- ers To Us We waive any right of recovery we may have against any person or organization to the extent CA T3 40 02 15 required of you by a written contract executed prior to any "accident" or "loss", provided that the "accident" or 'loss" arises out of the operations contemplated by such contract. The waiver ap- plies only to the person or organization desig- nated in such contract. © 2015 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission. HDI GLOBAL INSURANCE COMPANY MANUSCRIPT ENDORSEMENT # 32 Policy Number Named Insured GLD11101-10 SIEMENS CORPORATION Policy Period: Inception (M -D -Y) Expiration (M -D -Y) Effective Date and Time of Endorsement 10-01-2018 10-01-2019 10-01-2018 12:01 a.m. Standard Time at Address of the Insured. This Endorsement Changes The Policy. Please Read It Carefully. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Form Who is an insured is amended to include as an additional insured any person whom you are required to add as an additional insured on this policy under a written agreement, 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. The insurance coverage provided to such additional insured applies only to the extent required within the written agreement. The insurance coverage provided to the additional insured person shall not provide any broader coverage than you are required to provide to the additional insured person in the written agreement and shall not provide limits of insurance that exceed the lower of the Limits of Insurance provided to you in this policy, or the limits of insurance you are required to provide in the written agreement. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible other insurance, whether primary, excess, contingent, or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the written agreement specifically requires that this insurance apply on a primary basis, this insurance is primary. If the written agreement specifically requires this insurance apply on a primary and non-contributory basis this insurance is primary to other insurance available to the additional insured and we will not share with that other insurance provided that the additional insured is a Named Insured under such other insurance. This endorsement shall prevail over additional insured endorsements that may apply under this policy unless required otherwise in the written agreement. p UAL Authorized Representative All terms and conditions of the policy remain unchanged. THIS ENDORSEMENT MUST BE ATTACHED TO A CHANGE ENDORSEMENT WHEN ISSUED AFTER THE POLICY IS WRITTEN. Page ,. POLICY NUMBER: GLD11101-10 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: ANY PERSON OR ORGANIZATION TO THE EXTENT REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 ❑ TRAVELERSJ WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 00 03 13 (00) - POLICY NUMBER: (TC2JUB-8049X50-8-18) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 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. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. SCHEDULE DESIGNATED PERSON: DESIGNATED ORGANIZATION: ANY PERSON OR ORGANIZATION FOR WHOM A WAIVER OF SUBROGATION IS REQUIRED BY CONTRACT OR AGREEMENT OR PERMIT, BUT COVERAGE IS LIMITED TO THE SCOPE OF THE WORK PERFORMED BY THE INSURED UNDER SUCH CONTRACT, AGREEMENT OR PERMIT. DATE OF ISSUE: 09-07-18 ST ASSIGN: POLICY NUMBER: TC2J-CAP-7440L34A-TIL-18 ISSUE DATE: 09-07-18 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION/NONRENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY CANCELLATION: NONRENEWAL: SCHEDULE Number of Days Notice of Cancellation: 60 Number of Days Notice of Nonrenewal: N/A PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEE TO IT THAT WE RECEIVE WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANAZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS ENDORSEMENT. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US PROVISIONS: A. If we cancel this policy for any statutorily permit- ted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancel- lation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of can- cellation. ILT4001209 B. If we decide to not renew this policy for any statu- torily permitted reason, and a number of days is shown for nonrenewal in the schedule above, we will mail notice of the nonrenewal to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for nonrenewal in the schedule above be- fore the expiration date. © 2009 The Travelers Indemnity Company Page 1 of 1 POLICY NUMBER: GLD11101-10 IL SU 4004 (10-10) HDI GLOBAL INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION AMENDMENT SCHEDULE Name, Address and E -Mail Address of Other Person(s) / Organization(s): Number of Days Notice: Per schedule on file with the Company. 60 Days, or as required by contract, whichever is less (If no entry appears above, the information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) I. If we cancel this policy by notice to you for any statutorily permitted reason other than nonpayment of premium, we shall endeavor to mail, e-mail or deliver a copy of such written notice of cancellation to the person(s) or organization(s) shown in the Schedule above. II. A copy of the notice, per paragraph I. above, will be mailed, e-mailed or delivered: 1. To the appropriate addresses corresponding to the person(s) or organization(s) shown in the Schedule above; and 2. The number of days required for notice of cancellation, as provided in paragraph A.2. of the Common Policy Conditions or as amended by an applicable state cancellation endorsement or by the date as shown in the Schedule above. III. Our failure to provide such advance notification to the person(s) or organization(s) shown in the Schedule of this endorsement will not extend any policy cancellation date nor negate any cancellation of the policy. All other terms and conditions of this policy remain unchanged. Page 1 of 1 IL SU 4004 (10-10) WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 06 03 (00) POLICY NUMBER: TC2OUB-8049X50-8-18 GENERAL PURPOSE ENDORSEMENT NOTICE OF CANCELLATION TO DESIGNATED PERSONS OR ORGANIZATIONS The following is added to PART SIX - CONDITIONS: Notice Of Cancellation To Designated Persons Or Organizations If we cancel this policy for any reason other than non-payment of premium by you, we will provide notice of such cancellation to each person or organization designated in the Schedule below. We will mail or deliver such notice to each person or organization at its listed address at least the number of days shown for that person or organization before the cancellation is to take effect. You are responsible for providing us with the information necessary to accurately complete the Schedule below. If we cannot mail or deliver a notice of cancellation to a designated person or organization because the name or address of such designated person or organization provided to us is not accurate or complete, we have no responsibility to mail, deliver or otherwise notify such designated person or organization of the cancellation. SCHEDULE Name and Address of Designated Persons or Organizations: Any person or organization to whom you have agreed in a written contract that notice of cancellation of this policy will be given, but only if: 1. You see to it that we receive written request to provide such notice, including the name and address of such person or organization, after the first Named Insured receives notice from us of the cancellation of this policy; and 2. We receive such written request at least 14 days before the beginning of the applicable number of days shown in this endorsement. Number of Days Notice 60 AM other terms and conditions of this policy remain unchanged. COPYRIGHT 2013 The Travelers Indemnity Company. All rights reserved. DATE OF ISSUE: 09-07-18 ST ASSIGN: Page 1 of 1