Loading...
HomeMy WebLinkAboutC2019-543 - 9/24/2019 - Approved 00 52 23 AGREEMENT This Agreement, for the Project awarded September 24. 2019 on is between the City of Corpus Christi (Owner)and A Ortiz Construction&Paving Inc (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Residential Street Reconstruction Project Project No.18101A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi,Texas 78411 GOrtiz@hanson-inc.com 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel,PMP—Assistant Director of Construction City of Corpus Christi—Engineering Services 4917 Holly Rd-#5 Corpus Christi,TX 78413 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 425 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 455 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 Agreement 00 52 23-1 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 SCANNED CONTRACT DOCUMENTS FOR CONSTRUCTION OF RESIDENTIAL STREET RECONSTRUCTION PROJECT PROJECT NO. 18101A s � City of Corpus � �A�E�dEL J. ORTIZ j Christi11441,4 <!9! HANSON 4 Engineering I Planning I Allied Services Hanson Professional Services Inc. v 4501 Gollihar Rd, Corpus Christi, TX 78411 Phone: 361-814-9900 TX Firm No. F-417 June 28, 2019 Record Drawing Number: STR 948 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 00 00 Cover 00 01 00 Table of Contents (Rev.11-14-2018) 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 10-11-2018) 00 30 00 Bid Acknowledgment Form (Rev 10-11-2018) 00 30 01 Bid Form (Rev 10-11-2018) 00 30 02 Compliance to State Law on Nonresident Bidders (Rev 10-11-2018) 00 30 05 Disclosure of Interest(Revo1-2016) 00 30 06 Non-Collusion Certification (Rev 10-11-2018) 00 45 16 Statement of Experience (Rev 10-11-2018) 00 52 23 Agreement (Rev 10-11-2018) 00 61 13 Performance Bond (Rev 10-11-2018) 00 61 16 Payment Bond (Rev 10-11-2018) 00 72 00 General Conditions (Rev 11-13-2018) 00 73 00 Supplementary Conditions (Rev 10-11-2018) Division 01 General Requirements 01 11 00 Summary of Work(Rev 10-11-2018) 01 23 10 Alternates and Allowances(Rev 10-11-2018) 01 29 01 Measurement and Basis for Payment (Rev 10-11-2018) 01 33 01 Submittal Register(Rev 10-11-2018) 01 35 00 Special Procedures (Rev 10-11-2018) 01 50 00 Temporary Facilities and Controls (Rev 10-11-2018) 01 57 00 Temporary Controls_(Rev 10-11-2018) Part S Standard Specifications 02 10 20 Site Clearing& Stripping 02 10 40 Site Grading 02 10 80 Removing Abandoned Structures 02 20 20 Excavation & Backfill for Utilities 02 20 21 Control of Ground Water 02 20 22 Trench Safety for Excavations Table of Contents 000100- 1 Residential Street Reconstruction Project, Project No. 18101A Rev 11/2018 Division/ Title Section 02 20 40 Street Excavation 02 20 80 Embankment 02 21 00 Select Material 02 24 20 Silt Fence 02 52 02 Scarifying and Reshaping Base Course 02 52 05 Pavement Repair, Curb, Gutter, Sidewalk& Driveway Replacement 02 52 10 Lime Stabilization 02 52 23 Crushed Limestone Flexible Base 02 54 04 Asphalts, Oils, & Emulsions 02 54 12 Prime Coat 02 54 24 Hot Mix Asphalt Concrete Pavement 02 56 08 Inlets 02 56 10 Concrete Curb& Gutter 02 56 12 Concrete Sidewalk& Driveways 02 56 14 Concrete Curb Ramps 02 56 20 Portland Cement Concrete Pavement 02 58 02 Temporary Traffic Controls During Construction 02 58 07 Pavement Markings(Paint and Thermoplastic) 02 58 13 Preformed Thermoplastic Striping, Words& Emblems 02 58 16 Raised Pavement Markers 02 58 18 Reference Specification—TX DOT DMS-4200 Pavement Markers (Reflectorized) 02 58 28 Reference Specification—TX DOT DMS-6130 Bituminous Adhesive for Pavement Markers 02 62 01 Waterline Riser Assemblies 02 62 02 Hydrostatic Testing of Pressure Systems 02 62 06 Ductile Iron Pipe& Fittings 02 62 10 Polyvinyl Chloride Pipe (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 02 62 14 Grouting Abandoned Utility Lines 02 64 02 Waterlines 02 64 04 Water Service Lines 02 64 09 Tapping Sleeves&Tapping Valves 02 64 11 Gate Valves for Waterlines 02 72 02 Manholes 02 74 02 Reinforced Concrete Pipe Culverts Table of Contents 000100-2 Residential Street Reconstruction Project, Project No. 18101A Rev 11/2018 Division/ Title Section 02 76 11 Cleaning and Televised Inspection of Conduits 02 80 40 Sodding 02 82 00 Mailbox Relocation 02 83 00 Fence Relocation 03 00 20 Portland Cement Concrete 03 20 20 Reinforcing Steel 03 70 40 Epoxy Compounds (5-44) 03 80 00 Concrete Structures 05 54 20 Frames, Grates, Rings, &Covers Part T Technical Specifications City Specification for Traffic Sign Blanks Appendix Title 1 Geotechnical Engineering Report(03-24-2019) END OF SECTION Table of Contents 000100-3 Residential Street Reconstruction Project, Project No. 18101A Rev 11/2018 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following Project: Residential Street Reconstruction Project Project No. 18101A A. This project includes one (1) bid set which consists of pavement reconstruction for seven (7) residential streets in different locations throughout Corpus Christi. Sidewalk, curb and gutter, curb ramps, driveways, and storm water improvements will be included in addition to pavement reconstruction. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $5,894,130.00. The Project is to be substantially complete and ready for operation within 425 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 2:00 p.m.on Wednesday JuIV 24th,2019 to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form,the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. Bid Security as detailed in Article 8 of this Section must be submitted in accordance with paragraph 3.04. 3.04 If submitting a hard copy bid or bid security, please address envelopes or packages: Invitation to Bid and Instructions to Bidders 002113- 1 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid - Residential Street Reconstruction Project, Project No. 18101A All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at the date and time shown in paragraph 3.01, at the following location: City of Corpus Christi City Hall Building, 3rd Floor Engineering SmartBoard Conference Room 1201 Leopard Street Corpus Christi,Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on Tuesday July 91th, 2019 at 2:00 p.m. at the following location: City Hall Building, 3rd Floor Engineering SmartBoard Conference Room 1201 Leopard Street Corpus Christi,Texas 78401 ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. Invitation to Bid and Instructions to Bidders 002113-2 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 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. Questions must be submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening in order for responses to be posted. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. Invitation to Bid and Instructions to Bidders 002113-3 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 ARTICLE 8—BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi, Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of the Bid Security as an attachment to their bid. The original Bid Bond, cashier's check,certified check,money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents,the bidder's name and the job name and number and delivered as required in Article 3 of this Section. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition, that the Owner will be paid a sum equal to 5 percent(5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract,the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 2. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. Invitation to Bid and Instructions to Bidders 002113-4 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown in accordance with SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110,trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of "confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to Invitation to Bid and Instructions to Bidders 002113-5 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE with the date Bid to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid,the Bidder's responsibilities,the Bidder's safety record, the Bidder's indebtedness to Owner, the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner will,at its discretion,award the contract to the lowest responsible bidder for the base bid, plus any combination of Add or Deduct Alternates. 15.02 Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.03 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16—MINORITY/ MBE/ DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE / DBE Participation Policy as indicated in SECTION 00 72 00 GENERAL CONDITIONS. Invitation to Bid and Instructions to Bidders 002113-6 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and Article 6 of the Supplementary Conditions set forth the Owner's requirements as to bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Engineering Services will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliverthe required Bonds and insurance certificates and endorsements along with the executed Contract to the Owner within 10 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However,Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 00 GENERAL CONDITIONS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER'S CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees,consultants,or contractors in such a manner as to influence orto attemptto influence the bidding or contract award process. In the event it reasonably appears that the Bidder Invitation to Bid and Instructions to Bidders 002113-7 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 influenced or attempted to influence the bidding or award process,the City may, in its discretion, reject the Bid. ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24- REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 8. C. More than one Bid for same Work from an individual,firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. I. Bids received from a Bidder identified on a list prepared and maintained by the Texas Comptroller under Chapter 2252 of the Texas Government Code. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. Invitation to Bid and Instructions to Bidders 002113-8 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 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 capacity to perform the Work will include a factual review of (i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) resources, workforce, equipment and supervision/supervisory staff; (iii) past performance to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113-9 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1—DEFINITIONS AND TERMINOLOGY SC-1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas Hanson Professional Services Inc. ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 Supplementary Conditions 007300- 1 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 3. A total of 58 rain days have been set for this Project. An extension of time due to rain days will be considered only after 43 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports include the following: Geotechnical Engineering Report — Residential Street Reconstruction Project Corpus Christi Project No.: 18101A Corpus Christi, Texas. Prepared by Professional Service Industries, Inc. March 24, 2019.See Appendix 1 —Geotechnical Engineering Report(03- 24-2019) SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner. Supplementary Conditions 007300- 2 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises—Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations Hazard $1,000,000 Per Occurrence 6. Contractual Liability $2,000,000 Aggregate 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, Non- $1,000,000 Combined Single Limit Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability / $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental ✓ Required ❑ Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation>3 ft Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges ❑ Required ✓ Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required ✓ Not Required Supplementary Conditions 007300-3 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 ARTICLE 7-CONTRACTOR'S RESPONSIBILITIES SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS,AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." ARTICLE 14-PREVAILING WAGE RATE REQUIREMENTS SC-14.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination Construction Type Project Type (WD) No TX-21 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX-29 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). General Decision Number: TX190021 01/04/2019 TX21 Superseded General Decision Number: TX20180031 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10 . 60 for calendar year 2019 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. Supplementary Conditions 007300-4 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5 (a) (1) (ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate) . The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (2) - (60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 * SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) . . . . . . . . . . . . . . . . . . . . . . . . .$ 9.05 Concrete Finisher. . . . . . . . . . . . . . . .$ 7.56 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 13.37 2.58 Laborers: Common. . . . . . . . . . . . . . . . . . . . . .$ 7.25 Utility. . . . . . . . . . . . . . . . . . . . .$ 7.68 Power equipment operators: Backhoe. . . . . . . . . . . . . . . . . . . . .$ 9.21 Motor Grader. . . . . . . . . . . . . . . .$ 8.72 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide Supplementary Conditions 007300-5 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that Supplementary Conditions 007300- 6 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be. * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Supplementary Conditions 007300-7 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- END OF GENERAL DECISION Supplementary Conditions 007300-8 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 General Decision Number: TX190029 01/04/2019 TX29 Superseded General Decision Number: TX20180040 State: Texas Construction Type: Highway Counties: Aransas, Calhoun, Goliad, Nueces and San Patricio Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges) . Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.60 for calendar year 2019 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5 (a) (1) (ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate) . The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (2) - (60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 * SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) . . .$ 12.64 Supplementary Conditions 007300-9 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 FORM BUILDER/FORM SETTER Paving & Curb. . . . . . . . . . . . . . .$ 10.69 Structures. . . . . . . . . . . . . . . . . .$ 13.61 LABORER Asphalt Raker. . . . . . . . . . . . . . .$ 11.67 Flagger. . . . . . . . . . . . . . . . . . . . .$ 8.81 Laborer, Common. . . . . . . . . . . . .$ 10.25 Laborer, Utility. . . . . . . . . . . .$ 11.23 Pipelayer. . . . . . . . . . . . . . . . . . .$ 11 .17 Work Zone Barricade Servicer. . . . . . . . . . . . . . . . . . . .$ 11.51 PAINTER (Structures) . . . . . . . . . . . . .$ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor. . . . . . . . .$ 14.25 Asphalt Paving Machine. . . . . .$ 13.44 Mechanic. . . . . . . . . . . . . . . . . . . .$ 17.00 Motor Grader, Fine Grade. . . .$ 17.74 Motor Grader, Rough. . . . . . . . .$ 16.85 TRUCK DRIVER Lowboy-Float. . . . . . . . . . . . . . . .$ 16.62 Single Axle. . . . . . . . . . . . . . . . .$ 11.61 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- Supplementary Conditions 007300- 10 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 Supplementary Conditions 007300- 11 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be. * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. Supplementary Conditions 007300- 12 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- END OF GENERAL DECISION Supplementary Conditions 007300- 13 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES C. For the Contractor's convenience,the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Hanson Professional Services Inc. 361-814-9900 Gabriel Ortiz, P.E. 361-960-5441 Traffic Engineering 361-826-3547 Police Department 361-882-2600 361-826-1800 Water/Wastewater/Stormwater (Wastewater Emergencies 361-826-1888) (Storm Water Hotline: 361-826-3800) Gas Department 361-885-6910 (361-885-6942 after hours) Parks & Recreation Department 361-826-7529 Street Department 361-826-3547 City Street Div. for Traffic Signals 361-826-2489 (361-548-6721 for emergencies) Solid Waste & Brush 361-826-2489 IT Department(City Fiber) 361-826-1956 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 Spectrum Communications 1-800-892-4357 Crown Castle Communications 1-888-632-0931 (Network Operations Center) Centuryl-ink 361-208-0730 W i ndstream 1-800-600-5050 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 Supplementary Conditions 007300- 14 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description 025608 Inlets 027202 Manholes 027402 Reinforced Concrete Pipe Culverts 038000 Concrete Structures 055420 Frames, Grates, Rings & Covers Supplementary Conditions 007300- 15 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 022100 Select Material 025210 Lime Stabilization 025223 Crushed Limestone Flexible Base 025404 Asphalts, Oils, & Emulsions 025412 Prime Coat 025424 Hot Mix Asphalt Concrete Pavement 025620 Portland Cement Concrete Pavement 025807 Pavement Markings (Paint and Thermoplastic) 025813 Preformed Thermoplastic Striping, Words & Emblems 025816 Raised Pavement Markers 026206 Ductile Iron Pipe & Fittings 026210 Polyvinyl Chloride Pipe (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 026404 Water Service Lines 026409 Tapping Sleeves &Tapping Valves 026411 Gate Valves for Waterlines 030020 Portland Cement Concrete 032020 Reinforcing Steel 037040 Epoxy Compounds (S-44) END OF SECTION Supplementary Conditions 007300- 16 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 009101 ADDENDUM NUMBER 1 Project: Residential Street Reconstruction Project Project Number: Owner: City of Corpus Christi 18101A City Engineer: J.H. Edmonds, P. City of Corpus Christi Hanson Professional Designer: Gabriel Ortiz, P.E. Services Inc. Addendum No. 1 Specification Section: 00 9101 Issue Date: July 19, 2019 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: OF`�\ il Gabriel Ortiz, P.E. July 19, 2019 Name Date ice* j4-.............. .•. Addendum Items: j..GABRIEL J.ORTIZ Article 1—Bidding Requirements:Attachments 1,2,&3 0,'0* 114464 �Q� Article 3—Modifications to the Drawings:Attachments 4 .V Article 4—Clarifications kpj;ENG�� Hanson Professional Services Inc. TX Firm No. F-417 ARTICLE 1—BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS-Article 3 and Article 4(Attachment 1) and SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM—Article 1 (Attachment 2): 1. The date for receipt of Bids has been changed to Wednesday,July 31,2019,2:00 pm. 2. The location for the receipt of Bids has been changed to: Addendum No. 1 009101-1 Residential Street Reconstruction Project, Project No. 18101A Rev 01-13-2016 1201 Leopard Street, City Hall Building, 1s' Floor, Contracts and Procurement Department Corpus Christi,TX 78401 3. The location for the Bid Opening has been changed to: 1201 Leopard Street, City Hall Building, 1s' Floor, Contracts and Procurement Conference Room Corpus Christi,TX 78401 4. An additional non-mandatory pre-bid meeting has been added. The meeting will take place on Wednesday.July 24, 2019, 10:00 am. 1.03 SECTION 00 30 01 BID FORM: DELETE: SECTION 00 30 01 BID FORM in its entirety. ADD: SECTION 00 30 01 BID FORM in its entirety(Attachment 3). - Quantities for bid Items B4—B7 have been updated to include material underneath the curb and gutter. - Bid item B25 has been added. - The description for bid item B5 has been updated. ARTICLE 3- MODIFICATIONS TO THE DRAWINGS 3.01 AMEND DRAWINGS A. Drawing Sheet No. 7 -"Proposed Typical Section"—Pavement Detail (Attachment 4): 1. Change 1. An Alternative Pavement Section has been added. Geogrid (TX-5) may be used in lieu of 8" lime stabilized subgrade when authorized by the Owner's Authorized Representative(OAR). The Geogrid will be placed on top of the 12"compacted subgrade. ARTICLE 4—CLARIFICATIONS 4.01 QUESTIONS A. Question: "Will they be able to provide civil cad, civil pdf?" Answer: "The design consultant can provide Civil AutoCad 2019 files to the selected Contractor. The AutoCad files would include a three dimensional surface of the roadway and curb and gutter. The Contractor will be required to follow Addendum No. 1 00 91 01-2 Residential Street Reconstruction Project, Project No. 18101A Rev 01-13-2016 the signed and sealed Of plan set if any discrepancies exist. Electronic Of files can also be provided." B. Question: "Item D25 18" Reinforced Concrete Pipe to Be Removed. Is cement sand required for the backfill of the pipe removed?" Answer: "The backfill requirement are provided in specification 022020 Excavation and Backfill for Utilities. The backfill should consist of select fill and cement stabilized sand as required in the specification." C. Question: "Adjacent streets Pernitas and Turkey Creek, can each be treated as 1 segment and thus built simultaneously? (These streets intersect and are really like 1 street.)" Answer: "Pernitas Creek and Turkey Creek shall be treated as two separate streets. The contractor is allowed to have two streets under construction at one time." D. Question: "General Note A.12 question:While building a **full-width** segment of road, in and out access to driveways could become a huge impact to production if an "all-weather, 8" limestone road" has to be built for the home owner each time they want access. Would the city help reduce cost and speed up the job by removing this requirement?An alternative option would be if the city would notify or allow us to notify residents in the workzone that access will not be available and vehicular traffic should be parked at a non- workzone area. As always we will do our best to address everyone's concerns but a requirement like this is a huge constrain." Answer: "During the lime stabilization process,there are times that residents will not be able to access their driveways. All-weather access drives are not intended to provide access through areas of full excavation for the full length of the road.The 800 foot requirement will help minimize the amount of residences that are affected. The contractor is to ensure that excavation times are minimized and does not occur before a rain event." 4.02 CLARIFICATIONS A. Clarification: The general notes require that excavation shall not precede compacted base by more than 800 feet, and base shall not precede HMAC by more than 800 feet. The 800 foot requirement is per street,with two streets allowed to be under construction at one time. The intent of this requirement is to have a minimum of two phases of construction per street. If the contractor can provide appropriate access and sequencing, the distance may be adjusted at the discretion of the City's OAR. Addendum No. 1 00 91 01-3 Residential Street Reconstruction Project, Project No. 18101A Rev 01-13-2016 END OF ADDENDUM NO. 1 Addendum No. 1 00 91 01-4 Residential Street Reconstruction Project, Project No. 18101A Rev 01-13-2016 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi,Texas (Owner) is requesting Bids for the construction of the following Project: Residential Street Reconstruction Project Project No. 18101A A. This project includes one (1) bid set which consists of pavement reconstruction for seven (7) residential streets in different locations throughout Corpus Christi. Sidewalk, curb and gutter, curb ramps, driveways, and storm water improvements will be included in addition to pavement reconstruction. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $5,894,130.00. The Project is to be substantially complete and ready for operation within 425 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 2:00 p.m. on Wednesday July 31St, 2019 to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form,the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. Bid Security as detailed in Article 8 of this Section must be submitted in accordance with paragraph 3.04. 3.04 If submitting a hard copy bid or bid security, please address envelopes or packages: Invitation to Bid and Instructions to Bidders ADDENDUM NO. 1 002113- 1 Residential Street Reconstruction Project, Project No. 18101A ATTACHMENT NO. 1 Rev 10/2018 PAGE 1 OF 9 City of Corpus Christi Contracts and Procurement Department City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 Attention: Contracts and Procurement Bid - Residential Street Reconstruction Project, Project No. 18101A All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at the date and time shown in paragraph 3.01, at the following location: City of Corpus Christi City Hall Building, 1st Floor Contracts and Procurement 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 July 9th, 2019 at 10:00 a.m. at the below location. 4.02 A second non-mandatory pre-bid conference for the Project will be held on Wenesday, July 24th, 2019 at 10:00 a.m. Pre-Bid Conference Location: City Hall Building, 3rd Floor Engineering SmartBoard Conference Room 1201 Leopard Street Corpus Christi,Texas 78401 ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. Invitation to Bid and Instructions to Bidders ADDENDUM NO. 1 002113-2 Residential Street Reconstruction Project, Project No. 18101A ATTACHMENT NO. 1 Rev 10/2018 PAGE 2OF9 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. Questions must be submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening in order for responses to be posted. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. Invitation to Bid and Instructions to Bidders ADDENDUM NO. 1 002113-3 Residential Street Reconstruction Project, Project No. 18101A ATTACHMENT NO. 1 Rev 10/2018 PAGE 3OF9 ARTICLE 8—BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi, Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of the Bid Security as an attachment to their bid. The original Bid Bond, cashier's check,certified check,money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents,the bidder's name and the job name and number and delivered as required in Article 3 of this Section. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition, that the Owner will be paid a sum equal to 5 percent(5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract,the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 2. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. Invitation to Bid and Instructions to Bidders ADDENDUM NO. 1 002113-4 Residential Street Reconstruction Project, Project No. 18101A ATTACHMENT NO. 1 Rev 10/2018 PAGE 4OF9 ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown in accordance with SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110,trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of "confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to Invitation to Bid and Instructions to Bidders ADDENDUM NO. 1 002113-5 Residential Street Reconstruction Project, Project No. 18101A ATTACHMENT NO. 1 Rev 10/2018 PAGE 5 OF 9 withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE with the date Bid to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid,the Bidder's responsibilities,the Bidder's safety record, the Bidder's indebtedness to Owner, the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner will,at its discretion,award the contract to the lowest responsible bidder for the base bid, plus any combination of Add or Deduct Alternates. 15.02 Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.03 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16—MINORITY/ MBE/ DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE / DBE Participation Policy as indicated in SECTION 00 72 00 GENERAL CONDITIONS. Invitation to Bid and Instructions to Bidders ADDENDUM NO. 1 002113-6 Residential Street Reconstruction Project, Project No. 18101A ATTACHMENT NO. 1 Rev 10/2018 PAGE 6OF9 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and Article 6 of the Supplementary Conditions set forth the Owner's requirements as to bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Engineering Services will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliverthe required Bonds and insurance certificates and endorsements along with the executed Contract to the Owner within 10 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However,Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 00 GENERAL CONDITIONS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER'S CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees,consultants,or contractors in such a manner as to influence orto attemptto influence the bidding or contract award process. In the event it reasonably appears that the Bidder Invitation to Bid and Instructions to Bidders ADDENDUM NO. 1 002113-7 Residential Street Reconstruction Project, Project No. 18101A ATTACHMENT NO. 1 Rev 10/2018 PAGE 7OF9 influenced or attempted to influence the bidding or award process,the City may, in its discretion, reject the Bid. ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24- REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 8. C. More than one Bid for same Work from an individual,firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. I. Bids received from a Bidder identified on a list prepared and maintained by the Texas Comptroller under Chapter 2252 of the Texas Government Code. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. Invitation to Bid and Instructions to Bidders ADDENDUM NO. 1 002113-8 Residential Street Reconstruction Project, Project No. 18101A ATTACHMENT NO. 1 Rev 10/2018 PAGE 8OF9 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 capacity to perform the Work will include a factual review of (i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) resources, workforce, equipment and supervision/supervisory staff; (iii) past performance to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders ADDENDUM NO. 1 002113-9 Residential Street Reconstruction Project, Project No. 18101A ATTACHMENT NO. 1 Rev 10/2018 PAGE 9OF9 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by (type or print name of company) on: Wednesday 2019 at 2:00 p.m. for 18101A — Residential Street Reconstruction Project. 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. To submit the original bid security or if submitting hard copy bids, please send to: The City of Corpus Christi,Texas Contracts and Procurement Department 1201 Leopard Street Corpus Christi,Texas 78401 Attention: Contracts and Procurement Bid - Residential Street Reconstruction Project, Project No. 18101A 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 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder acknowledges that Owner, at its discretion, will correct mathematical errors contained in the Bid and will conform bid items in accordance with SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT. 2.04 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.05 Bidder acknowledges receipt of the following Addenda: Bid Acknowledgement Form ADDENDUM NO. 1 003000- 1 Residential Street Reconstruction Project, Project No. 18101A ATTACHMENT N0.2 Rev 10/2018 PAGE 1 OF 6 Addendum No. Addendum Date Signature Acknowledging Receipt ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. Bid Acknowledgement Form ADDENDUM NO. 1 003000-2 Residential Street Reconstruction Project, Project No. 18101A ATTACHMENT NO.2 Rev 10/2018 PAGE 2OF6 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 15.03 of SECTION 00 72 00 GENERAL CONDITIONS. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price, plus any combination of Add or Deduct Alternates. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsive, responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids,to waive any and all irregularities in the Bids, correct mathematical errors or to reject non-conforming, non-responsive or Bid Acknowledgement Form ADDENDUM NO. 1 003000-3 Residential Street Reconstruction Project, Project No. 18101A ATTACHMENT NO.2 Rev 10/2018 PAGE 3OF6 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 425 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 17.16 of the General Conditions within 455 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 17.16 of the General Conditions within the number of days indicated above in Paragraph 6.01. 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. G. SECTION 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. Bid Acknowledgement Form ADDENDUM NO. 1 003000-4 Residential Street Reconstruction Project, Project No. 18101A ATTACHMENT NO.2 Rev 10/2018 PAGE 4OF6 ARTICLE 10—ETHICAL BEHAVIOR 10.01 Bidder certifies that Bidder's officers,employees and agents will not attempt to lobby or influence a vote or recommendation related to this Bid, directly or indirectly,through any contact with City Council members or other City officials from the date the Bid is submitted to the City until a Contract is executed by the City Manager or designee, except that comments are allowed to be made at a public meeting held under the Texas Open Meetings Act. ARTICLE 11—SIGNATORY REQUIREMENTS FOR BIDDERS 11.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 11.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 11.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 11.04 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. 11.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form ADDENDUM NO. 1 003000- 5 Residential Street Reconstruction Project, Project No. 18101A ATTACHMENT NO.2 Rev 10/2018 PAGE 5 OF 6 ARTICLE 12—BID SUBMITTAL 12.01 This Bid is submitted by: Bidder: (typed or printed full legal name of Bidder) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Attest: (individual's signature) State of Residency: Federal Tax Id. No. Address for giving notices: 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 Bid Acknowledgement Form ADDENDUM NO. 1 003000-6 Residential Street Reconstruction Project, Project No. 18101A ATTACHMENT N0.2 Rev 10/2018 PAGE 6OF6 00 30 01 BID FORM Project Name: Residential Street Reconstruction Project Project Number: 18101A Owner: City of Corpus Christi Bidder: OAR: Designer: Hanson Professional Services Inc. Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid PartA-General(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al MOBILIZATION(Max 5%Part A) LS 1 A2 BONDS AND INSURANCE LS 1 A3 STORMWATER POLLUTION PREVENTION PLAN(PER STREET EA 7 SEGMENT) A4 SILT FENCE(FOR SWPPP) LF 20 A5 INLET PROTECTION(FOR SWPPP) EA 71 A6 OZONE ACTION DAYS Day 7 A7 TRAFFIC CONTROL PLAN(MOBILIZATION/ADJUSTMENTS) EA 7 A8 TRAFFIC CONTROL PLAN(BARRELS,CONES,ETC.) MO 29 A9 DOOR HANGERS,PRINTED AND DELIVERED(2 PER RESIDENCE) EA 468 A10 CLEAR R.O.W. AC 13 SUBTOTAL PART A-GENERAL(Items Al thru A10) Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 131 MOBILIZATION(Max 5%Part B) LS 1 B2 2 INCH TYPE D HMAC SY 33662 B3 PRIME COAT,MC-30(0.15 GAL/SY) GAL 5051 B4 CRUSHED LIMESTONE BASE(TYPE A,GRADE 1-2)(6"MIN) SY 40775 B5 8" LIME STABILIZED SUBGRADE SY 40775 B6 12-INCH COMPACTED SUBGRADE SY 40775 B7 STREET EXCAVATION SY 41028 B8 RAISED PAVEMENT MARKERS(TYPE II-A-A)(FIRE HYDRANT EA 12 MARKING) B9 CONCRETE DRIVEWAY DEMOLITION SF 38808 B10 NEW STANDARD 6-INCH CONCRETE DRIVEWAY SF 42347 Bll PAVEMENT REPAIR SF 795 B12 SPEED HUMP EA 1 B13 REMOVE EXISTING CHAIN LINK FENCE AND REPLACE WITH LF 20 NEW B14 REMOVE EXISTING WOODEN FENCE AND REPLACE WITH NEW LF 20 B15 WEDGE ANCHOR SYSTEM EA 62 B16 TRIANGULAR SLIP BASE SYSTEM EA 7 B17 NEW REGULATORY SIGNAGE EA 88 B18 NEW STREET BLADE NAME SIGNS EA 82 B19 RELOCATION OF EXISTING SIGNAGE EA 1 B20 REMOVAL OF EXISTING SIGNAGE AND POLES EA 76 B21 SODDING SY 14989 B22 TYPE'C'PREFABRICATED STOP BAR STRIPING(24-INCH) LF 70 B23 REMOVE AND REPLACE EXISTING MAILBOX EA 56 B24 ALLOWANCE FOR UNANTICIPATED STREET IMPROVEMENTS LS 1 $ 25,000.00 B25 TX-5 GEOG RID SY 5011 SUBTOTAL PART B-STREET IMPROVEMENTS(Items B1 thru B25) Bid Form ADDENDUM NO. 1 00 30 01-Pagel of 4 Residential Street Reconstruction Project,Project No.18101A ATTACHMENT NO. 3 Rev 10/2018 PAGE 1 OF 4 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Part C-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 MOBILIZATION(Max 5%Part C) LS 1 C2 4-INCH CONCRETE SIDEWALK SF 66575 C3 SIDEWALK DEMOLITION SF 65600 C4 SIDEWALK RETAINING CURB LF 40 C5 CONCRETE CURB RAMP SF 9711 SUBTOTAL PART C-ADA IMPROVEMENTS(Items C1 thru C5) Part D-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 MOBILIZATION(Max 5%Part D) LS 1 D2 NEW 4-INCH CURB AND GUTTER LF 8243 D3 NEW 6-INCH CURB AND GUTTER LF 13095 D4 CURB&GUTTER DEMOLITION(4",6"AND DRIVEWAY) LF 21245 D5 SIDEWALK DRAIN LF 14 D6 VALLEY GUTTER SF 2590 D7 VALLEY GUTTER DEMOLITION SF 3584 D8 CURB INLET TOP ADJUSTMENT(REMOVE AND REPLACE,5' EA 7 THROAT TYP.) D9 NEW CURB INLET(I.D.2'x 5')(5'THROAT OPENING) EA 8 D10 NEW CURB INLET(I.D.3'x 5')(5'THROAT OPENING) EA 13 D11 NEW MODIFIED CURB INLET(I.D.4'x 5')(5'THROAT EA 3 OPENING) D12 EA 1 NEW CURB INLET THROAT EXTENSION (5'THROAT OPENING) D13 NEW POST INLET(I.D.3'x 4') EA 1 D14 LATERAL CONNECTION AT MANHOLE EA 2 D15 18-INCH ARCH REINFORCED CONCRETE PIPE(CLASS IV) LF 305 D16 18-INCH REINFORCED CONCRETE PIPE(CLASS III) LF 739 D17 24-INCH ARCH REINFORCED CONCRETE PIPE(CLASS IV) LF 40 D18 24-INCH REINFORCED CONCRETE PIPE(CLASS III) LF 1019 D19 TYPE'A'STORMWATER MANHOLE(5'DIA.)(4 FEET TO 7 FEET EA 1 DEEP) D20 TYPE'A'STORMWATER MANHOLE(5'DIA.)(7 FEET TO 9 FEET EA 1 DEEP) D21 TYPE'B'STORMWATER MANHOLE(I.D.4'x 4')(0 FEET TO 4 EA 1 FEET DEEP) D22 TYPE'D'STORMWATER MANHOLE(I.D.6.5 x 4')(9 FEET TO 11 EA 1 FEET DEEP) D23 TYPE'D'STORMWATER MANHOLE(I.D.8'x 4')(15 FEET TO 17 EA 1 FEET DEEP) D24 15" REINFORCED CONCRETE PIPE TO BE REMOVED LF 45 D25 18" REINFORCED CONCRETE PIPE TO BE REMOVED LF 40 D26 48" REINFORCED CONCRETE PIPE TO BE REMOVED LF 4 D27 60" REINFORCED CONCRETE PIPE TO BE REMOVED LF 5 15" REINFORCED CONCRETE GROUT FILL AND ABANDONED IN D28 LF 100 PLACE D29 TRENCH SAFETY FOR STORMWATER LINES LF 2103 TRENCH SAFETY FOR STORMWATER D30 INLET/MANHOLE/JUNCTION BOX(0 FEET TO 9 FEET DEEP) EA 25 TRENCH SAFETY FOR STORMWWATER MANHOLE(9 FEET TO D31 17 FEET DEEP) EA 2 D32 CURB INLET DEMOLITION EA 13 ADJUSTMENT OF EXISTING STORMWATER MANHOLE D33 RING/COVER EA 4 Bid Form ADDENDUM NO. 1 00 30 01-Page 2 of 4 Residential Street Reconstruction Project,Project No.18101A ATTACHMENT NO. 3 Rev 10/2018 PAGE 2 OF 4 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT ALLOWANCE FOR UNANTICIPATED STORM WATER D34 IMPROVEMENTS LS 1 $ 10,000.00 SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(D1 THRU D34) Part E-WATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) E1 MOBILIZATION(Max 5%Part E) LS 1 E2 6-INCH DUCTILE IRON PIPE LF 185 E3 8-INCH DUCTILE IRON PIPE LF 80 E4 6-INCH D.I.M.J.45 DEG BEND EA 20 E5 8-INCH D.I.M.J.45 DEG BEND EA 8 E6 8X6-INCH D.I.M.J.REDUCING TEE EA 2 E7 6-INCH D.I.M.J.LONG PATTERN SLEEVE(12-INCH MIN) EA 16 E8 8-INCH D.I.M.J.LONG PATTERN SLEEVE(12-INCH MIN) EA 4 E9 6-INCH D.I.M.J.GATE VALVE EA 2 E10 8-INCH D.I.M.J.GATE VALVE EA 1 E11 TRENCH SAFETY FOR WATERLINES LF 215 E12 ADJUSTMENT OF EXISTING WATER VALVE BOX EA 16 E13 6"OR 8"ACP WATERLINE TO BE REMOVED AND DISPOSED LF 210 E14 FIRE HYDRANT ASSEMBLY TYPE 2(INCLUDES MAIN LINE EA 2 FITTING) E15 IWATER SERVICE LINE ADJUSTMENTS LF 2400 E16 JALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS I LS 1 1 $ 5,000.00 SUBTOTAL PART E-WATER IMPROVEMENTS(E1 THRU E16) Part F-WASTEWATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) F1 MOBILIZATION(Max 5%Part F) LS 1 F2 ADJUSTMENT OF EXISTING WASTEWATER MANHOLE EA 17 RING/COVER ALLOWANCE FOR UNANTICIPATED WASTEWATER F3 IMPROVEMENTS LS 1 $ 2,000.00 SUBTOTAL PART F-ALLOWANCES(F1 THRU F3) Part G-GAS SYSTEM IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 MOBILIZATION(Max 5%Part G) LS 1 G2 GAS VALVE BOX ADJUSTMENT EA 1 EXCAVATION,BACKFILL AND COMPACTION OF TRENCH FOR G3 GAS LINES(ADJUSTMENTS TO BE COMPLETED BY THE GAS LF 140 DEPARTMENT) SUBTOTAL PART F-ALLOWANCES(G1 THRU G3) Bid Form ADDENDUM NO. 1 00 30 01-Page 3 of 4 Residential Street Reconstruction Project,Project No.18101A ATTACHMENT NO. 3 Rev 10/2018 PAGE 3 OF 4 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A10) SUBTOTAL PART B-STREET IMPROVEMENTS(Items 131 thru B25) SUBTOTAL PART C-ADA IMPROVEMENTS(Items C1 thru C5) SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(Items D1 thru D34) SUBTOTAL PART E-WATER IMPROVEMENTS(Items E1 thru E16) SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(Items F1 thru F3) SUBTOTAL PART G-GAS IMPROVEMENTS(Items G1 thru G3) TOTAL PROJECT BASE BID(PARTS A THRU G) Bid Form ADDENDUM NO. 1 00 30 01-Page 4 of 4 Residential Street Reconstruction Project,Project No.18101A ATTACHMENT NO. 3 Rev 10/2018 PAGE 4OF4 CONNxGSHFE! -n- 12 Ai]YO!N0.MY 1810180 RB'-0•B-0 NN. � P 0 1O 1O c S'-0• CYC IR'-0' IR'-0' CYC VNSES 4'-0'ri u R MIN. Y 8•WESrONE BNiE R�NN o QQ N4Y / _ —_ _ — e `[xI51INC GROUND I 6 N W a `ter 4 5 Qo SALE E PROPOSED TYPICAL SECTION � 1 - a N 'z x `^ KEY NOTES: H U N Q 111--.(MPE a)PAW1Wr. III}k a VI QR fldME aNr/(O.IB ON^ Qj G8151f0 UNESTONE&SE(ME A OAIOE I-S)(8'YIN.)OWPMMO r0 885 NOD.PMICTOR OFNNM(ISM MSS))Ar YRS OPBWN NGSNRE CWIFM. O ® IR" OE N0K11NE CGUIIIOND)AND--r0 95S SM.PBOCitli OEXSIM((fiM 0090)Ai 0-OS(IBOYE OPMW) £ YOSMFE FE FONIfN, t t o Q5 0•UYE SNBUhD fl4ff,8R W pYY SGL WIT NOCM. a U o ® —ME PATCNpT ffCIKKI. CEOLYBD(M-0)SNNL BE USED IN NEN OF DIN S © CONPICTEO SIBCWOE UNDER SIOENNN NII,BENND Cull on SN.PocCroo aWSIIY AT 0-3%(IH01£GPDYW)YGSMIE cGNIWE—All 9ML BE UEED BR9N0 ME cum NMN!B NGLNS OF Bfl@9K OF FOIb15(GR sOMMR N ME ENM U OF INODhNr YEAMFA).SEE A 9O MOM B W ME cum.CNTEN AN0 90ESNI(STIIGN9 DETNIS. W� a Z O_ a I— U w NIX. � r �R RI V�• —I U 3 3 8 € o B 11'L 54 5A LSI' a 5 48' s s ck: a 1 PROPOSED PAVEMENT DETAIL y 2 PROPOSED PAVEMENT DETAIL o cuE.I-E -1 I =a w o: -'- ADHNDIIM N. N SHATTACHME EET 1 NT1 NI0.6 3 SHEE! 7 a/ r89 a§ OF REOA4D OR9YEIC IY0. B 2.5 D B STR 948 CNMNM SfME IN FEET GM PROYC!/IHI01A 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by A Ortiz Construction &Paving Inc (type or print name of company) on: Wednesday 2019 at 2:00 p.m. for 18101A — Residential Street Reconstruction Project. 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. To submit the original bid security or if submitting hard copy bids, please send to: The City of Corpus Christi,Texas Certract�anal Procurement Department 1201 Leopard Street Corpus Christi,Texas 78401 Attention: Contracts and Procurement Bid - Residential Street Reconstruction Project, Project No. 18101A 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 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder acknowledges that Owner, at its discretion, will correct mathematical errors contained in the Bid and will conform bid items in accordance with SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT. 2.04 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.05 Bidder acknowledges receipt of the following Addenda: Bid Acknowledgement Form ADDENDUM No. 1 003000- 1 Residential Street Reconstruction Project, Project No.18101A ATTACHMENT NO.2 Rev 10/2018 PAGE 1 OF 6 Addendum No. Addendum Date Signature Acknowledging Receipt #1 19 July 2019 / ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. Bid Acknowledgement Form ADDENDUM NO.1 003000-2 Residential Street Reconstruction Project, Project No. 18101A ATTACHMENT NO.2 Rev 10/2018 PAGE 2 OF 6 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 15.03 of SECTION 00 72 00 GENERAL CONDITIONS. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price, plus any combination of Add or Deduct Alternates. ARTICLE S—EVALUATION OF BIDDERS 5.01 The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsive, responsible Bidder. The Owner reserves the right to waive any. and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids,to waive any and all irregularities in the Bids, correct mathematical errors or to reject non-conforming, non-responsive or Bid Acknowledgement Form DC'EI JGUPv1 h G. 1 00 30 00-3 Residential Street Reconstruction Project, Project No, 18101A ATTACHMENT NO. 2 Rev 10/2018 PAGE 3 OF 6 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 425 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 17.16 of the General Conditions within 455 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 17.16 of the General Conditions within the number of days indicated above in Paragraph 6.01. 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. G. SECTION 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 8--DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. Bid Acknowledgement Form ADDENDUI,ri NG. ]. 003000-4 Residential Street Reconstruction Project, Project No. 18101A ATTACHMENT NO.2 Rev 10/2018 PAGE 4 OF 6 ARTICLE 10—ETHICAL BEHAVIOR 10.01 Bidder certifies that Bidder's officers,employees and agents will not attempt to lobby or influence a vote or recommendation related to this Bid, directly or indirectly,through any contact with City Council members or other City officials from the date the Bid is submitted to the City until a Contract is executed by the City Manager or designee, except that comments are allowed to be made at a public meeting held under the Texas Open Meetings Act. ARTICLE 11—SIGNATORY REQUIREMENTS FOR BIDDERS 11.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 11.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 11.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 11.04 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. 11.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form ADDENDUM No. 1 003000- 5 Residential Street Reconstruction Project, Project No. 18101A ATTACHMENT NO.2 Rev 10/2018 PAGE 5 OF 6 ARTICLE 12—BID SUBMITTAL 12.01 This Bid is submitted by: Bidder: A Ortiz Construction & Paving; Inc. (typed or printed full legal name of Bidder) By: C Z:rt (in dividual'ssign atu() Name: Raul Ortiz (typed or printed) Title: President (typed or printed) Attest: (individual' signature) 'gnature) State of Residency: Texas Federal Tax Id. No. 74-2230136 Address for giving notices: 102 Airport Rd Corpus Christi, TX 78405 Phone: 361-882-2122 Email: aortizpav@sbcglobal.net (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form ADDENDUM No. 1 003000- 6 Residential Street Reconstruction Project, Project No. 18101A ATTACHMENT NO.2 Rev 10/2018 PAGE 6 OF 6 • � • i Corporations Sectionp p Carlos Cascos P.O.Box 13697 r ��� Secretary of State Austin,Texas 78711-3697 Office of the Secretary of State Certificate of Fact The undersigned, as Secretary of State of Texas, does hereby certify that according to the most recent information in the records of this office the following persons are listed as managerial officials for A. ORTIZ CONSTRUCTION& PAVING, INC, a Domestic For-Profit Corporation, file number 60607100. RAUL ORTIZ 102 Airport Road President Corpus Christi Tx - 78405 3205 RAUL ORTIZ 102 Airport Road Director Corpus Christi Tx- 78405 3205 RAUL ORTIZ 102 Airport Road Treasurer Corpus Christi Tx -78405 3205 ADRIANA ORTIZ 102 Airport Road Vice-President Corpus Christi Tx- 78405 3205 ADRIANA ORTIZ 102 Airport Road Director Corpus Christi Tx- 78405 3205 In testimony whereof, I have hereunto signed my name officially and caused to be impressed hereon the Seal of State at my office in Austin, Texas on March 20, 2015. Come visit us on the internet at http:%hrwir.sos.state.Ix.us" Phone:(512)463-5555 Fax:(512)=463-5709 Dial: 7-1-1 for Relay Services Prepared by: SOS-WEB TID: 10251 Document:597250490003 Corporations Section � E 0 Carlos Cascos P.O.Box 13697 Secretary of Statc Austin,Texas 78711-3697 Office of the Secretary of State � t � " U �► -.� t Carlos Cascos Secretary of State Conte visit us on the internt at http:*/')nvw.sos.slate.lx.us/ Phone:(512)463-5555 Fax:(512)463-5709 Dial: 7-1-1 for Relay Services Prepared by:SOS-WEB TID: 10251 Document:597250490003 00 30 01 BID FORM Project Name: Residential Street Reconstruction Project Project Number: 18101A Owner: JC'ity Of COT[)LIS Christ) Bidder: A Ortiz Construction &Paying,Inc. OAR: Designer: Hanson Professional Services Inc. Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE AMOUNT_ED QUANTITY AMOUNT Base Bid Part A-General(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al MOBILIZATION(Max 5%Part A) LS 1 510 000.00 $,i 0 004.00 A2 BONDS AND INSURANCE LS 1 $35.000.00 535 000.00 STORMWATER POLLUTION PREVENTION PLAN(PER STREET A3 EA 7 SEGMENT) S1,30C.00 $9.100.00 A4 SILT FENCE(FOR SWPPP) LF 20 535.00 $700.00 A5 INLET PROTECTION(FOR SWPPP) EA 71 S10D_00 57 140,00 A6 jOZONE ACTION DAYS Day 7 $25.04 $175.00 A7 TRAFFIC CONAOL PLAN(MOBILIZATION/ADJUSTMENTS) EA 7 Z2,50Q,p $17,500.00 A8 TRAFFIC CONTROL PLAN(BARRELS,CONES,ETC.) MO 29 S500.001 S14.500 00 A9 DOOR HANGERS,PRINTED AND DELIVERED(2 PER RESIDENCE) EA 468 $5.00 $2.340.00 A10 CLEAR R.Q.W. AC 13 $8.000.00 $104,000 00 SUBTOTAL PART A-GENERAL(Items Al thru A10) $200,415.00 Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 MOBILIZATION(Max 5%Part B) LS 1 $160,000.40 $160,000.00 B2 2 INCH TYPE D HMAC SY 33662 S18.001 5605.916.00 83 PRIME COAT,MC-30(0.15 GAL/SY) GAL 5051 $4,50 522.729.50 B4 CRUSHED LIMESTONE BASE(TYPE A,GRADE 1-2)(6"MIN) SY 40775 817.00 $693.175.00 B5 8'"LIME STARI117ED SUE!F=u'i. r-- SY 40775 S11.25 5458.718.75 B6 12-INCH COMPACTED SUBGRADE SY 40775 $5.25 5214,068-75 B7 STREET EXCAVATION SY 41028 ,87,25 S297,453,00 RAISED PAVEMENT MARKERS(TYPE II-A-A)(FIRE HYDRANT B8 EA 12 MARKING) S10.00 $120.00 B9 CONCRETE DRIVEWAY DEMOLITION SF 38808 55.00 $194 040.00 B10 NEW STANDARD 6-INCH CONCRETE DRIVEWAY SF 42347 58.85 S374,7 70.95 B11 PAVEMENT REPAIR SF 795 $15.00 511,925.40 B12 SPEED HUMP EA 1 $3,000.40 $3,000.00 B13 REMOVE EXISTING CHAIN LINK FENCE AND REPLACE WITH LF 20 NEW 515.00 $300.00 B14 REMOVE EXISTING WOODEN FENCE AND REPLACE WITH NEW LF 20 500.00 B15 WEDGE ANCHOR SYSTEM EA 62 $350.00 $21.700M B16 TRIANGULAR SLIP BASE SYSTEM EA 7 $400.00 $2,800.00 B17 NEW REGULATORY SIGNAGE EA 88 $700.00 S61,600.00 B18 NEW STREET BLADE NAME SIGNS EA 82 $3120,00 S24,600.00 B19 RELOCATION OF EXISTING SIGNAGE EA 1 5650.00 $650.00 B20 REMOVAL OF EXISTING SIGNAGE AND POLES EA 76 S10000 $7.600.00 B21 SODDING SY 14989 $12.00 $179,868.00 B22 TYPE'C'PREFABRICATED STOP BAR STRIPING(24-INCH) LF 70 515.40 S1,050.00 B23 REMOVE AND REPLACE EXISTING MAILBOX EA 56 545.00 52,520.00 B24 1ALLOWANCE FOR UNANTICIPATED STREET IMPROVEMEN i S LS 1 5 25,000.00 525,000.00 R25 I TY,SGF0GRID $4.00 $20,044.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items Bl thru B25) IS3,384.148.95 Bid Form DDENDUM, NO, 1 003001-Pagel of 4 Residential Street Reconstruction Project,Project No.18101A ATTACHMENT NO,3 Rev 10/2018 PAGE 1 OF 4 t,30 Z 3JVd SJOZ/01 AQd £ *ON 1N3NHOV I IV M018T'ON laaioJd'l:)afoJd uolpnilsuoaa8 laai1S lelluaplsa8 t,10 Z abed-LO of 00 L 'ON Wf10N300d W10:1 PIH 00 00o'S5 00,09E,i,S V V3 HAOD/g11111 EEO 3lOHNVW 1J31VMA80iS 9NIISIXI JO 1N3W1Sflf0V 00 0Sf6S 00 092. EL V3 N0I11101,N3a i3lNI 98n0 ZEO 00,000,6S 00"00S,173 Z VI (d330 1331 Li TEO 01133:16)310HNVW 2131VMMWa01S 1103 A13JVS HDN3U 00 0(39,LES 00 005'LS SZ V3 (d33a 133J 6 0113310)X09 N0IIDNAf/310HNVW/131NI OEO 1J31VMW>jO1S 80J A13JVS HDN3Nl 00,91,9,0 LS 00 SS Eau 1l S3NI1 a31VMLAlKiS 2101 A131VS HD1\132Jl 6M 00005 ES 00 SES OOT Jl IDV-1d 8za NI 03N0ONV9V(INV IIID inoNg 31310NOD 03380JNIIII„ST 00'0SLS OO 09L9-- S 11 03AOW311 30 013dld 313aDN00(13:)803N13T1.,09 LZO 0 L b Jl Q3AOW311 39 013did 313217)1\10)(130)101Nl3H,.8b 9Z0 0 00 0E ov Jl OIAOW3d 39 01]did JJHb7NOD=801N13lJ.,8T SZO OO Sb J1 (13AOWIil 39 013dld 313NDNOD(130)J0JN13U.ST VZO 00,000,9 LS 00000"9 LS WIG 133J T V3 EZO LT 011331 ST)(,4 x.8'a'1)31OHNVW?J31VMW801S.0.3dkL 00,000'ZL3 00000'7-1,S (d3301IIJ L V3 1101 i33J 6)(.V x S'9'01)31OHNVW b31VMV0l0lS,0,3dAl ZZO C0,000,93 00,000,55 (d33a 1331 I V3 LZO V 0113310)(,b x,V'0'1)31OHNVW HIlVMWNOIS.9.3dkL 00,000,25 00,000,0S (d330 I V3 133J 6 011331 L)('VI0,S)310HNV W i131VMWa(DiS.V.3dkL 0Z0 00009 SS C0,009,93 (d330 I V3 1331 L 011331 V)('V10,S)31OHNVW 1J31VA W l0iS,V,3dA1 6L0 OO 09Z Z7-LS 00'OZLS 61:01 11 (III SSV10)3dld 3iRlDNCD 03MO11\11321 HDNI-17Z 810 00 000'65 0 Ob Jl (Al SSVID)]did 313110NOD 03D2JOJNII2J HAV HDNJ VZ LTO 00586 485 OO S L I S 6EL Jl WI SSVlO)]did 313K)N00(13A0JN13H HDNI-81 910 OO SZS M 00 9OZS SOE Al (Al SSV1))]did 31RIDNOD 03JaOJN[3!1 H:)HV HDNI-81 SW 00 006'VS 00 054�ZS Z V3 3101INVW 1V N01ID3NNOD 1V2131V1 Via 00 009 PT i V3 (V x,£'01)13INI BOd M319 E10 00 005 LS 00 005"LS L V3 (9NINIdO lVOHHI.S) NOISN3IXI iVO8H1131NI eum MIN ZTO 00,000,M 00 00O VS (9NIN3d0 E V3 1VOaH1,S)(.S x.b'0'I)J-31NI Sana(131:1100N MIN 1Ta 00 009 9t?S 00005 TT Ei V3 (9NIN3d01VO8Hl.S)(,S-.2"01)131NI Hn)MIN 010 00 000*9?-,S 00,09Z,ES 8 V3 (9NIN3d01VOHH1.S)(,S X.Z'0'I)131NI BanD MIN 60 0009E J3S 00,09z,LS ('dAl1VOlJHi L V3 .S'37V1d3l1(INV 3A0W3il)1NIWlSnlOV dO1131NI 8HnD 80 00 On LL 005 PEE 1S NOI1110030 UIRn9 A311VA LO 00,090LES 00 Z1 06SZ JS H31-LnDA311VA 90 00 0017 LS 00 00L S bi J1 NIVIda XlVM3alS SO 00 SW90 LS SVZLZ J1 (AVMIAW(I(INV.,9'.V)N(Diii-io 3a 2J311n9 8 9HnD 40 00 59 L LOES CO'27-3 S60EI 31 ailing(INV 92JnD HDNI-9 MIN EO 00'917£'L2 LS 00 ZZS E17Z8 31 d31LnE)(INV 82in0 HDNI-b MIN Z0 00000 895 0000029$ 1 Sl (0 Jed%S XeW)NOIIVZI1180W i0 (iN3WAVd 2101 SISV6(INV 11J3W3HASV3 L0 6Z LO NOI103S 1;�d)S1N3RUAObd1'JI 3mlno-0 uEd 0S SO S�6 (S)njill L7 swa11}SLN3W3A02ldVdl b'(iV-:)iwd 1V1L118n5 00'SLL*Zt?ZS 00 SZS LTL6 JS dWVH Hn1 ]AUNOD SD 00,00Z,1S 00 0E5 OV J1 9NnD gNINIViR XIVMKIS VD 00,0Dti Z3ZS 00 VS 00959 15 NOW101A130 X1VM301S £D 09 Z9 L 99ES OSS SLS99 JS XIVM301S 313H)NOD HDNI-V ZD O0 009'545 00005 SVS i Sl (D 1J ed%/ xeW)NOIIVZ11190N TD (iN3WAVd)E0J Sisve(INV11J3W3?JnS}JIS^l LO 6Z 10 N0I103S lad)S1N3WIA02JdWl tlOV-D)Jed io-,mowrr Flu unnn Q3t3N31X3 371kId1.INl1 a31VVU1153 lINN NOI1dIH7530 Wa31 I N HOJ ala To 0£00 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT ALLOWANCE FOR UNANTICIPATED STORM WATER D34 IMPROVEMENTS LS 1 5 10,000.00 S10,000.00 SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(DI THRU D34) $1,212,236.00 Part E-WATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT ADHD BASIS FOR PAYMENT E1 MOBILIZATION(Max 5%Part E) LS 1 $7,000.00 $7,000,00 E2 6-INCH DUCTILE IRON PIPE LF 185 $40.00 $7 400.00 E3 8-INCH DUCTILE IRON PIPE LF 80 $45.00 S3,600.00 E4 6-INCH DJ.M.1.45 DEG BEND EA 20 $400.00 $8,000.00 ES 8-INCH D.I.M.J.45 DEG BEND EA 8 $400.00 $3,200.00 E6 8X6-INCH D.I.M.J.REDUCING TEE EA 2 $450.00 $900.00 E7 6-INCH D.I.M.J.LONG PATTERN SLEEVE(12-INCH MIN) EA 16 $9,600.00 E8 8-INCH D.I.M.J.LONG PATTERN SLEEVE(12-INCH MIN) EA 4 S550.00 S2 20D.00 E9 6-INCH D.I.M.J.GATE VALVE EA 2 $700.00 $1,40000 E10 8-INCH D.I.M.J.GATE VALVE EA 1 S1.250.00 $1,250.00 E11 TRENCH SAFETY FOR WATERLINE5 LF 215 $10.00 $2,150.00 E12 ADJUSTMENT OF EXISTING WATER VALVE BOX EA 16 $250.00 $4,0013.00 E13 G'OR 8"ACP WATERLINE TO BE REMOVED AND DISPOSED LF 210 S60.001 $12,600,00 FIRE HYDRANT ASSEMBLY TYPE 2(INCLUDES MAIN LINE EI4 EA 2 FITTING) 10 500.00 S21,000.00 E15 WATER SERVICE LINE ADJUSTMENTS LF 2400 25.00 E16 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS LS 1 $ 5,000.00 $5,000.00 SUBTOTAL PART E-WATER IMPROVEMENTS(E1 THRU E16) $149.300.00 Part F-WASTEWATER 1R1PROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) FI MOBILIZATION(Max 5%Part F) LS 1 $700.00 $700.00 F2 ADJUSTMENT OF EXISTING WASTEWATER MANHOLE EA 17 RING/COVER $,700.00 $11900.00 ALLOWANCE FOR UNANTICIPATED WASTEWATER F3 L5 1 IMPROVEMENTS S 2,000.00 $2,000.00 SUBTOTAL PART F-ALLOWANCES(F1 THRU F3) S14,600.00 Part G-GAS SYSTEM IMPROVEMENTS(perSECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 MOBILIZATION(Max 5%Part G) LS 1 $200,00 G2 GAS VALVE BOX ADJUSTMENT EA 1 $250.00 $250.00 EXCAVATION,BACKFILL AND COMPACTION OF TRENCH FOR G3 GAS LINES(ADJUSTMENTS TO BE COMPLETED BY THE GAS LF 140 DEPARTMENT) $30.001 $4,200.00 SUBTOTAL PART F-ALLOWANCES(G1 THRU G3) 54,650,00 Bid Form ADDEt C-UlM NO 1 003001-Page 3of4 Residential Street Reconstruction Project,Project No.18101A ATTACH 1`0 ENT 1'10. 3 Rev 10/2018 PAGE 3 OF 4 00 30 01 BID FORM DESCRIPTION UNIT ESTIMATED UNIT PRIG" EXTENDED Item QUANTITY AMOUNT BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A10) $200,415.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items B1 thru B25) $3,384,148.95 SUBTOTAL PART C-ADA IMPROVEMENTS(Items C1 thru C5) $918,037.50 SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(Items D1 thru D34) 51 212 236A0 SUBTOTAL PART E-WATER IMPROVEMENTS(Items F1 Chiu E16) $149300.00 SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(Items F1 thru F3) $14.600.00 SUBTOTAL PART G-GAS IMPROVEMENTS(Items G1 thru G3) $4,650.00 TOTAL PROJECT BASE BID (PARTS A THRU G) $5.883.387.45 Bid Form ADDENDUM NO 1 00 3001-Page 4 of 4 Residential Street Reconstruction Project,Project.No.18101A ATTACHMENT NO. 3 Rev 10/2018 PAIGE 4 OF 4 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state,including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of Ed Bidder(includes parent company or majority owner)qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: A Ortiz Construction &Paving. Inc. (typed or printed) By: (s ture--attach evidence of authority to sign) Name: Raul Ortiz (typed or printed) Title: President Business address: 102 Airport Rd Corpus Christi, TX 78405 Phone: 361-882-2122 Email: aortizpav(cD_sbcglobal.net END OF SECTION Compliance to State Law on Nonresident Bidders 00 30 02-1 Residential Street Reconstruction Project,Project No.18101A 10/2018 00 30 05 City of Corpus Christi Disclosure of Intel est CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended,requires all persons or firms seeking to do business with the Citi,to�provide the followi�n information. Every question must be answered. If the question is not applicable,answer with"NA". See reverse side for Filing Requirements,Certifications and definitions. COMPANY NAME: A Ortiz Construction&Paving, Inc. STREET P.0. BOX: ADDRESS 102 Airport Rd CITY: Corpus Christi STATE: Texas ZIP: 78405-3205 FIRM IS: 1. Corporation ® 2. Partnership F-1 3. Sole Owner E]4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this pa-e or attach separate sheet. 1. State the names of each"employee"of the City of Corpus Christi having an"ownership interest"constituting 3% or more of the ownership in the above named `firm." Name Job Title and City Department(if known) n/a 2. State the names of each"official"of the Cite of Corpus Christi having an"ownership interest"constituting 3%or more of the ownership in the above named `firm." Name Title n/a 3. State the names of each"board member"of the City of Corpus Christi having an"ownership interest"constituting 3%or more of the ownership in the above named `firm." Name Board,Commission or Committee n/a 4. State the names of each employee or officer of a"consultant"for die 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 n/a City of Corpus Christi 00 30 05—1 Residential Street Reconstruction Project,Project No. 18101A Rev 01/2016 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 thcreof.you sliall disclose that fact in a signed writin 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 ut the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [9thics 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 knowuigly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi Texas as changes occur. Certifying Person: Raul Ortiz Title: President (T)pe or Print) Signature of Certifying Person: Date: 24 July 2019 DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi,Texas either on a full or part-time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or 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. "O%vnership Interest." Legal or equitable interest,whether actually or constructively held,in a firm,including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements.' g. "Consultant."Any person or firm, such as engineers and architects,hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 00 30 05—1 Residential Street Reconstruction Project,Project No. 18101A Rev 01/2016 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: Residential Street Reconstruction Proiect 18101A Bidder certifies that it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding;or with any official or employee of the Owner as to quantity,quality,or price in the prospective contract,or any other terms of said prospective contract;or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: A Ortiz Construction&Paving, Inc. (typed or printed) By: (sig(ture--attach evidence of authority to sign) Name: Raul Ortiz (typed or printed) Title: President Business address: 102 Airport Rd Corpus Christi,Texas 78405-3205 Phone: 361-882-2122 Email: aortizpavQ?sbcglobal.net END OF SECTION Non-Collusion Certification 003006-1 Residential Street Reconstruction Project,Project No.18101A 10/2018 Corporations Section .--E-o;, Carlos Caseos PA.Box ,-� Secretary of State Austin,Texasexas 78711-3697 w X .f Office of the Secretary of State Certificate of Fact The undersigned, as Secretary of State of Texas, does hereby certify that according to the most recent information in the records of this office the following persons are listed as managerial officials for A. ORTIZ CONSTRUCTION& PAVING, INC, a Domestic For-Profit Corporation, file number 60607100. RAUL ORTIZ 102 Airport Road President Corpus Christi Tx- 78405 3205 RAUL ORTIZ 102 Airport Road Director Corpus Christi Tx- 78405 3205 RAUL ORTIZ 102 Airport Road Treasurer Corpus Christi Tx- 78405 3205 ADRIANA ORTIZ 102 Airport Road Vice-President Corpus Christi Tx-78405 3205 ADRIANA ORTIZ 102 Airport Road Director Corpus Christi Tx- 78405 3205 In testimony whereof, I have hereunto signed my name officially and caused to be impressed hereon the Seal of State at my office in Austin, Texas on March 20, 2015, Come visit us on the internet at http:!howw.sos.state.Mus, Phone:(512)463-5555 Fax:(512)463-5709 Dial: 7-1-1 for Relay Services Prepared by:SOS-WEB TID: 10251 Document:597250490003 Corporations Section �E 0 Carlos CaSCOS P.O.Box 13697 �fi Secretary of state Austin,Texas 78711-3697 >e 1 Office of the Secretary of State CD AU Carlos Cascos Secretary of State Curare visit us on the internet ai hup.*/A j,w.sus.state.tx.us/ Phone:(512)463-5555 Fax:(512)463-5709 Dial: 7-1-1 for Relay Services Prepared by: SOS-WEB TID: 10251 Document:597250490003 10-000$2332 FCCYGROUA >✓ ROLII' More than a policy. A promise. GENERAL ROWER OF ATTORNEY Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under the laws of the State of Florida (the"Corporation") does make, constitute and appoint: Aaron Endris; Mary Ellen Moore; Alicia Grumbles; Sherri Collins; Gwendolyn Johnston; Jack L Henry; Michael R Simon; Tricia Balolong; Tracy L Miller, William Mitchell Jennings; James R Reid; Katie Rogers Each, its true and lawful Attorney-In-Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of(not to exceed '$7,500,000): $7,500,000.00 This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. In witness whereof, the FCCI Insurance Company has caused these presen s to be signed by its duly authorized officers and its corporate Seal to be hereunto affixed, this 25TH day of September , 2016 . Attest: :;.�� o 'cO U�•..•_ Crai hn n, President 4 SEAL .? Thom Koval Esq., EVP, Che l Officer, FCClYnsurance Companyment Affairs and Corporate Secretary FCCI Insurance Company State of Florida County of Sarasota Before me this day personally appeared Craig Johnson, who is personally known to me and who executed the foregoing document for the purposes expressed therein. Arltnc=Alomwu a' ,�My commission expires: 9/25/2020 * * Noury wi,Ccmm�seion Noy canmimor, Notary Public State of Florida County of Sarasota Before me this day personally appeared Thomas A. Koval, Esq., who is personally known to me and who executed the foregoing document for the purposes expressed therein. =.V-1_PNAq1mcAkxuoMy commission expires: 9/25/2020Fl°rMko No,GO 19777 n Et�ara•o9r2.V10 Notary Public CERTIFICATE I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DQ HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 24, 2011 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. Dated this 24TH day of JULY 201-9 i Phoma . Koval, Esq., EVP, <Legal Officer, Gov r ent Affairs and Corporate ary 1-IONA3592•NA-34, 8116 - ' I � I DocuGard 104546 contains a security pantograph,blue background,heat-sensitive ink,coin-reactive watermark,and rnicrotext printing on border,. BID BOND KNOWALL MEN BY THESE PRESENTS,that we A.ORTIZ CONSTRUCTION&PAVING, INC. as Principal,hereinafter called the Principal,and FCCI INSURANCE COMPANY a corporation duly organized under the laws of the State of FLORIDA as Surety, hereinafter called the Surety,are held and firmly bound unto CITY OF CORPUS CHRISTI as Obligee, hereinafter called the Obligee,in the sum of FIVE PERCENT OF THE GREATEST AMOUNT BID Dollars($_j/0 G.A.B. ), for the payment of which sum well and truly to be made,the said Principal and the said Surety, bind ourselves,our heirs,executors, administrators,successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitteda bid for RESIDENTIAL STREET RECONSTRUCTION PROJECT PROJECT NO. 18101A NOW,THEREFORE,if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documentswith good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by saivd hthis, obligation shall be null and void, otherwise to remain in full force and effect. �•�� 4 `"'' Signed and sealed this 24TH day of JULY 2019 y A.ORTIZ CONSTRUCTION&PAVINGjWr. (Principal) (Seal) By: (Title) FCCI INSURANCE COMPANY tilBil iJrlf (Surety) r j)C' AA y''1� ttness By: .. , MARY ELL OGRE,ATTY IN FACT-' Printed in cooperation with the American Institute of Architects(AIA) The language in this document conforms exactly to the language used in AIA Document A310-Bid Bond-February 1970 Edition. i =r•� 004516 STATEMENT OF EXPERIENCE ARTICLE 1—REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due,or earlier if required by the Bid Documents,to demonstrate the Bidders'responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non- responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify,enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form,and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 30 days prior to the City Engineer's request, signed and dated by the Bidder's owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2—EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible,the Owner may notify the next apparent low Bidders in order,who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above,provide a written narrative describing how much time will be devoted to each function,their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Statement of Experience 00 4516-1 Residential Street Reconstruction Project, Project No.18101A Rev 10/2018 Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience,education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials,safety, coordination of Subcontractors, experience with the submittal process,Federal and State wage rate requirements and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work, the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction, an inability to work in the spirit of partnering and any non-responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience,Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3—SAFETY EXPERIENCE REQUIREMENTS 3.01 The Bidder agrees that pursuant to Section 252.0435 of the Local Government Code,the Owner will consider the safety record of the Bidder prior to awarding contracts. The Owner has adopted the following written definitions and criteria for determining the Bidder's safety record. 3.02 The Bidder's safety record will be used to determine if the Bidder can be deemed responsible. 3.03 Provide general information about the safety record of the organization as required in Table 4. A. For purposes of providing this information,the following terms shall have the following meanings: 1. "Bidder" includes the firm,corporation,partnership,or other legal entity represented by the Bidder or anyone acting for such firm,corporation,partnership,or other legal entity submitting the bid. 2. "Citations" include notices of violation, notices of enforcement, suspension/revocation of state or federal licenses or registrations, fines assessed pending criminal complaints, indictments, convictions, administrative orders, draft orders, final orders, and judicial final judgments. Notice of Violations and Notice of Enforcement received from the TCEQ shall include those classified as major violations and Statement of Experience 004516-2 Residential Street Reconstruction Project,Project No.18101A Rev 10/2018 moderate violations under the TCEQ's regulations for documentation of Compliance History, 30 Texas Administrative Code,Chapter 60.2(c) (1)and(2). 3. "Environmental Protection Agency" includes, but is not limited to the Texas Commission on Environmental Quality (the 'TCEQ"), the United States Environmental Protection Agency (the "EPA"), the U.S. Fish and Wildlife Service, the U.S. Army Corps of Engineers, the Texas Department of State Health Services,the Texas Parks and Wildlife Department,the Structural Pest Control Service,agencies of local governments responsible for enforcing environmental protection laws or regulations,and similar regulatory agencies of other states of the United States. B. In determining the responsibility of the Bidder,the Owner will consider the following in regards to Table 4: 1. Whether the Bidder's response in reveals more than two (2) cases in which final orders have been entered by the Occupational Safety and Health Review Commission (the "OSHRC") against the Bidder for serious violations of Occupational Safety and Health Administration("OSHA")regulations within the past five(5)years. 2. Whether the Bidder's response reveals more than one (1) case in which Bidder has received a citation or for which final orders have been entered from an environmental protection agency for violations within the past five(5)years. 3. Whether the Bidder's response reveals that the Bidder has been convicted of a criminal offense or has been subject to a judgment for a negligent act or omission, which resulted in serious bodily injury or death,within the past ten(10)years. C. The Owner may consider the responses to each question in Table 4 separately when determining the responsibility of the Bidder. The Owner may also consider the cumulative impact of the information generated by the Bidder's responses. ARTICLE 4—PROVIDE INFORMATION TO DEMONSTRATE THE ABILITY OF THE BIDDER TO PROVIDE SUBCONTRACTING OPPORTUNITIES THAT WILL MEET THE OWNER'S ESTABLISHED GOALS FOR MINORITY,MBE,AND DBE PARTICIPATION IN THE PROJECT. LIST ALL WORK TO BE PERFORMED BY QUALIFIED MINORITY, MBE AND DBE-PROPOSED SUBCONTRACTORS OR SUPPLIERS IN TABLE S. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS. $1,000.00 Statement of Experience 004516-3 Residential Street Reconstruction Project,Project No.18101A Rev 10/2018 TABLET—ORGANIZATION INFORMATION Organization doing business as: I A Ortiz Construction & Paving, Inc. Business Address of Principal Office 102 Airport Rd Corpus Christi.TX 78405-3205 Telephone No. 1361-882-2122 Website Form of Business (check one) R Corporation ❑ Partnership ❑ Individual If a Corporation State of Incorporation _ Texas Date of Incorporation 1983 Chief Executive Officer's Name Raul Ortiz President's Name Raul Ortiz Adriana Ortiz Vice President's Names) Secretary's Name Adriana Ortiz Treasurer's Name Adriana Ortiz If a Partnership Date of Organization I Form of Partnership: ❑ General ❑ Limited If an individual Name Ownership of Organization List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Ownership NIA Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date NIA Indicators of Organization Size Average number of current full-time employees 21 Average estimate of revenue for the current year 52,500,000.00 Statement of Experience 004516-4 Residential Street Reconstruction Project, Project No.18101A Rev 10/2018 Table 1–Organization Information Organization doing business as: I A Ortiz Construction & Paving, Inc. Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 Lifec cle Curb & Gutter 18080A Jun-2019 2 Lifecycle Curb and Gutter Replacement E#16428 Sep-2018 3 IDIQ Minor Street Improve-nents E#16252-E#16253 Feb-2018 4 Commadores Dr. Park Rd 22 Left Lane Im rovements#E15226 Dec-2016 5 Lifecycle Curb and Gutter Replacement E#14035 Jun-2016 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year 12018 EMR .85 Year 2017 EMR I 1.22 1 Year 2016 1 EMR � 1.39 Previous Bidding and Construction Experience–Answer all question Yes or No. Has Bidder or a predecessor organization been debarred within the last 10 years? List debarring entities below and provide full details in a separate attachment if yes. NO V YES Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List Projects below and provide full details in a separate attachment if yes. NO ,/ YES Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. NO--V YES Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. NO–,L YES Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. NO—/ YES Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim, the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. NO YES Statement of Experience 004516-5 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 Table 2--Project Information Organization doing business as: A OIJiZ Construction & Paving, Inc. Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager, Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Raul Ortiz- Planning, procurement, and Ralph Perez- Assist in planning, procurement, execution of project. and execution of project. Superintendent Ralph Perez- Organizes and oversees Luis Ortiz- Assist in organizing and overseeing work being performed. work being performed. Safety Manager Luis Ortiz- Makes sure that all safety Adriana Ortiz- Assists in making sure that all safety procedures are met. procedures are met. Quality Control insures that quality and Assist in insuring quality and Adriana Ortiz- efficiency is met for the Raul Ortiz- efficiency is met for the project Manager project. Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work(based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price General Contractor A Ortiz Construction & Paving, inc. 53% Limestone base Vulcan Materials 15% Concrete Mix Ingram Ready Mix 15% Asphalt HAG Materials 15% Minor Underground Work D & M Underground 02% Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 2S% or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year I EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 004516-6 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 Table 3—Projects Awarded during the Last 5 Years Organization doing business as: A Ortiz Construction & Paving, Inc. Project Information Project City of Corpus Chrisit Residential Street Name Rebuild(RSRP)#E17019 Description Street Rebuild Reference Contact Information Project Owner City of Corpus Christi Name/Title Gabriel Ortiz Telephone 1361-826-2489 Email gortiz@hanson-inc.com Project Designer Gabriel Ortiz Project Budget and Performance Originalk Final Contract # Contract # Days Contract Price 84,570.000.00 Price On Going Days 270 Late 0 Issues/Claims/ Litigation: n/a Project Information Project City of Corpus Christi Lifecycle Curb Name Description Curb and Gutter Replacement & Gutter Replacement i 9012 Reference Contact Information Project Owner City of Corpus Christi Name/Title Felix Ocanas Telephone 361-826-2489 Email ecros att.net Project Designer Felix Ocanas Project Budget and Performance Original Final Contract # Contract # Days Contract Price ; S536,850.00 Price On Going Days 365 Late 0 Issues/Claims/ n/a Litigation: Protect information Project City of corpus Christi Lifecycle Curb Description Curb and Gutter Replacement Name and Gutter Replacement E#18080A p p Reference Contact Information Project Owner City of Corpus Christi Name/Title Felix Ocanas Telephone 361-826-2489 Ernail emcs@att.net Project Designer Felix Ocali Project Budget and Performance Original Final Contract # Contract # Days Contract Price 5536,850.00 Price $536,850.00 Days 365 Late 0 Issues/Claims/ n/a Litigation: Statement of Experience 004516- 7 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 Table 3— Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: A Ortiz Construction & Pavin Inc. Project Information Project Nueces County Bishop Community Name Center Improvements IFB#3031-16 Description Community Center Improvements Reference Contact Information Project Owner Nueces County Name/Title Elsa Sanchez Telephone 361-888-0426 Email elsa.sanchez@nuecesco.com Project Designer ICE Engineers Project Budget and Performance Original Final Contract ` # Contract I # Days Contract Price 5113,782.00 Price S129,010.20 Days 150 Late 0 Issues/Claims/ n/a Litigation: Proiect Information Project Nueces Bishop Fire Station Name IFB#3032-17 Description Improvements Reference Contact Information Project.Owner Nueces County Name/Title Elsa Sanchez Telephone 361-888-0408 Email elsa.sanchez nuecesco.com Project Designer Elsa Sanchez Project Budget and Performance Original Final Contract # Contract # Days Contract Price $26,750.00 Price $26,750.00 Days 30 Late 0 Issues/Claims/ n/a Litigation: Project Information Project Corpus Christi RegionalTransportatiori Name Authority IFB#2014-FC-08 Description Bus Stop Improvements Reference Contact Information Project Owner Corpus Christi Regional Transportation Authority Name/Title I Sharon Montez Telephone 1361-903-3531 Email smontes@ccrta.com Project Designer I Sharon Montes Project Budget and Performance Original Final Contract # Contract # Days Contract Price i 5581,287.00 Price S581,287.00 Days 148 Late 0 Issues/Claims/ n/a Litigation: Statement of Experience 00 45 16- 8 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 Table 3—Projects Awarded during the Last 5 Years— Not including City of Corpus Christi Projects Organization doing business as: A Ortiz Construction & Paving, Inc, Project Information Project Corpus Christi Regional Transportation Name Authority IFB*2014-FC-13 Description Bear Lane Improvements Reference Contact Information Project Owner Corpus Christi Regional Transportation Authority Name/Title Sharon Montes Telephone 3 -903 53 Email smontes ccrta.com Project Designer Sharon Monte Project Budget and Performance Original I Final Contract #Contract # Days Contract Price S270,25123 Price $270,251.23 Days 101 Late Issues/Claims/ Litigation: tl/a Proiect Information Project Name US Ecology#11915 Description Parking Lot Improvements Reference Contact Information Project Owner US Ecology Name/Title Mark John Telephone 361-387-3518 I Email mjohn@usecolgy.com Project Designer j Mark John Project Budget and Performance Original Final Contract #Contract # Days Contract Price S100,000.00 Price $100,000.00 Days 30 Late 0 i Issues/Claims/ nla Litigation: Project Information. Project Name US Ecology#2015-13-041 Description Scale Improvements Reference Contact Information Project Owner US Ecology Name/Title Matt Kiddy Telephone 361-387-3518 Email mkiddy(d)usecology.corn Project Designer Matt Kiddy Project Budget and Performance Original Final Contract # Contract # Days Contract Price $41,946.88 Price S41,946.88 Days 30 Late Issues/Claims/ nla Litigation: Statement of Experience CO 45 16- 9 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: A Ortiz Construction & Paving. Inc. Bidder's Safety Record and Experience Has the Bidder received any Citations for violations of OSHA within the past five (5) years? List Citations below(date and location of Citation)and provide full details in a separate attachment if yes.The full details must include the type of violation or offense, the final disposition of the violation or offense, if any,and the penalty assessed_ NO YES Has the Bidder received any Citations for violations of environmental protection laws or regulations within the past five (5)years? List Citations below (date and location of Citation) and provide full details in a separate attachment if yes.The full details must include the type of violation or offense, the final disposition of the violation or offense, if any, and the penalty assessed. NO ,/ YES Has the Bidder, within the past ten (10) years, been convicted of a criminal offense or been subject to a judgment for a negligent act or omission, which resulted in serious bodily injury or death? List convictions or judgments below and provide full details in a separate attachment if yes. NOS^ YES The Owner will consider the following information as additional support to make a determination as to the responsibility of the Bidder.The Bidder must answer the following questions and provide evidence that it meets minimum OSHA construction safety standards and has a lost time injury rate that does not exceed the limits established below: 1 Does the Bidder have a written construction safety program? VYes ❑ No 2 Does the Bidder conduct regular construction site safety inspections? VYes ❑ No 3 Does the Bidder have an active construction safety training program? VYes ❑ No 4 Does the Bidder, or affected subcontractor, have competent persons in the following areas (as applicable to � the scope of the current Project): A. Scaffolding Yes ❑ No V N/A B. Excavation 7V----Yes ❑ No ❑ N/A C. Cranes& Hoists ❑ Yes ❑ No V N/A D. Electrical ❑ Yes ❑ No V N/A Statement of Experience 004516- 10 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: I A Ortiz Construction &Paving, Inc. E. Fall Protection W Yes ❑ No ❑ N/A F. Confined Spaces sf Yes ❑ No ❑ N/A G. Material Handling W Yes ❑ No ❑ N/A H. Demolition 9 Yes ❑ No ❑ N/A I. Steel Erection and Yes ❑ No ❑ N/A J. Underground Construction V Yes ❑ No ❑ N/A Does the Bidder have a lost time injury rate and a total recordable injury rate of less than or equal to the national average for North American Industrial Classification System 5 ("NAICS")Category 23 for each of the past five(5)years?Provide the Bidder's OSHA 300 Yes ❑ No and 300A logs for the past five(5)years in a separate attachment. Does the Bidder have an experience modifier rate of 1.0 or less? Provide the Bidder's 6 NCCI workers' compensation experience rating sheets for the past five (5) years in a ®'Yes ❑ No separate attachment. Has the Bidder had any 05HA inspections within the past six (6) months? Provide 7 documentation showing the nature of the inspection,the findings,and the magnitude of ❑Yes &(No the issues in a separate attachment if yes. Statement of Experience 004516-11 Residential Street Reconstruction Project,Project No.18101A Rev 10/2018 Table S- Demonstrated Minority, MBE, DBE Participation Organization doing business as A Ortiz Construction & Paving, Inc. Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority/ MBE/ DBE Participation Policy Name Work to be Provided Estimated%of Contract Price We are 100% DBE Certified We are in the prodiess of MBE renewal Statement of Experience 004516-12 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 ARTICLE 5—CERTIFICATION 5.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: A Ortiz Construction &Paving,Inc. (typed or printed) By: (individuars signature) Name: Raul Ortiz (typed or printed) Title: President (typed or printed) Designated Representative: Name: Adriana Ortiz Title: Vice President Address: 102 Airport Rd Corpus Christi, TX 78405 Telephone No.: 361-882-2122 Email: aordzpav@sbcglobal.net END OF SECTION Statement of Experience 00 4516-13 Residential Street Reconstruction Project,Project No.18101A Rev 10/2018 Corporations SectionF p Carlos Cascos P.O.Box 13697 �CV �,a� Secretary of State Austin,Texas 78711-3697 � Office of the Secretary of State Certificate of Fact The undersigned, as Secretary of State of Texas, does hereby certify that according to the most recent information in the records of this office the following persons are listed as managerial officials for A. ORTIZ CONSTRUCTION& PAVING, INC, a Domestic For-Profit Corporation, file number 60607100. RAUL ORTIZ 102 Airport Road President Corpus Christi Tx- 78405 3205 RAUL ORTIZ 102 Airport Road Director Corpus Christi Tx- 78405 3205 RAUL ORTIZ 102 Airport Road Treasurer Corpus Christi Tx- 78405 3205 ADRIANA ORTIZ 102 Airport Road Vice-President Corpus Christi Tx- 78405 3205 ADRIANA ORTIZ 102 Airport Road Director Corpus Christi Tx-78405 3205 In testimony whereof, I have hereunto signed my name officially and caused to be impressed hereon the Seal of State at my office in Austin, Texas on March 20, 2015. Come visit us on the Internet at htip.,�itnrir.sos.staie.tx.usI Phone:(512)463-5555 Fax:(512)463-5709 Dial: 7-1-1 for Relay Services Prepared by:SOS-WEB TID: 10251 Document:597250490003 Corporations Section E p Carlos CaSCOs P.O.Box 13697 �, �.�� Secretary of Statc Austin,Texas 78711-3697 �'� Y Office of the Secretary of State CD L.AU j Carlos Cascos Secretary of State Cance visit us on the internet at hitp:iiwtir►i,.sos.state.tx.us Phone:(512) 163-5555 Fax:(512)463-5709 Dial: 7-1-1 for Relay Services Prepared by: SOS-WEB TID: 10251 Document:597250490003 A. Ortiz Construction & Paving Inc. 14 �W 102 Airport Rd. Corpus Christi, TX 78405 IF me. � Office: (361) 882-2122 Fax (361) 881-9373 July 30,2019 City of Corpus Christi Contracts and Procurement Department City Hall Building, 151 Floor 1201 Leopard St. Corpus Christi,TX 78401 Attention: Contract and Procurement Re: Bid-Residential Street Reconstruction Project Project No# 18101 A Statement of Experience—00 45 16-6 Table 2-Project Information Division of work between Bidder and Proposed Subcontractor and Supplies General Contractor-A.Ortiz Construction& Paving Inc. List of work to be performed: -Traffic Control - Removal of Concrete, Limestone Base,and Asphalt -Placement of Concrete, Limestone Base,and Asphalt -Labor necessary to perform the work mentioned above. Suppliers: Limestone Base-Vulcan Materials Concrete Mix-Ingram Readymix Inc. Asphalt-HAC Materials +��' � � :�_ r -- � .csauty�.�S \•-„'. -.-...,..�Ig �„�� �„� [ � 1 �, O � .', Iii• �i-7 � c e °P -6���1�r�i�c � /L��„ r , L. r('e'►�+ /��� I s y�,,,�,1 Y c - Fu L (2 0 C", N � c^ it a q.,�n�,, n•L� �\ � M� �1. � � � ,:�. �, �. I.I,�.s+p myy� b c�e; `o Q c�3 .� 3ca Y app Cr ci 00mI3 L I i - O _ o a o � _ a c CIS y Z } co Ei �°� lr p:�i lillable/writa t i IVI nt., Isend OSHA's Form 300A ,I; ,rble' Year 2018^ U.S.oepartme nt of labor summary Of Wo&°LhWldJLlcj Hll-f�Lliries al-ja ihkes�. y i h or. uon.r s.r.rr.nd no.nr.nd rnr.rc.aon All csfablishnrrvifs covered by Part]90-7 il :'I [his Summary Ari+9.r,even it no work-relved iuJurios 16resses n•Curt'rl dlmnp the 1'enr. Rtnicrrrl�u c�r,, yw i,;j, }:ha; ,.-_... 111"[11,21,C ar dz!,U urar,L kv,r;vr,r",i V-g the Log cor t lrz•it,IL I nrric y e ru_rd�l-rC,W11 carauory.Thon Ivri! f!u rota fl=r_h,.r,makin .w..y rr vo added the entries born every lzuy_of lh_L,-)11 p­ nn a ! Establishment information Employees,tonnat I Il`right to review mu O&HA or 300 in it q_They also have limited access to rhe OSHA Form 307 r:. .,r i _ __C'1+P _ _5,w OSHA's recordke-p-,n_n. for funhet c.. n I''.,x oss provisions for van...r.ml.nm.m n,m.A.Ortiz Construction&Paving Inc. these loans. .,ree1 102 Airport Rd. •f ;I;::_ I City Corpus Christi Stare TX zi(,78405 l ui;d numbei 1 ol:'.num r ,I lora n.iul:.of eases Towl number of �:rtl�ro',ue ._i ur Industry desmiptron(eg.,Manafacnrrc ofinwor mi,krrrrder.c) d._..l'_ other recordable✓-r ,i,. .uctum cases �. 0 0 0 --- -- - - Nonlr American Indoatinl CN. ific,rinn(NAILS),ifknmvn(e.g_736212) (G) (J) 12131-7131 1 0 Employment information P"vw dn"t have thaccftgums,ave the II r,.F.cr.;rr nn d,near t*r,y-r�•.r..n tr,) 111,11 nuuihri 11f I,[ 1010.1 uwnbei 01 rRn•uljob 20 i rmml Irnnrs worked hy,n employees l,styear 22741 sign here !ir =11 Il, r l,, I:nutvin;! OSHA's Form 309 lll >> {r r' rd t,•:Your can type input into this form nd save it. Attention.This form contains information relating to tt Il h r Er J J <d "I"lorms m[Iris r wrdku pinr3 p,rckay t ilu:d le/writable" employee hCalth and must be used in a manner that DI do runts,you can type Io IIIc Iput[unit n+IUs and ptoteols the confidentiality of employees to the extent __o:e your inputs g[113 fu J PDF R r.In addition, ppssible while the information is being used for U.s Oep. tment n!Labor :11,2 l,:Ins ale programine,6 u,auto occupatlonnl safMy and hoalth purposes. .m..,nr..,rea „ ;1p, Intorrrlatton about the employee !.formation about tire case TIu 1 ,r c;r 1/1", n,0, r ! nw 1 In"1"r 1[he firs!tor!,. 1.1 I u I..•rdal'Ie ) „mr Jacob Almague( nca.r „mbrrrrammrf., 001 1 Full n work-relalc,l ull,- ii rill,, u,;„dcurlcd_ Iagether Innartanniu,gnrutnt.r 5 7 2018 with the L1{<r,r 11 o,'-1w/,rrrrl iwII,d.r:m:i 111Iessas t)ants 325 Lake Shore Dr, shmh DT Y.a. and the acamtp;ml u.t:i tiunn;ntit thrsc Icons help II)Tinrtrptoyeeb,ga.s.,it 7:30 O,knl 0 rat the anc 1pl ,r,u I I I'd I V d ,h.t pieiure Of ci{y Corps Christi statcTX ZIP 76383 m -- ttT,mtartvtm 9:00 O,II OIM Ochttklr,lm--nnanrhraru c.et nt cel-c1ul11 ull,o I 1 Llrcd inc„Icnls. j 3)Dart atWIlu 1 30 1992 •R.Del ds 14 m n:eeeea ao n. o..- a�r'r,.ear(alp oe \Aitlliu 7r.Il utu hl, dl larinuciicu _ •v-, 'r :—_ infunnation[hal a n-11 I.1Ya.a,n.:-I Ci ;nl injury or Monti or r— illnc„h,laoCeulled.„91rnu`,lliltout1111,Iolul(1{atl 4)Dam1 3 26 2018 Ill.mn. Iry,-en„Rr t 1 ,n mI>. II IL,• Aqui,,dcru.Still,,.t.uc,.o I,�r.'am,n I Ixltiul1, slomn Da. Yes hl"..'r 1-115 r�, diI.r, I,., I..,I o-1,,;❑. inaul n _ til r s)@Malt OrtuantThr employee was unloaditlg Traffic cones from a sl(W Irl)ving trailer, sul titut .. I 1 >idcr d Ell c luv-il m form,any Information about the physician or other health care subsuun unl t utrlu,all the nllir Ietion asked for professional oiltlti I,,]III - b)Nam[of pl,J'sic,an ar n{hu htalfl,r:ar'e prafeSllYrral IS)•VJI H @paned T II I, ,j,n..... 11. 1. \11 I.lila I-II 1 .r it —k-felt .\eu cdin,�to Public Law 91-�9G and 29 CFR "nr� r;•waraerr,a, r -�. h�11nn,n ,_:,hit,1—r h-,,,rail!:, Wn t, �irvttnnnl 1901-.(!tilLvsI orll:ecpin iu1c.}uu must keep 1 )10 CCI, nn�,., n thi fu1 sit,In Ill fl r c,Ir f Tor,m�,the Scar to I y t a s not paying and the fire of the tiaiCoi glazed h7oot which it Ilcruuus_ 7l ]I—u —d.Irldilionalcopiesoflhisfonn,you ulrtatMen{wasgivenawayfrmnmexvrxsut.,rhtrtn..i{given? napphoto—pllhc-pi inwut ur jnncn additional form F.dbq Concentra TF1.whntwasrt--jn.ryorat....rr,nn,dlthnrrnrd,t haul,d,:n,ra,.rer,.dnmi I.,—„,.fr"t"l. page,it the I'[)l ;I[ij d1,.user,mauy as Wuu need. F.n,n,d.......--dhatk•if...,rt,Iburn,tl,aa-;--p.traa„d,y.d,.n,,.•• stat+ 4025 S.P.LD bruised ankle city Corpus Christi s(artTX ,--1784[1 f w/ n n`�r.nba.ncodrro rr harmndtheem 1 'Frw„l aur-mnnar^;••tmarar, l v). joy y P ayaa. n tat.•t s)W.omplaytt nt.ttd to an tmtrgror)rn rya,.,,main.d,.-.mit nppll to 1ht m-rd-nt I-II „hh„ut it c„�: 1 l h. O Wr taller Tire I 1 9)Was employ,,haspiraill ova in-I xs n' Purim,(? Ixl If It-ompiny.. d d,when did dadth eO ? nal[of dt.11r 1.U I - ,9 Ent 0 1 is Mon r.ar IRS) Na __ Veyl'hput Add a Form Page Reset QSf 1A` ,S 1-UI I)] JVV W,c,012004) N.—Y r tyy r ryuE into[Iris/onn Jnd swe it. Attention chis form Cnnlntns inforinalion rnl„ling to Ee��t s 1hI -n ora,.. t..-k[ "M t-r.:Ir. employee hcnllh and nw;l be used in a meaner that ,1. PDF Uoc n vat.,, ori cant wlo n t to 1 I- urd rolects It c conhdentialil of ern to ees to lite extent Year 20 17 �c::16�� 1' Yf<- ilii P Y p Y lit ti)en saJ you i input u5h19 e ft, sol PUI R J In add tion, po651b10 F911I ih:In`olmalion is being used for J,1jj�lla:. b .`".r oun.;ata pwgra = ...,� .aiopnrty occupn1i.nn1.,af(Ily and health purposes. �v ., !11111-1 r rd g r LIn rr.�n or "�c polessro lal Yo u 1 urr rt r U f tl :Ic r„ ! 7.7A �! fT12(`iOnStT�ICIIOn C . � �Paving In -,it fnrm for Corpus Christi Ix es,r° rl 1 t �^•�• '-�Fe t'S �s' r"f"�^^ ;, ) C,7 I _._. Le�,... , u' (C) rsw•+y A"v'�'."t 1>+rn- A7.:....���r.,'NN y. k plot eee °me .I tlr I -, ,,;� 4 r:1 II ..I Iidr 'TR71 _ tll wnrh,r� sem. yw 1 r! r - A. - _ (G) (H-) (0 IJ) (K) (L) (f) (2) (3) �(4)) (5) (6) IrthinuAyy DU. aak� � ��°.y 1... . ' l - C). l �°.r. uar. 1.,,' (/177,''(7) C; Rene[ C �, � f (7, (7)r °ar. mo�„r,naY — — l (7/^ !�'�' t r^: (,-1 l ::rC,(—; �C� f. (7) ): —n.Y. —°ar, (7,l C,t_�' _J — °wmnrexy Cy,cl l..' _�../' (7� l��._ , �a,n —aavz (�7 ((.�^.,t/,^��C—)/C^;:Y� Reset — a,lm— C, C) - l—r 1._l. . —°,v. —°.v° C'1. , (77(77)l/,_�,'-(7, Reset — —)— l�,i C- �' t._I —a•w —°^vr (7 /(7+�(7.( )�1(7 `(7, Rese4 _)_ C; �) (7I l J �n.r. ^o,r. 1..;' 1, 1..,,l_=)l,_.i l,.,r �rwmhr oae Rese — _ na Iravolr. (7' (�7) 1. 1 — .^. l-7 (_)r7 l Page totals ` {� =( Add a Form Pag® ` (1) (2) (3) (4) (5) (6) I.n. OSHA's Form 300A cl2ev 012004) Note:You can type input into this form,and save it. Year 20 1q Because the farms En this roto dkeeping p ck I-ar f Mahle/writable" _ PDF documents, U.S Department of Labor Summary of y L' JY.Wv elated Injuries and illnesses then save yourinpususi y n.,rnnd-W.—. - _-. _.. p�un�.,rs y�na All establi5h❑renis complete this Summary page,,_ +,r•u�`u,iula;cd injuries of iAnesses occurred during the year Remember to ru the Log I i Ihut we entries are complete and accurule bclore complus og this summary. Establishment I Usng he Loy oumadeforeach category.Then write the ro(afs mok'ng sure you've added the entries from P r oat eve,+Pagr of lh.:goy By�ur s -te 0" ...r,.. tmployees,fonnerempby— a III-rcy.:sentatives have the light to review the OSHA wet,3uo fn its cnArety.They also i,a,.e limited access to the OSHA Form 301 Orris ern✓alerrl S a 29 Chir Pan 1964 35,in OSHA-s reco dl; -Irny nfe for fufih�r[btniS on the c-,', ue"rcrons for Strcd 0Yi (hese corms- _ city Ll V Slate 7.ip�•Lrl�`�, r{ Ind hry.9c.ril.mnl;,),.,Almlufnnlurr nfn,nlnr Torek vuder.c) 11 1 num pa u; 1 nuuhhel'ut Tolul nunil f it•ases Tota unutbel I lhcl :._.1- I .in u I ,In�,.- ,Slhl ifknnwn(e 3715 �( JN ov liuln work re3lfisLwll iJ,... Y OR (G) (H) (I) (J1 North Anhen can Industrial Cl assifical inn(NA ICS),if known(e g-336212) 23'13 its Total number ot'I)uys total number of Buys of job Empfoymant information(IO nv dnnY hove these figun,l, -e rhe Uwit�from work uuusl'ci of restriction ifnrkv...I nn rhv nrrr ling,m rsnnrno-•) f`X Y .Annnalavcragc on-11—nfcmployrex (K) LI Tool hours worked by all employees last year rl 2,c 11.-r�� Injury and Illness Types Sign here ICnmvimylc f.11cifyin�this document may result in a fine. Total numbcl of_ (M) I calif th,it hav,z�'.:nnnrJ IhiF document and that to the hest of (1)Injuries V! (4) Polsonings i s'I:noldcd��_r thr-noir;;u.1a" :hostel:".Irrdcnntplue. (2)Skin disordtas (5)1-lett'inglossMGnIQ Y �`. +1,IIIpinyexucnuve ell: Gd� (3f Respirator~conditions �' (6)All other illnesses L- Post this Summary page from February 7 to April 30 of the year following the year covered by the roan. Save Input Nbl:' .,mm�lm J G II II I 4J 1 J IIII I' f .I ''IJ II. I'Jn1115 Ilnu,b If 1 y IenLLabvY,U—I,"It., lee salsa sI II'sJ Ilcci un cn l.wr.USUcpumlc11n1 Lu1—USIIA Ulaw"IJ15LI1111 AlW,s's K.0 —1.11,21111 NW. Wnhingbn.I)C]1r!111.11�n�1sznJlh�:onIPIa1,JIoinISl�Iliisualcx. QSNA S For11 3007 (I: ov oo41 to f Vot c ryt input inty this lar d r J tten Ion:This form contains information relating to tt it m -coi i 1n�p -i.a� a e fl,-,'2 u m Iny.c health and nwst be used in a manner that Year�� >9.i.,'r k:✓v JWJ�,-;,, l)„ W d'„�;a 16 �;1 " SOF dowl -„Is,yo y - t f t fo f Ic a t tits the confidentiality of employees to the extent (l then save your input J th h rdcbe PDF d In hns,iblo while the information is being used for U S.Department of Labor �WYY �� l� U I S UN y the forms are progral„ d to auto wlallate a5.pPl.jllltft ocnupatlonal safety and health purposes. oro ss fhat nvol—loss ity DfjoO I .cJ n\In I�1i11,. z nr rh7 inlet Pav nc � � , Ons Ion In 11!rY—boat QSHi..Gii ,Corpus Christ i F (G) u. Jubua< a ,�y,� rrl, t�. .I le �J,e�,l , 1 1 C�� _ _..'.L.� ::.t"'} it°,,,ri,r��,� 1i �h,, ��n..lryp..jol rrlrre.. r, r �, � Ir .. sae L .. ii. (tA-,IVtldrrl LIl I Ir i,il I I I II I Il c�rn�rri c�J:.t l'JarN ���y y (G) II, Lh (J) fK1 ILI (t). (2) (3) (4) (5) (a) -` Joe Hernandez Labor 9 20 Residential Sprain Ankle tl,y, Pc� Fy, _days _) ,.. ; -. monNtrtl.� C C Cr m�nNlyd„ C C (7, C _ar. _ l._:(7, (7^ (7,(� C �r Ci �i. ! (') _nays _tlaYr ''l—'l_.:'1./ 1 J e.y. —d.� -Reset , I d,r (7t �, l l t�': 1 ( t i— c Reset /� /^ ,�+ 1...) i._;�� a.,r. _a.y. �);�(,I 1�t� �' Page totals 1111� 0 0 1 0 1 1 0 a 0 0 0 Save Inpu Add`a Fwntn age (t) (2) (3) (4) (5) l5) OSHA's Form 301 - m contains information reEalin to Nota:You can type input into this form and save it. Attentle health This fof C 9 Because the forms In this type into the i package ares andlehvritable' employee acot danden must be used in a manner that PDF documents,you can type into the Input form fields and protects the confidentiality of employees to the extent r _ I then save your inputs using the free Adobe PDF Reader-In addition, possible while the information Is being used for U.S.Department of Labor the forms are progmrnmed to auto calculate as appropriate. occupational safety and health purposes. aocup.u,a,l sm.ry,.e ri.am aamrnt,lr,uee 131 information about the employee Information about the case 'I h 7�., :fin r 1 fan' I� IIc orlhe 1i1911i.nnr„n u:.t till�u I,Ir I,_�,.nlahil e,jOB Hernandezto)c.,rnmlrr.rrnn n,r r.eg 1 ff—A'1n :,,,n„j.,.,1h,l,nr nnrrin„an,drnr rwrl I)Full uam work-rcntil:,,:,.h... uncJ Ikcr Ill D.”of inion•or ileo— 9 20 2018 with till �, ;tlr,_.,11'J iihl,.ISr•.,' :,Slrcct 1605 Howard St. — nmml� Wvmr and Lill'1-o Elul 11 Ir">r 1 -I 111l1l i 1111 lelp 111 rnr mnpinyer began,.oil:. 8:00 OO kNI O pm the unpl—:.11 _J ,�Ir Ir a plcuu�ufthe 3)city Corpus Christi soniTX ZIP 784 1 c'\1111t'elll�l",`.i�ll, i'I„�II.-I il,ll�tl lnc611�'1115. - la)Time of r,rnl I QPM @Cherk if limn cdnwrl Ue dnenninrd al Dale or 8 1 1983 14)li was the empleyoo dolrr9la,2 before the lnefdent oeol.i.D1111ihn rhr 111mly,a,unit ae 1mnu, u,. rr. ilii nal,.rgnipmenl,nr matrri,l the opbl, was using,lie sprriDc.F_camp/er;"flim bin-,lad.iy,b it, IIII r III' '9 JI II l ,L.I 1 u l inion'or rnn1 ng n.,(rnnll':-,praying rhl'do,from hand cp r,.rr":"dai l7 romp urr Orr rnl U. ilbr._ a:o.cuu.d a rl- tire.Ir ul or u,) 51 umchucd 8 1 2018 — —- Plcking up trash egtIIA aluIII.N,rrn1C 9t'.IIc,Rni.rr, to I I II'C II SJ t I o II- O al.nir March D.y vow i111uflulce nr a then el',,I,111,n 1'-se el'I ab le 04'amule sub iirulo.lb be t _lad'ulcquit I I lunn,any - Information about the physician or other health care IF) wl Hpp.n..rl ill h, -I6'- )1- �\1 IIJ r,lggmdnnan nunr.wnrker fill sub,liwlr l oust CDllf.11l all the inlour II L1111111 Cur professional 31I I�rr A1'urb- s,pr ,ul aid hL �•,,1 �da,hnh, Ir Ing rrplmnnrnt' "Wnrka drvdoprd on Ihis IN III A-111 dim_to Public Law 91-596 and 29 1 61 u.ro—r,,hy,lrlan.—bl,r l,r:drn rarr prnrr,:hmal Throwing trash away and sprained ankle. 1904 USI I,A I recur Jltcel,iII-'ndc,}ou must keep itis form un lite Iln cress ILlb,tciae IIIc,earto 11'lI1Cl1 It `P lallu- 16) what uv nm•;�Ury or,linos s�r.Ini�rnr p,i,r der n„dv mar afrra rd and hn .Ric rd:hr I I�011 nccd rl.ldnn'u.Lll�nicsufthlsfimyou �) lrmrnwg any n� : I. ,I� �rnrnwam:::,..nr rniraln,»rn.un,a.n.,d';'ra, rma uuly phnloagl%dm pl Mono or ludcft I1ddI1IUna1 lbrm Concentra Fan°,y inju ry pH'-c>iu dlc I'lll--..r,r1!Iron u.c.n Duro_,.0,'ou need 4025 S. Padre Island Dr. ,� wl b/ �, 1 e ...•e I vl y 1 i/,_ cmncrur Ilonr'":"chlnnnd'. co, Corpus Christi slnm TX 7.Ir 7841 Ijl s)wa:enr,d.yer vii In„n....rg—)—,.i �o object or substance Ifll n�ly�l(I I G��tl 0 vr, pe No r Y)N a,anpluya I—pn ili,.d Quern gtrl u,xn n palior? 1 R) lr tha empley, Word,whon did deaN oeeur7 1111 nrdr.lh Yr, MnnW i Yen, -- — — ono Add p,,,—p1— Save In ut a dorm R . RB v" e>: SBt 7 1 P OSHA's Form 300A (Rev 01!2009) Note:You can type input into this form and s.„ it. year 2016 Caw r so Ehe forms in this reeordkeeping package arc"fill.3blelwr nbl e" _ PDP documents,you can type into the input form fields and .. U S Ocp-'1,i en[of Lab or J"junes and ffinesses thur ?veyourinputsusingthefreeAdobePDFReader nccun,rronr 1,Y • .-inn.v1n1in1.1r-;nn All establishnre is a ,,led by Pmt 1904 must complete this Sturmally page,even if no work-related injuries or illnesses occurred during the year Renrembcl fu; _'g!o h th, c e conlpletc.0d '1!e before completing this summary. Using the Ljr cot no"l [-1 e0r,",you made for each category Pen rhe totals below,making sure you've added the entries from Establishment infarmation every paye or!he_J a/, l 1d 1 o""e rv,te 0." ,.,,,, ,,,,,«„„„„,„„„,A.Ortiz Construction&Paving Inc. Employees,former uIpployeus,and(heir representatives have the right to review I-OSHA Form 300 in its entirety.They also have limited access to the OSHA Form 301 of its equivalent.See 29 CFR Part 1904.35,in OSHA's recd;dF,aeping rule,for further details on the access provisions for 102 Airport Rd. these forms Rtrcci Corpus Christi s a,Tx r l 78405 1 i ,�,�.�1,r.a, • hldudr dcccnpnon(r.g..4lnurrJtuurr n runrnr rrra6 tool, loch nuuil.i uI l oca n .u o. l u[,l _ld” ul c•l­ l oca rmml .i of uansfer or oih.1 .J,::NIc Sunnciard lindLISMAI Clnssifmauon(SIC),ifknnwn(ag.,37/i} U U U ­,,h Anmrinm Industrial Classifcslinn(NAICS),if-known(a g.,33(212) pkp 237310 t nl•d IoLd mmlh�i J.n,1 d 1111 Employment informa[ionrlj n,u Jr»;'rhwerhe.cefigures.src rhe 1 alum 1.11 I..-I 1,n I_aiiruun 11101 -1171,1. lnnnalavergenumherofempiny— 25 I: Tnlal hours worl:eh by all cmpinyccs last year 28000 1Sign here al uulliM of Knoo'in�ly falsifyin.,this document mairesult in a fine. .11 (4) Nuisonin s � I cenil�Chau I hacr ci:unmed this dncumem and that m the hest nt lotto icy __.._ .__ 5 m nmsl nitll�mutes are true.accurate,and complete in di>u1Jas 0 ($) Ilcaringluss 0 OGU man- --- --- Company cauadive Tiue o Ia)Krulnralon CuiJiprq c. U !61 All alba Illncssts _ 0 mnrm y -���-2,1 2,,Z D:ne Pu>t d1/s F.,i,rua1,y 1 1,u April 3u of the y­fou„wily 1,n;; "I by It”r„1,n. Save Input N1V i:J U:u+'11+11,cf.4...USHA UII-.au . 17 Ln co ls� Ln FF IL C LL CU 91 xs a: O'k CL to 12 Z7, 1, rf u m cr OSHA's FO1777 300r`i (Rev.Otr'u:,U w te:You can type input into this form and we it. Y@ar�� 7TWFUIFF forms in this remrokeeprng package are"Illlablemritable" rJ _ Y' .e P(- to f.r npl form fields and U.S.Orp—!taunt of Labor Off Work-Related Injuries ana M Yfilesses snvcY ,r naulslsn4lneBE�, oe�PDFR[aoFr All --J U7 Pa,t 1904 mus'Complete this Summary page.,ren r`no 1rork-relatad injurias or illnesses the year _ Rel I L,)g lhy IM1111 ar w I .. lu. cun'1-'k. Ig tll:s suntr-:ry U-,1 03,1 !„ did­,J 1 ento,s you made!or ILV.11 .dc-y0✓ I nun.:rile the totals below,malting sure you've added the entries from Establishment inlrormatmn Y1 evu .':.In lr0 =s s,v:lire'0." m:.r..r.m.­ 11—A. LI, j,L ,.,d!-r representatives have the ngnt 10 revievr the OSHA Form 300 in its entirety.They also have limited access - to th, lvnt.See 29 CFR Part 1904.35,In OSHA's recotakeeping rule,for further details on the access provisions for this r.. Is Strccl�l)2 YI lli ��1_ _. City Ua VO WrIsfl Stale Zip �l'_ik_� I loslry dewripoa t(e A,Alomlfoclure of mninr tnmk lrndu 1 _I of Total number ot'cases 'Ibtal number of .__.;.ilig da, with job naesfar or other recordable wStandard Industrial Classification(STC),itknnwn(e.g.,371 i) d1.;. ;iron ork res'uiction cases OR Nanh American Industrial Classification(NA ICS),it knon'n Ie_g..3i6312) ,...,..:I.. of days Total number ul'days of job Employment information pima don't r—,the-fignre.c,.me die Iia...v,ark U-st cr or restriction Ifrr.A:cfu•rr oa it m.rt["g,1,�Fu,,.m.•_1 _.. ..�'_.__... Annual averagcuumhernfemplay VS Total hours worked by all employees last year jwl U� rel( ,>r7?111 r= Sign here W d mmmlx:r ul. Knowingly falsifying this document map result in a tine. 1 certif}that I have esammed this document and that to the best of (t)Injuries (4) Poisonings my knmvledgthe entries are Isle,accurate,and complete. (2)Skin disorders (5)Hearing loss or m GCl 0 1 a Y Company eseculive fid. (3)Respirti conditions (6) All other illnesses _ Phmu-�1 QI c 1 _S2,2_ ,,oc ki- /L'1._ .?,DC i Post this Summary pay,,!tore February Y to Aprit 30 of the year foltewrng the year covered by the corm. .Slave input N[fl ......... 'I d' I - t J.. l I J daI d wall J II r y 1 a -I! J.r AIdV� Aa3 I '-4n._,CenP wuen oc NW_ 1)L';ii_I'i 11�..�i:,"'1il:;.,i,ill: ac- C� C� N cc t !L Z Z Oro C; �mm QC7 E 2 00 2-c 0 -an 7. 0 CL 0 lu o CL 14 2 7J 0 77;' ;57 4j! x Ix ID 0 " ( 1 37 a OSHA's Form 300A (ftev.0412004) a Yautype l p t mt.tl .ands 1 4 ethe r 1 l : F"gaar� Illade'wfdeblc" Year 20 YDF doCu me SIS. �o t to tl It farm fields and U S D rtnJ=nt nF Labor S1SV�YY6YYJf� 7 tvb �Clvu w u Ll �� �J�L`�LI U u�ll�1 'l� tl� Wen save Yew,nputs sl�gth Ir", ,ul r POF Reader, I Ailg the year. Rerncrn. 'o ra ! _og 11,int,!tl 111R11s ale cu r ,u a a 1��rxur Lslo ml f,i U ly Ph'sunnne rl ry. Vying the Loy,count the u,,h-Moi ent-s you mode for each�calegoiy 1 hen write the lotals below,making sure you've added the entries from every pipe of the Log.It you had no uses Iwrlc ) Establishment information Eo;rlb gees-formerempleyees,and ttrerr mplesentatives Have the fight to review the OSHA Form 300 in its entirely.They also have limited access to the VSEL Form 301 or its equivalent.See 29 CFR Part 1904.35,in OSHA's recordkeeping rule,for further details on the access provisions for vd....e.er.n,n..,en,n..A.oltiZ Construction B Paving Inc. the"loons. Streel 102 Airport Rd. Cin, Corpus Christi stmeTX Zip78405� I ued Humber of 1,n;;l nl rrl•:i I„L:I:pJGk (cox, lov.'.lu:n,r_i of dcallis e��.� '-(h 111 ,,111 "I'llanslel or uthm I.cul�Lhlu Indusuy desenpunn(eg.,MmnlJhat,—Ifmnrnr!rink mnlers) 0 0 0 _.. :,..II.tw�n�en ln.el.ur..l iln:a ucaion(NAICS).il'knovan(eg.,37!,21^_) Number of Days j� En�ploymettt iufvrrnation 'Irm dnn76m¢•nc�•.eJ figum, rrL< Total number of days Total number ordays of job 17 away from work transfer or Ic5lriction ;l nnnal ave ge number of oolfoye,, 0 0 25650 Tota(hours worked by all employees last year (K) U Sign here Injury and Illness Types Klllmllrvllful'ifeIhic duemuent mac n•.u11 in a tine. Total number of I Celut(�[:,r f h 11liar 1 d h locum 1 'I,....o the hest of (M) AY kmnrlyd��c th w,; ,❑c true,acCUMJ 1(I amyllcm- 0)Injuries 0 (4) Poisonings 0 /�(I I 1��t'— (Il Company 111�.11.1 f Title (2I Skin disorders 0 (5) Hearing loss 0 Phone �✓W_ D�. Date (3)Respiratory conditions 0 (6)All other illnesses 0 Ia $g,fp Post this Summary page f m February 7 to April 30 of the year fallowing the year....tell by the form. g it/ISI+I 9i Pubbelepw ,burden tai llneeunleum aCinrw, ni .neJ l� ce pn cxpuns n.lUJinp lin .,d,c n.. ""Jyall er d,c Ja' d'd.an,l a 11111 JAI I otnplgemJ msec the collation Uf'nfa y rl spo xd lu Jc mllc 1 1 14--l— I J 1 JJ---cunnus—Ibll nu obum.tl,cec uumntu ur mi olh s�l 1L's J u.nlh.n vo ln.t.US Ml---]l.ubv 0SIIA I)li a ul S­nca,final si.I(u n N 3nnJ.inn C,insl,u w—, NW. Wmldnywa UC EII2111.Uu nus acndd,e�nnn.klnl luniu lu lbir ell ice.n HIGGINBOTHAMT" S w a n t n e r & G o r d o n October 19, 2018 A. Ortiz Construction & Paving, Inc. 102 Airport Rd. Corpus Christi, TX 78405 Re: Workers Compensation Experience Modification History Risk ID# 420902174 Please be advised that the Workers Compensation Experience Modification history for the past three years and current year are as follows: Modifier Experience Effective Modifier Policy Period Policy Number Carrier Date Factor 10/29/18 .85 10129118-19 0001185671 TX Mutual Ins Co 10/29/17 1 .22 10/29/17-18 0001185671 TX Mutual Ins Co 10/29/16 1.39 10/29/16-17 0001185671 TX Mutual Ins Co 10/29/15 1.34 10/29/15-16 TSF0001185671 TX Mutual Ins Co Sincerely, Renee Terrell PO Box 870, Corpus Christi, TX 78403-0870 1 T 361 883-1711 1 F 361 844-0101 Raul Ortiz 6530 Lens Dr., Corpus Christi TX 78414 Phone: (361) 425-2130 Office: (361) 882-2122 E-Mail: raul.ortizl8@yahoo.com President of A. Ortiz Construction & Proving Inc.(2014-Present) Professional Experience • Director of production, sales, cost control and inventory accountability • Accomplish high sales record while maintaining low cost of operations • Persistent and driven to accomplish multiple jobs to meet all contract deadlines • Knowledgeable of the different types of paving used for each job Oualifications • Strong background successfully managing to achieve business goals • Passionate about achieving a challenging position that allows meaningful contributions to a business success. • Excellent computer skills which include Microsoft software • Superb leadership, communication abilities, and planning skills Education • Del Mar Student—Business 2009-2011 • Richard King High School- Graduated in 2009 Job History • A. Ortiz Construction&Paving, Inc. Project Manager for the following projects: The City of Corpus Christi: Residential Street Rebuild E17019 Lifecycle Curb & Gutter Replacement E18080A IDIQ Minor Street Improvements E17048 Lifecycle Curb & Gutter Replacement E16428 IDIQ Minor Street Improvements E16252/E16253 Commadores Dr. at Park Rd 22 Left Turn Lane Improvements Lifecycle Curb and Gutter Replacement E14035 Accessible Routes in CDBG Residential Areas E131301E13131 Corpus Christi Naval Air Station: Concrete Repairs Corpus Christi Regional Transportation Authority: Bus Stop Improvements Bear Lane Improvements Bus Wash Improvements Nueces County: Bishop County Old Fire Station Parking Lot Improvements Bishop County Old Fire Station Striping Bishop Senior Center Amistad Park Bus Stop Pads U.S. Ecology: Bollards/Header Curb/Exploratory Digging Slab and Footer Tank Form Modification Excavator Ramp Access Concrete Placement (Ash Area) Metal Container Grouting Concrete Improvements (West of TDX Pad) Work Around Concrete Pad Bollards and Concrete New MCC Thick Pad Lay Down Area Improvements Tank Foundation Kingsville Naval Air Station Valero Refinery (Coastal Refinery) Ingleside Naval Air Station Luis Ortiz 4225 Rapids Corpus Christi, TX 78410 361-882-2122 aortizp avasbcgl obal.net Stuninary of Qualifications I have experience in the construction and paving field as a Supervisor, Foreman and Safety Coordinator; responsible for over- seeing the completion of projects according to plans and specifications. Certifications: IO years experience as a foreman and superintendent for project specializing in asphalt, concrete and seal coat Certified in Work Zone Traffic Control (TEEX I.D. Num.: 1399005 (Texas A&M Engineering Extension Services) Certified in Train-The-Flaggers (TEEX I.D. Num.: 1399005) Professional Acconzplishnzeiits 2002-Present A. Ortiz Construction & Paving, Inc. as a Supervisor and Safety Coordinator for the following projects: • Owner City of Corpus Cluisli: Residential Street Rebuild E 17019 IDIQ Minor Street Improvements E17048 Lifecycle Curb&Gutter Replacement E16428 IDIQ Minor Street Improvements E16252/E 16253 Conunadores Dr.at Park Rd 22 Leff Turn Lane Improvements Lifecycle Curb and Gutter Replacement E14035 Accessible Routes in CDBG Residential Areas E13130/E13131 • Owner Corpus Christi Naval Air Station: Concrete Repairs • Owner Corpus Christi Regional Transportation Authority: Bus Stop Improvements Bear Lane Improyemcnis Bus Wash Improvements • Owner Nueces County: Bishop County OId Fire Station Parking Lot Improvements Bishop County Old Fire Station Striping Bishop Senior Center Amistad Park Bus Stop Pads • Owner U.S.Ecology: Bollards/Header Curb/Exploratory Digging Slab and Footer Tank Form Modification Excavator Ramp Access Concrete Placement (Ash Area) Metal Container Grouting Concrete Improvements (hest ofTDX Pad) Work Around Concrete Pad Bollards and Concrete New MCC Thick Pad Lay Down Area Improvements Tank Foundation • Owner Kingsville Naval Air Station • Owner Valero Refinery(Coastal Refinery) • Owner Ingleside Naval Air Station References Rau! Ortiz President of A. Ortiz Construction&Paving, Inc. (361)425-5099 Ralph Perez 2030 Toben Corpus Christi, TX 78412 361-882-212.2 aortizpav@sbcglobal.net More than 35 years experience in the Construction & Paving as a Supervisor, Foreman and Safety Coordinator: Responsible for overseeing the completion of projects according to plans and specifications. EDUCATION • Moody High School Class of 1971 • Del Mar College WORK EXPERIENCE A. Ortiz Construction & Paving, Inc. 1985-Present Supervisor and Safety Coordinator .lob History • A. Ortiz Construction & Paving, Inc. Project Manager for the following projects: O%vner City of Corpus Christi: Residential Street Rebuild E17019 1DIQ Minor Street Improvements E 17048 Lifecycle Curb 8r. Gutter Replacement E 16428 IDIQ Minor Street Improvements E16252/E16253 Conunadores Dr. at Park Rd 22 Left Turn Lane Innprovements Lifecycle Curb and Gutter Replacement E 14035 Accessible Routes in CDBG Residential Areas E13130/E13131 Oyner Corpus Christi Naval Air Station: Concrete Repairs Owner Corpus Christi Regional Transportation Authority Bus Stop Improvements Bear Lane Improvements Bus Wash lmproveincnts Owner Nueces Countv: Bishop County Old Fire Station Parking Lot Improvements Bishop County Old Fire Station Striping Bishop Scnior Center Amistad Park Bus Stop Pads ONvner U.S. Ecology: Bollards/Header Curb/Exploraton,Digging Slab and Footer Tank Fornz Modification Excavator Ramp Access Concrete Placement (Ash Area) Metal Container Grouting Concrete Improvements(West of TDX Pad) Work Around Concrete Pad Bollards and Concrete New MCC Thick Pad Lay Down Area Improvements Tank Foundation Owner Kingsville Naval Air Station Owner Valero Refinery(Coastal Refinery) Owner Ingleside Naval Air Station SKILLS/TRADES Operate construction machinery, all aspects of road construction and general contracting, Supervise crews and maintain records. REFERECES Raul Ortiz President of A. Ortiz Construction&Paving, Inc. (361) 425-5099 Adrianna Ortiz Vice President of A. Ortiz Construction& Paving, Inc. (361)882-2122 Adriana Orfiz. 102 Airport Rd Corpus Christi, TX 78405 361-882-2122 /aortizpav@sbcglobal.net Qualifications Strong background successfully managing to achieve business goals Passionate about achieving a challenging project that allows meaningful contributions to business success. Excellent computer skills which include Microsoft software Superb leadership, communication abilities,and planning skills Job History 1989 to Present-A. Ortiz Construction & Paving, Inc. Direct production of sales, cost control and inventory Maintain low cost of operations Maintain all jobs to meet all contract documents Manage safety operations for contracts to insure safety on job site Manage daily dispatch of work crew Experience Project Manager and Safety co-ordinator for the following projects: The City of Corpus Christi: Residential Street Rebuild El 7019 Lifecycle Curb & Gutter Replacement E18080A IDIQ Minor Street Improvements E17048 Lifecycle Curb & Gutter Replacement E16428 IDIQ Minor Street Improvements E16252 /El 6253 Commadores Dr. at Park Rd 22 Leff Turn Lane Imp Lifecycle Curb and Gutter Replacement E14035 Accessible Routes in CDBG Residential Areas E13130/E13131 Corpus Christi Naval Air Station: Concrete Repairs Corpus Christi Regional Transportation Authority: Bus Stop Improvements Bear Lane Improvements Bus (Nash Improvements Nueces County: Bishop County Old Fire Station Parking Lot Improvements Bishop County Old Fire Station Striping Bishop Senior Center Amistad Park Bus Stop Pads U.S. Ecology: Bollards/ Header Curb/ Exploratory Digging Kingsville Naval Air Station Valero Refinery {Coastal Refinery} Ingleside Naval Air Station 00 52 23 AGREEMENT This Agreement, for the Project awarded September 24, 2019 on is between the City of Corpus Christi (Owner) and A Ortiz Construction & Paving Inc (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Residential Street Reconstruction Prosect Prosect No. 18101A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi,Texas 78411 GOrtiz@hanson-inc.com 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel, PMP—Assistant Director of Construction City of Corpus Christi—Engineering Services 4917 Holly Rd -#5 Corpus Christi,TX 78413 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 425 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 455 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 Agreement 005223- 1 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $1,800 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 17.16 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet 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 15.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 5,883,387.45 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. Agreement 005223- 2 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 B. Progress payments equal to the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 17.01 of the General Conditions. D. At the Owner's option, retainage may be increased to a higher percentage rate, not to exceed ten percent, if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion,the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 17.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 17.16 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 Except as specified in Article 5, the Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. Agreement 005223-3 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. Agreement 005223-4 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 15.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions,drawings, receipts,vouchers, memoranda,and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR— Contract Documents must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, documents must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-5 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 [SIGNATURE PAGE TO FOLLOW] Agreement 005223-6 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 ATTEST CITY OF CORPUS CHRISTI Digi taRysigb by Rebecca Huerta Digitally KimBk,Kim Baker 11.. 1/ylI J DN:cn=Rebecca Huerla,o=Liryof Lorpus Lhrisli,ou=Ciry Kim Baker DN'.--Kim Baker,-City of Corpus Christi,ou=Con[ra cls and Secretary,email=rebeccah@cdexas.mm,c=US Pmcun:191 11 email=kimb2@cctexas.com.-US vvVr�w VYY✓ 111«<111 Date:2019.10.1808:25:�A5'00' pate'.2019.10.1108'.Oy'.35-05'00' Rebecca Huerta Kim Baker City Secretary Director of Contracts and Procurement M2019-154 AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL 09-24-2019 Digitally signed by Kent Mcllyar DN:cn=Kent Mc Digitally signed by RH/AB email=lcentmc@cctectexas.cocom:c= RH/AB us Date:2019.10.11 08:45:45-05'00' Date:2019.10.02 19:26:21-05'00' Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR Jessica Perez Digitally a le:201s 1o0b1y1o2936 0500' A Ortiz Construction & Paving Inc Digitally signed Raul Ortiz (Seal Below) By: R a u l O r l`i Z Date:019.10 051Y10:30:440 05'00' Note: Attach copy of authorization to sign if Title: President person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 102 Airport Rd Financial Officer Address Corpus Christi, TX 78405 City State Zip 361/882-2122 Phone Fax aortizpav@sbcglobal.net Email END OF SECTION Agreement 005223-7 Residential Street Reconstruction Project, Project No. 18101A Rev 10/2018 00 6113 PERFORMANCE BOND BOND NO. 4403233 Contractor as Principal Name: A. Ortiz Construction & Paving Inc Mailing address (principal place of business): 102 Airport Rd Corpus Christi, TX 78405 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: Project No. 18101A Residential Street Reconstruction Project Award Date of the Contract: September 24, 2019 Contract Price: $5,883,387.45 Bond Date of Bond: OCTOBER 1, 2019 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: FCCI INSURANCE COMPANY Mailing address (principal place of business): 2435 N. CENTRAL EXPWY, SUITE 1000 RICHARDSON, TEXAS 75080 Physical address (principal place of business): SAME Surety is a corporation organized and existing under the laws of the state of: FLORIDA By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 972-338-3394 Telephone (for notice of claim): SEE ATTACHED Local Agent for Surety Name: HIGGINBOTHAM INSURANCE AGENCY Address: 500 N. SHORELINE BLVD., SUITE 1200 CORPUS CHRISTI, TEXAS 78401 Telephone: 361-883-1711 Email Address: memoore@higginbotham.net The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond 18101A Residential Street Reconstruction Program 006113-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Prin ipal Signature: �f,,...Signature: Surety 2-. lego;-).,, �%0-7.2,U Name: Scw1 C)C Name: MA FI I FN MOORF Title: D, e:) k A e. ---t- Title: ATTORNEY IN FACT Emall,Address: q p O; z,Pao g C\cCsin-b6-1. Email Address: memoore@higginbotham.net •, C1 10Q '''iii nor ,,,,,,., e �; •` ,..*•3�` (Attach Power of Attorney and place surety seal below) • - Ccl END OF SECTION Performance Bond 18101A Residential Street Reconstruction Program 006113-2 7-8-2014 • "r 1 ,,\ ft FCCI INSURANCE GROUP More than a policy. A promise. GENERAL POWER OF ATTORNEY 10-00082361 Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under the laws of the State of Florida (the "Corporation") does make, constitute and appoint: Aaron Endris; Mary Ellen Moore; Alicia Grumbles; Sherri Collins; Gwendolyn Johnston; Jack L Henry; Michael R Simon; Tricia Balolong; Tracy L Miller; William Mitchell Jennings; James R Reid; Katie Rogers Each, its true and lawful Attorney -In -Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of (not to exceed $7,500,000): $7,500,000.00 This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction_ The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. In witness whereof, the FCCI Insurance Company has caused these presen s to be signed by its duly authorized officers and its corporate Seal to be hereunto affixed, this 25TH day of Se.tember 2016 . Attest: .6......00avoRgrF9 Crain, President LL SEAL < Thom �- . Koval Esq., EVP, Chie Officer, FCCI nsur ce Company r„ Gov- ment Affairs and Corporate Secretary ��oR+o? ' FCCI Insurance Company State of Florida County of Sarasota Before me this day personally appeared Craig Johnson, who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 9/25/2020 Notary Public State of Florida County of Sarasota Before me this day personally appeared Thomas A. Koval, Esq., who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 9/25/2020 CERTIFICATE Q,ze-x_e42e?,,,,„ Notary Public I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 24, 2011 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. 1.10NA-3592-NA-04. 8116 • Dated this ` 1ST day of OCTOBER , 2019 Thoma 4. Koval, Esq., EVP, - - Legal Officer, Govr ent Affairs and Corporate - = ary S�1 y£NSITIVFS,�( O 1 DocuGard 104546 contains a security pantograph, bttie background, heat -sensitive ink, coin -reactive watermark, and microtext printing on border. h7,I NC AT O'S IMPORTANT NOTICE To obtain information or make a complaint: You may call FCCI Insurance Group's (FCCI)* toll-free telephone number for information or to make a complaint at 1-800-226-3224. You may also write to FCCI Insurance Group Compliance Department e-mail at StateComolaints(fcci-arouo.com. For Claims, you may write to FCCI Insurance Group Claim Department e-mail at newclaimefcci-group.com. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance: PO Box 149104 Austin TX 78714-9104 Fax: 1-512-475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtectionatdi.state.tx. us PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact FCCI first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached documents. *The FCCI Insurance Group includes the following insurance carriers: Brierfield Insurance Company, FCCI Advantage Insurance Company, FCCI Commercial Insurance Company, FCCI Insurance Company, Monroe Guaranty Insurance Company, and National Trust Insurance Company. 1 -BD -TX -21690 -NTP -11-12 Page 1 of 1 Copyright 2012 FCCI Insurance Group. 00 6116 PAYMENT BOND BOND NO. 4401M Contractor as Principal Name: A. Ortiz Construction & Paving Inc Mailing address (principal place of business): 102 Airport Rd Corpus Christi, TX 78405 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: Project No. 18101A Residential Street Reconstruction Project Award Date of the Contract: September 24, 2019 Contract Price: $5.883.387.45 Bond Date of Bond: OCTOBER 1, 2019 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: FCCI INSURANCE COMPANY Mailing address (principal place of business): 2435 N. CENTRAL EXPWY, SUITE 1000 RICHARDSON, TEXAS 75080 Physical address (principal place of business): SAME Surety is a corporation organized and existing under the laws of the state of: Fl nRIfA By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 972-338-3394 Telephone (for notice of claim): SEE ATTACHED Local Agent for Surety Name: HIGGINBOTHAM INSURANCE AGENCY Address: 500 N. SHORELINE BLVD., SUITE 1200 CORPUS CHRISTI, TEXAS 78401 Telephone: 361-883-1711 Email Address: memoore@higginbotham.net The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form 18101A Residential Street Reconstruction Project 006116-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Princip I Signature: ," Surety Signature: ___:_e•-•/,- t t- d( 1,,, 2r7;2_4 1 Name: �0.u� UC �. i ,- Name: MAR LEN MOORE Title: Qc �'\ cKe._,. - Title: ATTORNEY IN FACT Email Address: 0\.0( ;-1 c) Ci u c cam f)(-11. Email Address: memoorePhigginbotham,net kT rJ I t\ -Lk (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 18101A Residential Street Reconstruction Project 006116-2 7-8-2014 ;� 'l. J'r: FCCI INSURANCE GROUP More than a policy. A promise. GENERAL POWER OF ATTORNEY 10-00082361 Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under the laws of the State of Florida (the "Corporation") does make, constitute and appoint: Aaron Endris; Mary Ellen Moore; Alicia Grumbles; Sherri Collins; Gwendolyn Johnston; Jack L Henry; Michael R Simon; Tricia Balolong; Tracy L Miller; William Mitchell Jennings; James R Reid; Katie Rogers Each, its true and lawful Attorney -In -Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of (not to exceed $7,500,000): $7,500,000.00 This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. In witness whereof, the FCCI Insurance Company has caused these presen s to be signed by its duly authorized officers and its corporate Seal to be hereunto affixed, this 25TH day of Se.tember , 2016 . Attest: Crai hn n, President FCCI nsur ce Com pan y Thom-.. Koval Esq., EVP, Chie : • . Officer, Gov merit Affairs and Corporate Secretary FCCI Insurance Company State of Florida County of Sarasota Before me this day personally appeared Craig Johnson, who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 9/25/2020 Notary Public State of Florida County of Sarasota Before me this day personally appeared Thomas A. Koval, Esq., who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 9/25/2020 CERTIFICATE Notary Public I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 24, 2011 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. 1-IONA-3592-NA-04. 8/16 Dated this \ 1ST day of OCTOBER , 2019 Thoma " . Koval, Esq., EVP, Legal Officer, Gov r ent Affairs and Corporate - ary I)nrh(aM ?fl454fi rnntainc a.cerhrihr nantnnranh lithe hackarn';md heal-cencitiva ink rnin-reartive watermark and mirrntart prin(ing nn hnrdcr ?S SEHSITIVF SyFr OFS ° %H user OP4 IMPORTANT NOTICE To obtain information or make a complaint: You may call FCCI Insurance Group's (FCCI)* toll-free telephone number for information or to make a complaint at 1-800-226-3224. You may also write to FCCI Insurance Group Compliance Department e-mail at StateComolaints(fcci-aroup.com. For Claims, you may write to FCCI Insurance Group Claim Department e-mail at newclaim a(fcci-grouo.com. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance: PO Box 149104 Austin TX 78714-9104 Fax: 1-512-475-1771 Web: htto://www.tdi.state.tx.us E-mail: ConsumerProtection aetdi.state.tx.us PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact FCCI first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached documents. *The FCCI Insurance Group includes the following insurance carriers: Brierfield Insurance Company, FCCI Advantage Insurance Company, FCCI Commercial Insurance Company, FCCI Insurance Company, Monroe Guaranty Insurance Company, and National Trust Insurance Company. 1 -BD -TX -21690 -NTP -11-12 Page 1 of 1 Copyright 2012 FCCI Insurance Group. 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-MAIL ADDRESS: PRODUCER (A/C, No, Ext): PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT ER OTH- STATUTE PER LIMITS(MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) POLICY EFF POLICY NUMBERTYPE OF INSURANCELTR INSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY  +LJJLQERWKDP ,QVXUDQFH $JHQF\ ,QF32 %R[ &RUSXV &KULVWL 7;  5HQHH 7HUUHOO  UWHUUHOO#KLJJLQERWKDPQHW 7H[DV 0XWXDO ,QVXUDQFH &RPSDQ\ 257,=8QLWHG )LUH /OR\GV $ 2UWL] &RQVWUXFWLRQ 3DYLQJ ,QF $LUSRUW 5RDG&RUSXV &KULVWL 7;   %; ;    ;   % ; ;;  %;;  $; 1      6HH $WWDFKHG &LW\ RI &RUSXV &KULVWL  (QJLQHHULQJ$WWQ &RQVWUXFWLRQ &RQWUDFW $GPLQ32 %R[ &RUSXV &KULVWL 7;  ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of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±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±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