Loading...
HomeMy WebLinkAboutC2019-544 - 9/13/2019 - NA 00 52 23 AGREEMENT This Agreement is the Third Renewal (Pro). No. 19071A,approved on September 13,2019)of the Traffic Signal and Street Lighting Improvements IDIQ-Project No. E15126 awarded on January 12, 2016 by the City Council of the City of Corpus Christi,Texas("Owner")to Siemens Mobility Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Traffic Signal and Street Lighting Improvements IDIQ Yr 4 Contract Renewal (Ref E15126) Project No. 19071A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Maldonado-Burkett Intelligent Transportation Systems, LLP 3833 South Staples Street,Suite N214 Corpus Christi,TX,78411 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel—Assistant Director of Construction Inspection City of Corpus Christi—Engineering Services 4917 Holly Rd.,Bldg.#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. This is the Third Renewal Contract, Project No. 19071A of the Original Contract No. E15126 for Traffic Signal and Street Lighting Improvements IDIQ.The Third Renewal Contract extension will not exceed the amount of$300,000.00 for 180 calendar days.The Work is required to be substantially completed within 180 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 210 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 005223-1 • . Agreement REV 03-23-2015 19071A Traffic Signal and Street Lighting Improvements IDIQ REBID Contract Renewal Yr 4 ç(wt A4 N 1I F n CONTRACT DOCUMENTS FOR CONSTRUCTION OF Traffic Signal and Street lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ)- REBID Project No. E15126 � :•� '�` til ✓ ..:...................... J ILS" -N E3 L I�rCtiti LL ..iW City of 96763 Corpus 9/11/15 Christi SUBMITTED BY: IdlJ M RL OONI..-R-1 INTELLIGENT FRAN5PORTATION SYST-5,LLP 3833 South Staples St., Suite N214 Corpus Christi, TX 78411 September 11, 2015 Record Drawing Number STR 915 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev06/12/2015) 00 30 00 Bid Acknowledgment Form (Rev06/12/2015) 00 30 01 Bid Form (Rev 03/23/2015) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 04 Conflict of Interest Questionnaire 00 30 05 Disclosure of Interest 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience 0052 23 Agreement(Rev 03/23/2015) 0061 13 Performance Bond (Rev7/3/2014) 0061 16 Payment Bond (Rev 7/3/2014) 00 72 00 General Conditions (Rev3/23/2015) 00 72 01 Insurance Requirements (Rev7/3/2014) 00 72 02 Wage Rate Requirements(Rev 06/12/2015) 00 72 03 Minority/ MBE/ DBE Participation Policy 00 73 00 Supplementary Conditions 00 74 00 Special Conditions for Funding Agency Division 01 General Requirements 01 11 00 Summary of Work 0123 10 Alternates and Allowances 01 29 00 Application for Payment Procedures (Rev03/11/2015) 01 29 01 Measurement and Basis for Payment 01 31 00 Project Management and Coordination 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 0133 01 Submittal Register(Rev 7/3/2014) 01 33 02 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 000100- 1 Table of Contents REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID- E15126 Division/ Title Section 01 35 00 Special Procedures 01 40 00 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications General Specifications for Traffic Signal Maintenance, Repair and Installation General Notes 025803 Traffic Signal Adjustments 341416.33 Traffic Signal Controller Unit 344116.23 Traffic Signal Cabinet and Assemblies 600 Lighting, Signing, Markings and Signals 618 Conduit 620 Electrical Conductors 622 Duct Cable 624 Ground Boxes 628 Electrical Services 633 Uninterruptible Power Supply for Traffic Signals 635 Internally Illuminated Street Name Sign 655 Controller Foundation 680 Installation for Highway Traffic Signals 682 Vehicle and Pedestrian Signal Head 683 LED Vehicle and Pedestrian Signal Countdown Module 687 Pedestrian Pole Assemblies Part T Technical Specifications 416 Drilled Shaft Foundations 432 Riprap 476 Jacking, Boring, or Tunneling Pipe or Box 502 Barricades, Signs, and Traffic Handling 610 Roadway Illumination Assemblies 613 High Mast Illumination Poles 614 High Mast Illumination Assemblies 621 Tray Cable 627 Treated Timber Poles 000100-2 Table of Contents REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID- E15126 Division/ Title Section 684 Traffic Signal Cables 685 Roadside Flashing Beacon Assemblies 686 Traffic Signal Pile Assemblies (Steel) 688 Pedestrian Detectors and Vehicle Loop Detectors 690 Maintenance of Traffic Signals 6000 Illumination Maintenance ASTRO-Brac Assy,Tallon Series 1-Way Cable Mount City Traffic Signal Cable Color Code Exhibit A-Camera Connector Pinout PELCO Astro-Brac Camera Mounting Wiring Diagram for Video Camera Surge Suppression Filter ISOTEC Video Cable PELCO Pedestrian Push Button Station Assembly Sheets Internally Illuminated Street-Name Sign Quazite PG1118BA18 Stackable Open Bottom Assembly Quazite PG2436BA18 Stackable Open Bottom Assembly SmartMonitor MMU-16LEip WAVETRONIX-Smart Sensor Advance COHU_Helios_3960SD or approved equivalent COHU-Camera_Mounting Brackets or approved equivalent COHU-Camera-Control-Cable or approved equivalent Cobalt by Econolite Appendix Title END OF SECTION 000100-3 Table of Contents REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID- E15126 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following Project: Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID Project No. E15126 A. This project is for the installation/ maintenance and repair of roadway illumination and traffic signals. The construction/maintenance will include, but not limited to: foundations, signal poles, mast arms, signal heads, pedestrian poles, pedestrian heads, school zone flashers, conduits, conductors, controller cabinets, electrical services, illumination poles, etc. Reference to the engineering drawings should be made for estimated summary of materials and details. This project is a twelve-month service agreement with option to extend for up to two additional twelve-month periods, subject to the approval of the supplier and the City Manager or his designee for Installation, Maintenance and Repair of Roadway Illumination and Traffic Signal Repairs throughout various locations in the City of Corpus Christi. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $450,000.00 to $600,000.00. The Project is to be substantially complete and ready for operation within 365 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 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. 002113- 1 Invitation to Bid and Instructions to Bidders REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID-E15126 ARTICLE 3—PRE-BID CONFERENCE 3.01 A non-mandatory pre-bid conference for the Project will be held on Tuesday September 29, 2015 at 10:30 am at the following location: City Hall Building—Capital Programs Conference Room 1 or 2 3rd floor, Capital Programs Department(formerly "Engineering Department") 1201 Leopard Street, Corpus Christi,Texas 78401 ARTICLE 4—COPIES OF CONTRACT DOCUMENTS 4.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 4.02 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. 4.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 5—EXAMINATION OF CONTRACT DOCUMENTS 5.01 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. 5.02 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 002113-2 Invitation to Bid and Instructions to Bidders REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID-E15126 related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 6—INTERPRETATIONS AND ALTERNATE BIDS 6.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 6.02 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. 6.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 7—BID SECURITY 7.01 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. 7.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents,the bidder's name and the job name and number and delivered as required in Article 7 below. 7.03 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 002113-3 Invitation to Bid and Instructions to Bidders REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID-E15126 b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 7.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 7.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 7.06 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. 7.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 8—PREPARATION OF BID 8.01 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. 8.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 8.03 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. 8.04 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. 8.05 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. 002113-4 Invitation to Bid and Instructions to Bidders REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID-E15126 ARTICLE 9—DELIVERY OF BIDS 9.01 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. 9.02 Bids must be received no later than Wednesday October 7, 2015 at 2:00 p.m. to be accepted. The Bids will be publicly opened and read aloud at this time in the City Council Chambers or Staff Room, 1"floor of the City Hall Building. Bids received after this time will not be accepted. 9.03 Electronic Bids may be submitted to the CivCastUSA website at www.CivCastUSA.com. 9.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid -Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID Project No. E15126 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 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. 002113-5 Invitation to Bid and Instructions to Bidders REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID-E15126 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days,thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12—OPENING OF BIDS 12.01 Bids will be publicly opened and read aloud at Wednesday October 7, 2015 at 2:00 p.m., at the following location: City Hall Building- City of Corpus Christi First Floor City Council Chambers or Staff Room 1201 Leopard Street Corpus Christi, Texas 78401 12.02 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 13—BIDS REMAIN SUBJECT TO ACCEPTANCE 13.01 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 14—STATEMENT OF EXPERIENCE 14.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 15—EVALUATION OF BIDS 15.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner, whether the Bidder has met the minimum specific project experience requirements. 15.02 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. 15.03 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. 002113-6 Invitation to Bid and Instructions to Bidders REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID-E15126 ARTICLE 16—AWARD OF CONTRACT 16.01 The Bidder selected for award of the Contract will be either the lowest responsible Bidder or the Bidder who provides the best value for Owner that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 16.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 17—MINORITY/MBE/ DBE PARTICIPATION POLICY 17.01 Selected Contractor is required to comply with the Owner's Minority/ MBE/ DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY. 17.02 Minority participation goal for this Project has been established to be 45%of the Contract Price. 17.03 Minority Business Enterprise participation goal for this Project has been established to be 15% of the Contract Price. ARTICLE 18—BONDS AND INSURANCE 18.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 18.02 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 19—SIGNING OF AGREEMENT 19.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (4) of the Agreement and attached documents to the Owner within 14 days.The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. 002113-7 Invitation to Bid and Instructions to Bidders REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID-E15126 ARTICLE 20—SALES AND USE TAXES 20.01 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. 20.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 21—WAGE RATES 21.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 22—BIDDER's CERTIFICATION OF NO LOBBYING 22.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. ARTICLE 23—REJECTION OF BID 23.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 7. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 23.02 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: 002113-8 Invitation to Bid and Instructions to Bidders REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID-E15126 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. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate, through submission of the Statement of Experience,the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. END OF SECTION 002113-9 Invitation to Bid and Instructions to Bidders REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID-E15126 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 Maldonado-Burkett Intelligent Transportation Systems, LLP B. Paragraph 1.01.A.54 "Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. Signal maintenance shall be fully operational as per delivery orders. b. Illumination maintenance shall be fully operational as per delivery orders. C. Sidewalks and Pedestrian Ramps should be accessible as per delivery orders. 2. Only the following items not yet complete in accordance with the Contract Documents: a. Final Clean-up b. Punch List Items 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. 007300- 1 Supplementary Conditions 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID- E15126 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 Storm water 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 3. A total of 50 rain days have been set for this Project. An extension of time due to rain days will be considered only after 24 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. No report of explorations or tests of resurface conditions at or contagious to the Site, or Drawings of physical conditions relation to existing surface or subsurface structures at the Site, are known to Owner. SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE B. No report of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner. 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." END OF SECTION 007300-2 Supplementary Conditions 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID- E15126 00 91 01 ADDENDUM NUMBER 01 TRAFFIC SIGNAL AND STREET LIGHTING IMPROVEMENTS Project: IDIQ- REBID Project Number: E15126 Owner: City of Corpus Christi City Engineer: Jeff Edmonds, P.E. Designer: RAMON H. MALDONADO,JR., P.E. Addendum No. 01 Specification Section: 00 91 01 Issue Date: 10/02/15 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Farm may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: Ramon H. Maldonado, Jr., P.E. ' 7''c:. 10/01/15 __'kxxx\4 Name Date of 7- k4t + Addendum Items: t . l 00 0100 TABLE OF CONTENTS (ATTACHEMENT NO. 1) i nr:>' �. .. ....... ... . ......... ... 00 30 01 BID FORM EXHIBIT(ATTACHMENT NO. 2) �/+ ,: 4t 7'is PRE-BID SIGN- IN SHEET(ATTACHMENT N0. 3) F 01 Article 1-BIDDING REQUIREMENTS 1,01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 11 16 INVITATION TO BID—ARTICLE 7: 1. The date for receipt of Bids remains unchanged. The location for the receipt of Bids remains unchanged. Addendum No. 01 009101-3 Corpus Christi Standards- Regular Projects REV 03-09-2015 ARTICLE 2-BIDDING REQUIREMENTS 2.01 MODIFICATION TO THE BIDDING REQUIREMENTS A.SECTION 00 0100 TABLE OF CONTENTS: DELETE: TABLE OF CONTENTS in its entirety. ADD: TABLE OF CONTENTS in its entirety(Attachment 1). B.SECTION 00 30 01 BID FORM DELETE: BID FORM in its entirety. ADD: BID FORM in its entirety(Attachment 2). Article 3-CLARIFICATIONS 3.01 QUESTIONS A.Will the city be supplying certain materials? 1. Answer:The City will supply some equipment under maintenance of Traffic Signals and Illumination ONLY.Check Specifications for those items. B.For High Mast maintenance are ballast being furnished? 1.Answer: No,ballast to be furnished by Contractor. ARTICLE 4-ADDITION OF PRE-BID CONFERENCE SIGN-IN SHEET 4.01 ACKNOWLEDGE OF PRE-BID SIGN-IN SHEET A.ACKNOWLEDGE of the following sheet 1. PRE-BID SIGN-IN SHEET(Attachment 3). Addendum No. 01 00 9101-4 Corpus Christi Standards-Regular Projects REV 03-09-2015 Addendum No. 1 Attachment No. 1 Page 1 of 3 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 002113 Invitation to Bid and Instructions to Bidders (Rev 06/12/2015) 00 30 00 Bid Acknowledgment Form(Rev 06/12/2015) 00 30 01 Bid Form(Rev 03/23/2015) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 04 Conflict of Interest Questionnaire 00 30 05 Disclosure of Interest 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience 00 52 23 Agreement(Rev 03/23/2015) 006113 Performance Bond(Rev7/3/2014) 00 61 16 Payment Bond(Rev 7/3/2014) 00 72 00 General Conditions (Rev 3/23/2015) 00 72 01 Insurance Requirements(Rev 7/3/2014) 00 72 02 Wage Rate Requirements(Rev 06/12/2015) 00 72 03 Minority/MBE/DBE Participation Policy 00 73 00 Supplementary Conditions Division 01 General Requirements 011100 Summary of Work 012310 Alternates and Allowances 012900 Application for Payment Procedures(Rev 03/11/2015) 012901 Measurement and Basis for Payment 013100 Project Management and Coordination 013113 Project Coordination 013114 Change Management 013300 Document Management 013301 Submittal Register(Rev7/3/2014) 013302 Shop Drawings 013303 Record Data 013304 Construction Progress Schedule 013305 Video and Photographic Documentation Addendum No. 1 Attachment No. 1 Page 2 of 3 Division j Title Section 013500 Special Procedures 014000 Quality Management 015000 Temporary Facilities and Controls 015700 Temporary Controls 017000 Execution and Closeout Requirements Part S Standard Specifications General Specifications for Traffic Signal Maintenance,Repair and Installation General Notes 025803 Traffic Signal Adjustments 341416.33 Traffic Signal Controller Unit 344116.23 Traffic Signal Cabinet and Assemblies 600 Lighting,Signing, Markings and Signals 618 Conduit 620 Electrical Conductors 622 Duct Cable 624 Ground Boxes 628 Electrical Services 633 Uninterruptible Power Supply far Traffic Signals 635 Internally Illuminated Street Name Sign 655 Controller Foundation 680 Installation for Highway Traffic Signals 682 Vehicle and Pedestrian Signal Head 683 LED Vehicle and Pedestrian Signal Countdown Module 687 Pedestrian Pole Assemblies Part T Technical Specifications 416 Drilled Shaft Foundations 432 Riprap 476 Jacking, Boring,or Tunneling Pipe or Box 502 Barricades,Signs,and Traffic Handling 610 Roadway Illumination Assemblies 613 High Mast Illumination Poles 614 High Mast Illumination Assemblies 621 Tray Cable Addendum No. 01 00 9101-2 Corpus Christi Standards-Regular Projects REV 03-09-2015 Addendum No. 1 Attachment No. 1 Page 3 of 3 Division J Title Section 627 Treated Timber Poles 684 Traffic Signal Cables 685 Roadside Flashing Beacon Assemblies 686 Traffic Signal Pile Assemblies(Steel) 688 Pedestrian Detectors and Vehicle Loop Detectors 690 Maintenance of Traffic Signals 6000 Illumination Maintenance ASTRO-Brac Assy,Tallon Series 1-Way Cable Mount City Traffic Signal Cable Color Code Exhibit A-Camera Connector Pinout PELCO Astro-Brac Camera Mounting Wiring Diagram for Video Camera Surge Suppression Filter 150TEC Video Cable PELCO Pedestrian Push Button Station Assembly Sheets Internally Illuminated Street-Name Sign Quazite PG1118BA18 Stackable Open Bottom Assembly Quazite PG2436BA18 Stackable Open Bottom Assembly SmartMonitor MMU-16LEip WAVETRONIX-Smart Sensor Advance COHU Helios 3960SD or approved equivalent COHU-Camera_Mounting Brackets or approved equivalent COHU-Camera-Control-Cable or approved equivalent Cobalt by Econolite Appendix Title Addendum No. 01 00 9101-3 Corpus Christi Standards-Regular Projects REV 03-09-2015 STOZ-60-EO A36 sl:)afOad aeln2aa -spiepuelS 13si;gD sndio:) T-TO T6 00 TO 'ON wnpuappV 9ZTS13-018311(1)l0l)Al?wen0 aimiapu l`A 3A11a0 allurlapUl sluawanoidwl 8u1ly8ll laaa]S pue 1eu81S ar}TeJl 910 T aged LuJoj P!8 SSZ 11 031vinSNI 18'ON)230NO0 0313 VZO 001 j 3NV9(S'ON)80No0 3313 EZO OOT jl 031V1f1SNl(OT-ON)HCINOD 0313 ZZO OS it 38VB(OT'ON)80NOa]313 TZO OOT jl (,Z/T T)(VV11)1ON00 OZB OT jl (,.Z)(MA)iaNOD 6TO OT jl (,.T)(VV21)10NOD 8T8 OT 31 (.,V/E)(INS)1ON00 LIS ov 31 (32!08)(JV)(0V 0Ha5)(aAd)lONOD 918 OV 11 (�,V)(Ob OHCS)(OAd)1ON00 STB OU jl (31108)(,,£)(Ob(]HOS)(OAd)iGNOD VT9 S9 31 („E)(oV OH)S)(and)iON00 ETB OZ 3l (32108)(,.z)(OV DHDS)(DAd)1ON00 Z19 OZ jl (.,Z)(Ob OHaS)(:)Ad lONOD TTO ov Al (,,Z/T T) fab HOS)(and)IONOD OTO z V3 S(MSV')8-Ba5(VS A1)11 O1i NI 69 z V3 (MOST)(dl Al)(d/Il)AV 11021 NI S8 Z V3 5(MOST)(T Ai)(d/fl)WV ll 0H Ni LO Z AO la ID)(]NOD)d"dI'd 9O ZZ j1 (NI SV)(3lOd 91S 381)13VHS 111210 58 LT Al (NI Zb)(310d 915 321i)iJVHS MHO 179 Ell it (NI 9£)(310d DIS 32ii)1dVHS 111110 ES IT jl (NI OE) (310d 9IS j111)iJVHS 111110 Z8 9 3l (NI VZ) (310d 9IS j2il)1jVHS 111210 19 (1N3WAVd 2104 SISVB(INV 1N3W323f1SV3vi 1,9 6Z l0 NOI103S iad)S1N3W3AONdWI NOUVNIM111 79 WNDIS Didd 2:11.8 ved $ IZV nail TV Swall)1Vk13N39-V iUVd 1tl1D113f1S 133diS lVI83121V 83d S3CVld NI 313ldVgOD ST V3 'IVAOLN31i(INV 30NVN31NIVVV dn-13S'10HlN00 71j3V8i ZV T Sl (1NflOVVV OI9 1V101 30%S 033CX3 Ol iON) TV 30NV21f1SNI/SON09/NOI1VZIl l90VV30/N011VZI1180Vl (1N3l'0,Vd 2iCj SISV9 CNV 1 r;i�Vi2insvii`1 10 6Z l0 NO11C3S xad)luauaD-V Ved p)g aseg 1NnOWV 331lidJIM Al1iNVn0 3.INn N01MIUM30 Wall 030N3ll(3 031VW I1S3 P(e;0 sfseg d1l'swalsASuoileliodsuejllua211lalullla�ana-opeuoplelN :iau lsa0 :dVo :Jappr8 1lsuya sndjoC)o Al!C :JaumO 9ZTST3 :jagwnN 13afoad QIO311-(t)lQl)AmuenZD alluilapul'AJaAilaO allullapul 53uawanwdwl 2UI14511 laails pue leugls)llleil :aWEN 33afoad Kdoz!OI8 TO OE 00 IAIH03(1I8 TO OE OO 9 10 T 33ed Z -ON luawq:)elld T -Ofd wnpuappV Addendum No. 1 Attachment No. 2 Page 2 of 6 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT R25 FLFC CONDR(NO.6)BARE LF 100 B26 ELEC CONDR(NO.6)INSULATED LF ?00 B27 ELEC CONDR(NOA)BARE LF 25 B28 ELEC CONDR(NOA)INSULATED LF 50 B29 TRAY CABLE(3 CONDR)(12 AWG) LF 25 B30 GROUND BOX TYA(122311) EA 1 B31 GROUND BOX TY A(122311)W/APRON EA 1 B32 GROUND BOX TY C(162911) EA ? B33 GROUND BOX TY C(162911)W/APRON EA 4 B34 TIMBER POLE(CL 2)40 FT EA 1 B35 ELC SRV TY D 120/240 060(NS)SS(E)TS(0) EA 1 B36 ELC SRV TY T 120/240 000(NS)GS(N)TS(U) EA 4 B37 REMOVE ELECTRICAL SERVICES EA 1 B38 UNINTERRUPTIBLE POWER SUPPLY WITH EA 1 CABINET B39 (ILSN SIGN 6S)LED EA 2 640 (ILSN SIGN 8S)LED EA 2 B41 CONTROLLER FOUNDATION EA 1 B42 INSTALL HWY TRF SIG(FLASH BEACON) EA 2 B43 INSTALL HWY TRF 51G(ISOLATED) EA 1 B44 REMOVING TRAFFIC SIGNALS EA 1 B4S VEH SIG SEC(12")LED(GRNI EA 1.0 846 VEH SIG SEC(12")LED(GRN ARW) EA S 847 VEH SIG SEC(12")LED(YEL) EA 15 B48 VEH SIG SEC(12")LED(YEL ARW) EA S B49 VEH SIG SEC(12")LED(RED) EA 15 B50 VEH SIG SEC(12")LED(RED ARW) EA 5 B51 BACK PLATE(12 IN)(3 SEC) EA 2 B52 BACK PLATE(12 1N)(4 SEC) EA 2 B53 BACK PLATE(12 IN)(5 SECI EA 2 B54 PED SIG SEC(LFD)(COUNTDOWN) EA 4 B55 TRF SIG CBL(TY A)(12 AWG)(2 CONDR) LF 100 B56 TRF SIG CBL(TY A)(14 AWG)(4 CONDR) LF 1200 B57 TRF SIG CBL(TY A)(14 AWG)(7 CONDR) LF 50 B58 TRF SIG CRL(TY A)(14 AWG)(16 CONDR) LF 100 B59 INSTALL RDSD FL45H BEACON ASSEMBLY EA 1 B50 RELOCATE RDSD FLASH BEACON ASSEMBLY EA 1 B61 REMOVE RDSD FLASH BEACON ASSEMBLY EA I 1 B62 MSTL RDSD FLSH BCN ASSM(SOLAR PWRD) EA 1 B63 RELOCT RDSD 1`61I BCN AM(SOLAR PW RD) FA 1 BG4 TRAFFIC SIG POLE ASSEM(RELOCATE) EA 1 BGS INS TRF SIG PL AM(S)1 ARM(32') EA 1 1366 INS TRF SIG PL AM(S)1 ARM(32')LUNI EA 1 667 INS TRF SIG PL AM(S)1 ARM(36') EA 1 Bid Form Page 2 of 6 Traffic Signal and Street Lighitng Improvements Indefinite Delivery,Indefinite Quantity(IDIQ)REBID-E15126 RU 3-!3-Z0!5 Addendum No. 01 009101-2 Corpus Christi Standards-Regular Projects REV 03-09-2015 Addendum No. 1 Attachment No. 2 Page 3 of 6 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PEACE II QUANTITY AMOUNT B68 INS TRF SIG PL AWI(S)1 ARM(36')Lure EA 1 B69 INS TRF SIG FL AM(5)1 ARM(40') EA i B70 INS TRF SIG PL AM(S)1 ARM(40')LUM EA 1 871 INS TRF SIG PL AM(S)1 ARM(•I4') EA 1 B72 INS TRF SIG PL AM(S)1 ARM(44')LUM EA i B73 I:N5 TRF SIG PL AM(S)1 ARM(SO') EA 1 874 INS TRF SIG PL AM(S)1 ARM(SO')LUM EA 1 B75 INS TRF SIG PL AM(5)1 ARM(5S') EA 876 INS TRF SIG PL AM(5)1 ARM(55')LUM EA 1 B77 INS TRF SIG PL AM(S)1 ARM(60') EA 1 B78 INS TRF SIG PL AM(S)1 ARM(60')LUM C 1 B79 PED POLE ASSEMBLY E,', 4 BSO PEDESTRIAN PUSH BUTTON POLE I'll 1 BBI PED DETECT PUSH BUTTON(APS) F, 4 B82 RADAR PRESENCE DETECTOR EA G B93 RADAR PRESENCE DETECTOR COMM CABLE LF 100 B84 ETHERNET CABLE CAT 5 LF 50 CONTINGENCY FOR UNANTICIPATED LS I BS5 IMPROVEMENTS(MANDATORY) 5 ".000-OC 5 .1,000.00 Part B-TRAFFIC SIGNAL&ILLUMINATION IMPROVEMENTS(Items Bi thru B85) Part C-MAINTENANCE OF TRAFFIC SIGNALS(Per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYIr1_NTj Cl REMOVAL AND REPLACE GROUND BOXES EA 2 C2 REMOVAL AND REPLACE CABLES LF 25 C3 REMOVAL OF SPAN CABLE ASSM LF 1000 C4 REMOVAL OF TIMBER POLES EA 2 C5 REMOVAL OF SIGNAL HEAD ASSM EA 6 CG INSTALL OF SIGNAL HEAD ASSM EA b C7 REMOVAL OF SIGNAL RELATED SIGNS E:', CS INSTALL OF SIGNAL RELATED SIGNS EA C9 REMOVAL OF PEDESTRIAN PUSH BUTTONS 2 C10 INSTALL OF PEDESTRIAN PUSH BUTTONS C11 REMOVAL OF TRAFFIC SIGNAL POLE FND 1 C12 INSTALL OF FIND FOR GROUND MNT CABINETS EA 2 C13 INSTALL OF CONTROL CABINET(GRIND MNT) EA is C14 INSTALL OF FLASHER CABINET EA C15 INSTALL OF SIGNAL POLE ASSM EA C16 REMOVAL OF SIGNAL POLE ASSM EA C1.7 REMOVAL OF PEDESTRAIN RAMPS EA C18 REPLACE OF LUMINAIRE HEAD EA C19 INSTL PED POLE ASSM EA 2 C20 REMOVE PED POLE ASSM EA C21 REPL 12"LED TRF SIG LAMP UNIT(RED) EA C22 IREPL 12"LED TRF SIG LAMP UNIT(AMBER) EA 4 Bid Form Page 3 of 6 Traffic Signal and Street Lighitng Improvements Indefinite Delivery,Indefinite Quantity(IDIO)REBID-E1S126 At.,aas-los Addendum No. 01 009101 -3 Corpus Christi Standards- Regular Projects REV 03-09-2015 STOZ-60-EO A38 spafoid 3ejn2aa -spaepuelS sndlo:) V-10 16 00 TO 'ON wnpuappy Scour-f AN 9ZIS13-01838 MIDI)Alpuen0 aip1japul'/uaAliaO al!ucTapul Sluawan03dw1 8ulty8rl 19ai1S pue Ieu9iS:)yjell 9;0 V aged wJ03 Rt8 i V3 N0111VONn033AOW3H IF(] T V3 Nouvo of IIVISNl NO I V3 331AH3S IV31ti13313 33V1d31d 610 T V3 (ASSV iSVW H91H)33NVN31NIVW 3AI1N3A3bd 810 I V3 (ASSV 111 AVMCIU)3DNVN3INIVW 3AIIN3A31#d LTO I V3 38n1X13 1N3DS38on14 N0113nONl NIVSNIVW 9TO Z V3 311nixt3 SSVdd30Nn NiV1NIVW SIG Z V3 NOl1VNIWnIIi 1SVW H91H NIViNIVW CI0 Z V3 N011VNIWn111 AVMCIVO'd NIVINIVW £T0 SAW 3diVNIWnl3DVld3'8 ZTO 310d 38iVNiWnI 3DV1d38 Ila V3 S38IVNIWnl1SM H91H 3DV1d38 OTO Z V3 381VNItNn1 33V1d]! ' G0 i V3 38niX131N3DS311nMd NOILMON137VIL!- SO Z V3 (SdH)3MNII&M SSVd2130Nn 33V1dh L0 Z V3 ISdW A1gLN3SSV NOIIVNIWn111 AVMOVou 37V1d38 90 01 V3 3D11dS 1VDWi:)313 11V1SNl SO OT 11 1 31OVD AV813DV1d3a b0 0Z 31 uoiDnONo33DV1d38 EO OI 11 11nC1NOD 0Nno89830Nn 3DV1d38 zo 07 1l 11nON030Nno89-3A08V3DV1d38 TO {1N3NAVd WJ SISV9 QNVL43W38nSV3W 1062 10 N011333led)33NVN31NIVW NOt1VNIWn1ll-0lied 03 n8H1 0)SIVNE1tS 013jV8110 3}NVNIINIVW-)I'M iviolens 00Oco,t- S Cc*D00 5 I sl (Aao1VaNVW)S1N3MAOaaWI It1D 031VdI3L1NVNn M03 ADNIMMINOD 0002 31 Al9 W3SSV 319VD NVdS AD 7ViSNI OVD S V1 11Nn 8311MI1N031VN91S 3133V813DV1d38 GED DE V3 Wd13N18VD8311081NOD RED 8Z V3 Lid(nee)1INn dfl NDvs A8311V8 LED Z V3 8pH3NV 1V1S303d 1331S NI M]2 DS 1lV1SNI 9ED 0 t V3 80HDNV ONV 08Vn9 HIM An9 NM00 IIViSNI SES V1 V83WVD A11]3DV1d38 801IViSNI t'ED V3 VOMD MOD 1D3dSN1 18 NV31D £ED V83WV3 SOAIA 133dSNl18 NV31D ZED (318VDS30nlDNl)V83WVDS0AIA33V1d311 IED Z 3 LN3ISAS 80SMONd 39VWI 0301A 31DIH3A 3DVld3H 0£3 0v 1J3 LINn WADInWW 33V1d3d 6ZD 1 fG311ddnS A1ID)13N18VD H311081N0D 3IJJVkI1IIV-LSNI M 07, dl S3113VD 31n0838 LZD 7 V3 11Nn dM9 91S Mdl03111V1SNl 9Z3 t' V3 (Matl d38WV)ANn dWV1 DIS 32110731..ZT 1d341 SZD t- V3 (WV N89)IINn dINVI DIS 3211031„ZT 1d38 DZD V V3 (N3389)iINn dWVI 91S 381 031„iT ldla EZD 1NnOM 33I11d SIMn A111NVnb ilNn NOIJAIU O1 l4 l; a30N31X3 MVNI.I53 W803 019 IO OE 00 9 40 b aged Z 'ON JuawpejjV T •oN wnpuappV Addendum No. 1 Attachment No. 2 Page 5 of 6 00 30 01 BID FORM Item DE$CRSPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMQU NT D22 REPLACE TRANSFORMER BASE EA 2 D23 REPLACE TRANSFORMER COVER EA 2 D24 REPLACE HAND HOLE COVER EA 2 D2S INSTALL GROUND ROD EA 2 D26 REPLACE BALLAST EA 2 D27 REPLACE BALLAST{HIGH MAST LIGHTING) EA 2 D28 REPLACE FUSED DISCONNECT EA 2 D29 REPLACE LAMP SOCKET FOR POLL MOUNTED FIXTURES EA 2 D30 REPLACE LAMP SOCKET FOR UNDERPASS FIXTURES EA 2 D31 REPLACE LAMP FOR POLE MOUNTED FIXTURES LA 2 D32 REPLACE LAMP FOR UNDERPASS FIXTURES EA 2 D33 REPLACE LAMP(HIGH MAST LIGHTING) EA 2 D34 REPLACE LENS EA 4 D3S REPLACE FUSE EA 4 D36 REPLACE FUSE HOLDER EA 4 D37 REPLACE BREAKAWAY FUSE HOLDER EA 4 D39 REPLACE STARTING AID EA 2 D39 REPLACE PHOTOCELL AND BRACKET EA 1 D40 REPLACE CONTROL TRANSFORMER FOR HIGH MAST EA 1 D41 REPLACE CONTROL TRANSFORMER FOR ELECT SERVICE EA 2 D42 REPLACE CONTROL CIRCUIT FOR HIGH MAST EA 1 D43 REPLACE CONTROL CIRCUIT FOR ELECTRICAL SERVICE EA 2 D44 REPLACE HAND-OFF-AUTO SWITCH EA 2 D45 REPLACE CONTACTOR EA 2 D46 REPLACE METER BASE EA 1 D47 REPLACE TIME CLOCK EA 2 D4B REPLACE BREAKER PANEL EA 1 D49 REPLACE CIRCUIT BREAKER EA 2 DSO REPLACE FLEXIBLE POWER CABLE OR CORD LF 25 D51 REPLACE TWIST LOCK CONNECTOR EA 5 D52 REPLACE SAFETY CHAIN LF 25 D53 RA15E AND LOWER RING(HIGH MAST LIGHTING) EA 4 DS4 REPALCE MISSING NUTS,WASHERS,OTHER HARDWARE EA 4 CONTINGENCY FOR UNANTICIPATED OSS IMPROVEMENTS )MANDATORY) LS 1 $ 4,000.00 $ 4,000.40 SUBTOTAL PART D-ILLUMINATION MAINTENANCE(D7.THRU D551 Bid Form Page 5 of 6 Traffic Signal and Street Lighitng Improvements Indefinite Delivery,Indefinite Quantity(IDIQ)REBID-E151.26 Rf•, Addendum No. 01 009101-5 Corpus Christi Standards-Regular Projects REV 03.09-201 S Addendum No. 1 Attachment No. 2 Page 6 of 6 CO 30 01 BID FORM ESTIMATED EXTENDED Item DESCRIPTION UNIT QUANTITY UNRPRICE AMOUNT BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thruA2) SUBTOTAL PART B-TRAFFIC SIGNAL&ILLUMINATION IMPROVEMENTS(items B1 thru B85) SUBTOTAL PART C-MAINTENANCE OF TRAFFIC SIGNALS(Items Cl thru C41) SUBTOTAL PART D-ILLUMINATION MAINTENANCE(Items 01 thru D55) TOTAL.BASF BID Contract Times Notes A l bid hems indude the required labor,materials and equipmen:`.or the cons—,ruction activities.The quandtles are intended only to show the nature of the 1 work and the typical ac%Mfies Actual quann—will be measured and au:hnri:ed for paymem This is a Indefinite Delivery Indefinite Quantic IMCIJ Contran with 365 calendar day base year with two(2)1 year optional eatemiwL Each Delivery order writ 2 include a specific performance period and can based on the contract bid prices and quantites approred by the engineer and city. 3 this contract allows for an anuwleconomic adjugrnt nl to the ural pricesbased on approval City indexes in each year. 4 oral base bid is far evaluation only.The actuat award is$1,133,600.00 based on avaiable city operations department funds. Bid Form Page 6 of 6 Traffic Signal and Street Lighitng Improvements Indefinite Delivery,Indefinite Quantity(IDIQ)REBID-E15126 «rwa.xa-±ass Addendum No. 01 009101-6 Corpus Christi Standards-Regular Projects REV 03-04-2015 Addendum No. 1 Attachment No. 3 Page 1 of I CITY OF CORPUS CHRISTI - CAPITAL PROGRAMS PRE-BID CONFERENCE SIGN-IN SHEET TRAFFIC SIGNAL&STREET LIGHTING IMPR.- REBID Location: capital Prcvrami-City Hall 3rd Floor PROJ. #E15126 Date/Time: 29-SePt-2015-10'.30a-m- NAME TITLE COMPANY PHONE E-MAIL 71 2V 41c- "64'19by, is -4- 7r-, 611,1() fe wA I -Tiza-ll T'S34) 10 Mr-(t#26it-S I r'+ P V32 J�VP4 9 t,f -f Hki-f— (-7-0 CLC-- 1(w 7AtP 3607 Cd4riTU3 C-"_0e4S-C1" t '171 END OF ADDENDUM NO. 01 Addendum No. 01 009101-1 Corpus Christi Standards- Regular Projects REV 03-09.2015 ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: SIEMENS Ii'ii3 811tYalK (typed or printed fulilegal name of Blvd By; (individual's signature) Name: Steven_ M. Teal Jr. (typed or printed) Title: Director of Service Tc4 (typed or printed) Attest: refer above (individual's signature) State of Residency: TEXAS Federal Tax Id.No. )3-2T¢2488 Address for giving notices: 16560 AIR,GEN,TERBI-VD ft0VSTON;TX Phone: 1(181)"x~ Email: '&AMUAUSTALYMAN S1SifJffr NS QOM (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 003000-6 Bid Acknowledgement Form REvns•12-201S Traffic Signal and Street Lighting Improvements indefinite Delivery,Indefinite Quantity(1010)REBID-E15126 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. O Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of * Bidder(includes parent company or majority owner)qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the Information provided in the State of Texas Comptroller's annual publication of other states'laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: EN AA .,i;.,;;;• (typed or printed) (signature-attach evidence of authority t '1n Name: Steven M. Teal Jr. t�t�tls /KGtt� til e., (typed or printed) J� Title: Director of Service (t]itCc� j, I yM Business address: '82'BEE..CAVEROAD;:BUIL•DINGB;*,SUITE)101 A ,TX.7 73? Phone: Email: steven.teal@siemens.com END OF SECTION 003002-1 Compliance to State Law on Nonresident Bidders 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery,Indefinite Quantity{IDIQ)REBID-E15126 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE CONFLICT OF INTEREST QUESTIONNAIRE FORM CII For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by N.B. 1481,80th Leg.,Regular Session. OFFICEt15EONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code Date Received by a person who has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006,Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code.An offense under this section is a Class C misdemeanor. 1 Name of person who has a business relationship with local governmental entity. 2 a Chock this box if you are filing an update to a previously flied questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name of local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 178.001(1-a),Local Government Code. Attach additional pages to this Form CIO as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income,other than investment income,from the filer of the questionnaire? E]Yes Q No B. Is the filer of the questionnaire receiving or likely to receiva taxable income,other than investment income.from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? E] Yes � No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership of 10 percent or more? FD Yes ❑ No D.Describe each employment or business relationship with the local government officer named in this section. 4 `.i'.• ...�.. . +n.. ._., t.y., i:i:._.. _ _...1: ..:':. .... ,.. :. .t i l', . 1 , i �f?St•... :i y�. �' ..t;....:1a'' ,3•S i`_>._ili ::'e' .., .:' 'i-'iia` '�.,i ?..... .. ._ . 10/7!2015 Signature of person doing business wish a governmen At entity Date Adopted 06129/2007 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the)natter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that all information provided is hue and correct as of the date of this statement,that I have not knowingly withheld disclosure of any 'information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Steven M. Teal Jr. Title: Director of Service Owe or KIM) Signature of Certifying Date: Person: - 10/07/2015 CVVa 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. o, "Employee." Any person employed by the City of Corpus Christi,Teras 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 tite City of Corpus Christi,Texas. f "Ownership Interest." Legal or equitable interest, whether actually or constrictively 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. 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: Traffic Sianal and Street Liahtina Improvements Indefinite Delivery,indefinite Quantity(IDIQ)REBID Prolect No.E15126 Bidder certifies that the It has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding;or with any official or employee of the Owner as to quantity,quality,or price in the prospective contract,or any other terms of said prospective contract;or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: STTsNX S,W141tUS,T1y'! C',M (typed or printed) //1"", By: (signature'--attach evidence of author'ty t srgn) Name: Steven M. Teal Jr. zkz"J L3L.GL, (typed orprinted) Title: Director of Service 6rtc kw Business address: 9225 ZEE'CA.VKROADa;BEEIIL2>NG,IB;SUITEt81 Phone: 512-837-8300 Email: steven.teal@siemens.com END OF SECTION 0030 06-1 Non-Collusion Certification 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery,Indefinite Quantity(ID1Q)REBID-ESS126 Addendum No. 1 Attachment No. 2 Page 1 of 6 00 30 01 BID FORM 00 30 01 BID FORM Project Name: Traffic Signal and Street Lighting Improvements Indefinite Deiivery,Indefinite Quantity(IDIQ)-REBID Project Number: £15126 Owner: City of Corpus Christi. Bidder: SIEMENS INDUSTRY INC ITS OAR: Designer: Maldonado-Burkett intelligent Transportation Systems,LLP Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNrrPR10E EMNDFD QUANTtrY AMOUNT Base Bid Part A-General(ner SECTION 01 29 01!"!FASURE?.'E%T AND BASIS FOR PAYMENT) MOBILIZATION/DEMOBILIZATION/BONDS/INSURANCE LS 1 538,100.00 $38,100.00 Al (NOT TO EXCEED 5%OF TOTAL BID AMOUNT) A2 TRAFFIC CONTROL;SET-UP MAINTENANCE AND REMOVAL, �P, 15 61270.00 19,050.00 COMPLETE IN PLACES PER ARTERIAL STREET SUBTOTAL PARTA-GENERAL(Items Al thru A2) $57,150.00- Part B-TRAFFIC SIGNAL&ILLUMINATION IMPROVEMENTS(per SECTION 0129 D1 MEASUREMENT AND BASIS FOR PAYMENT) B1 DRILL SHAFT(TRF SIG POLE) (24 IN) LF 6 5261.43 51,568.58 B2 DRILL SHAFT(TRF SIG POLE)(30 IN) LF 11 S274.I3 $3,01.5.43 B3 DRILL SHAFT{TRF SIG POLE)(361N) LF 43 5286.83 S12.333.69 64 DRILL SHAFT(SRF SIG POLE)(42 IN) LF 17 5299.53 $5,092.01 B5 DRILL SHAFT(TRF SIG POLE)(48 IN) LF 22 S3I2.23 $6,869.06 B6 RIPRAP(CONC)(CL C) CY 2 5767.64 $1,535.28 B7 IN RD[LAM(U/P)(TY 1)(150W)5 EA 2 S1,660.60 53,321.20 B8 IN RD IL AM(U/P)(TY IF)(150W) EA 2 $5,097.53 510.195.06 B9 IN RD IL(TY SA)SOB-8(AKW)S EA 2 $4,539.92 59,079.84 B10 CONDT(PVC)(SCH 40) (1 1/2") LF 40 514,28 5571.20 B11 CONDT(PVC)(SCHD 40)(2") LF 20 S26.44 552$.80 B12 CONOT(PVC)(SCHD 40)(2")(BORE) LF 20 $46,93 5938.60 B13 CONDT(PVC)(SCHD 40)Q") LF 65 1318.26 $1,186.90 B14 CONDT(PVC)(SCHD 40)(3")(BORE) LF 120 $49,47 $5,936.40 815 CONDT(PVC)(SCHD 40)(4") LF 40 1 S27-72 51,108.80 816 CONDT(PVC)(SCHD 40)(4")(BORE) LF 40 S52.01S2 0811.40 B17 CONDT(RM)(3/4") LF 10 S60,70 5607.00 B18 CONDI(RM)(1") LF 10 S67,445674.40 B19 CONDT(RM)(2") LF 1.0 S77.90 5779.00 820 CON DT(RM)(11/2") LF 100 i , 5.313.00 1321 ELEC CONDR(NO-10)BARE I LF S0 %4.09 S2 4 5 B22 ELEC CONDR(NO.10)INSULATED LF 1 100S517.00 B23 ELEC CONDR(NO.8)BARE LF 100 Jju 1'7 541100 924 ELEC CONDR(NO.8)INSULATED LF 285 S1_214.1 0 Bid Form Page 1 of 6 Traffic Signal and Street Lighitng Improvements Indefinite Delivery,Indefinite Quantity(IDIQ)REBID-E15126 AV., x.015 Addendum No. 01 009101-1 Corpus Christi Standards.Regular Projects REV 03-09-2015 Addendum No. 1 Attachment No. 2 Page 2 of 6 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED t1NtT PRICE EXTENDED CVANTrPY AMOUNT B25 ELEC CONDR(NO.6)BARE LF 100 $437.00 B26 ELEC CONDR(NO"6)INSULA CEO LF 200 STU $886.00 B27 ELEC CONDR(NO.4)BARE LF 25 33.67 $116.75 B28 ELEC COMDR(N0.1)INSULATED LF 50 $ • $238.00 B29 TRAY CABLE(3 COMDR)(12 AWG) LF 25 $7.19 5179.75 B30 GROUND SOXTYA(1223111 E 1 5944.25 5944.25 B31 GROUND BOX TY A(122311)W/APRON EA 1 $976.00 $976.00 B32 GROUND BOX TY C(162911) EA 1 $988.70 B33 GROUND BOX TY C(162911)W/APRON EA 4 S-1,0-14,10 S4,056,40 634 TIMBER POLE(CL 2140 FT EA 1 $1,724.10 B35 ELC SRV TY O 12012•10 060(NS)55(E)TS(0) EA 1 $3,256.03 .256.03 B36 ELC SRV TY T 1201240 000(NS)GS[N)TS(0) EA 4 $205 .88 $8,223.52 837 REMOVE ELECTRICAL SERVICES EA 1 UNINTERRUPTIBLE POWER SUPPLY WITH Bas CABINr-T EA 66,437.00 56,437.00 B39 (ILSN SIGN 6S)LED EA 2 5206.81 $413.62 B40 (ILSN SIGN BS)LED EA 2 $2,520.84 55,041.68 B41 CONTROLLER FOUNDATIOPJ Ea i 52,204.32 $2,204.32 B42 INSTALL H1,WY TRF SIG[FLASH BEACON) EA 2 $11,223.2 $22.446.54 B43 INSTALL FIWY TRF SIG(ISOLATED) EA 1 $16,303.27 $16,303.27 B44 REMOVING TRAFFIC SIGNALS EA 1 $481.89 '$481.89 845 VEH SIG SEC(12"ILED(GRNI EA 10 5217.92 $2,179.20 B46 VEH SIG SEC(12")LEDIGRN ARW) EA 5 $217.92 $1,089.60 B47 VEH SIG SEC(12-)LED[YELI EA 15 5217.92 53,268.80 948 VEH SIG SEC 112")LED(YEL ARW) EA 5 $217.92 51,089.60 B49 VEH SIG SEC(12")LED(RED) EA 15 5217.92 53,268.80 B50 VEH SIG SEC(12-)LED[RED ARW) F1•, 5 $21792 $1,089.60 B51 BACK PLATE(12 IN)(3 SEC) EA 2 $118.86 $237.72 B52 BACK PLATE(12 IN)(4 SEC) EA 2 $140.45 $280.90 B53 BACK PLATE 112IN)(5 SEC) EA 2 $156.96 $313.92 B54 PED SIG SEC[LED)(COUNTDOWN) EA 4 $398.26 S1.593.04 BSS TRF SIG CBL(TY Al(12 AWGI(2 CONDR) LF 100 $14.02 51,402.00 B56 TRF SIG CEIL(TY A)(14 AVWG)(4 CONDR) LF 1200 $4.50 $5.400.00 B57 TRF SIG CBL('1Y A)ll::AVJG)(7 COMDR) LF 50 516.78 $839.00 B58 TRF SIG CBL(TY A)114 AWG)(16 CONDR) LF I00 $13.06 51,306.00 B59 INSTALL RDSD FLASH BEACON ASSEMBLY EA 1 $2,267.82 $2,267.82 B60 RELOCATE RDSD FLASH BEACON ASSEMBLY EA 1 $1,954.28 $1,954.28 B61 REMOVE RDSD FLASH BEACON ASSEMBLY EA 1 $494.59 $494.59 962 INSTL RDSD FLSH BCN ASW(SOLAR PWRD) EA 1 $10903.82 $10,903.82 863 RELOCT RDSD FLSH BCN ANI(SOLAR PWRD) FA 1 $1,941.58 $1,941.58 B64 TRAFFIC SIG POLE ASSEM(RELOCATE) EA 1 $3,388.57 $3,388.57 B65 INS TRF SIG PL AM(5)1 ARM[32-) EA 1 $5,771.23 55,771.23 B66 I INS TRF SIG PL AM(S)1 ARM(32')LUNI EA 1 $6.545.93 56,545.93 B67 JINS TRF SIG PL AM(S)1 ARM(36') EA $6.241.13 56.241.13 Bid Form Pa;;e 2 of 6 Traffic Signal and Street Lighitng Improvements Indefinite 00i;ery.Indefinite Quantity(IDIQ)REBID-21512'6 xt: Addendum No. 01 009101-2 Corpus Christi Standards-Regular Projects REV 03-09.2015 Addendum No. 1 Attachment No. 2 Page 3 of 6 00 30 01 BID FORM Item DE$CRIPTION UNIT ESTIWATED UNIT PRICE EMENDED QUANTITY AMOUNT B68 INS TRF SIG PL AM(S)I ARM(36'l LUM E%. 1 56.977.73 $6977.73 B69 INS TRF SIG PL AM(S)I ARM(40'1 EA 1 56,857.08 $6,857.08 870 INS TRF SIG Pt-AM(S)i ARM(40'1 LUM EA I 57.758.78 57.758.78 B71 INS TRF SIG PL AM(S)1 ARM(44-) EA 1 $7,718.89 57.718.89 B72 INS TRF SIG PL AIv1(S)1 ARM(4•:')LuM EA 1 $8,550.74 $8.550.74 B73 INS TRF SIG PL AM(S)1 ARM(50') EA 1 516.545.39 $16.545.39 B74 INS TRF SIG PL AM(S)1 ARM(50')LUM EA 1 $18.583.74 S18.583.14 B75 INS TRF SIG PL Aht(S)1 ARM(55') E„ i . 16 837.49 $16,837.49 837.49 B76 INS TRF SIG PL ANI(S)I ARw(55')LUM EA 1 SM875.84 S18.875.84 B77 INS TRF SIG PL AM(S)1 ARM(60') EA 1 '17,662.99 $17,662.99 B79 INS TRF SIG PL APA(S)I ARM(GO')I U?A EA i S18.41&64 SIX-JIN-64 679 PED POLE ASSEMBLY EA 4 1 p3- 4.412,00 BSO PEDESTRIAN PUSH BUTTON POLE EA 1 S723.19 ';7)3.19 681 PED DETECT PUSH BUTTON(APS) EA 4 11120147 S801,88 882 RADAR PRESENCE DETECTOR EA G S6.361..919 SIRA 71.94 883 RADAR PRESENCE DETECTOR COMM CABLE LF 100 864 ETHERNET CABLE CAT 5 LF 50 1's7,56 $3 CONTINGENCY FOR UN VJTICIPATED LS I 355 IMPROVEMENTS(MANDATORY) $ 4,000.00 $ 4,000,00 Fart 9-TRAFFIC SIGNAL&ILLUMINATION IMPROVEMENTS(Items 81 thru B95) 5408,588.62 Part C-MAINTENANCE OF TRAFFIC SIGNALS(per SECTION 0129 01 N EASLRWENT AND BASIS FOR PAYMENT) C1 REMOVAL AND REPLACE GROUND BOXES FA 2 $923.52 51,847.04 C2 REMOVAL AND REPLACE CABLES LF 25 $11.06 5276.50 C3 REMOVAL OF SPAN CABLE ASSM LF 1000 $0.36 $360.00 C4 REMOVAL OF TIMBER POLES EA 2 $543.71 $1,087.42 C5 REMOVAL OF SIGNAL HEAD ASSM EA G $240.11 $1,440,66 CG INSTALL OF SIGNAL HEAD ASSM FA 6 5387.56 $2,313.36 C7 REMOVAL OF SIGNAL RELATED SIGr•6 EA 4 $22.81 $91.24 CS INSTALL OF SIGNAL RELATED SIGNS EA 4 $79.08 $316.32 C9 REMOVAL OF PEDESTRIAN PUSH BUTTONS EA 2 $24,01 $48.02 C10 INSTALL OF PEDESTRIAN PUSH BUTTONS EA 2 5102.74 $205.48 cil REMOVAL OF TRAFFIC SIGNAL POLE FND LF 1 $720.32 $720.32 C12 INSTALL OF FND FOR GROUND MNT CABINETS EA 2 $2,873.35 $5,746.70 C13 INSTALL Of CONTROL CABINET(GRND MNT) EA 19 $1,984.35 535,718.30 C14 INSTALL OF FLASHER CABINET EA 1 $1,023.92 $1,023.92 C15 INSTALL OF SIGNAL POLE ASSM EA 2 $1.264.03 $2,528.06 C16 REMOVAL OF SIGNAL POLE ASSM EA 2 $720.32 $1,440.64 C17 REMOVAL OF PEDESTRAIN RAMPS EA i $720.32 1 20.32 Cls REPLACE OF LUMINAIRE HEAD EA 2 $497.58 99-9.16 C19 INSTL PED POLE ASSM EA 2 $783.82 5 C20 REMOVE PED POLE ASSM EA 2 5360.16 S2,)p.31 C21 REPL 12"LED TRF SIG LAMP UNIT(RCD) EA 4 564.36 s257,44 C22 I REPL 12"LED TRF SIG LAMP UNIT(AMBER) EA 4 $67.54 m Bid Form Page 3 of 6 Traffic Signal and Street Lighitng Improvements Indefinite Delivery,Indefinite Quantity(IDIQ)REBID--15126 PS., :c , *Siemens assumes that iterns in section C and D that reference onh''install'are for installation onlp,no furnishing of materials per TXDUT Addendum No. 01 009101-3 Carpus Christi Standards-Regular Projects REV 03-09-2015 Addendum No. 1 Attachment No. 2 Page 4 of 6 00 3001 BID FORM. ESTIMATED WENDEDItem DESCRIPTION UMT UATT PRICE gL1ANTIfY AMOUNT C23 REPL 12"LED TRF SIG LAMP UNIT(GREEN) FA 4 $66.50 C24 REPL 12"LED TRF SIG LAMP UNIT(GRN ARW) Ell, 4 $67.36 C25 REPL 12"LED TRF SIG LAMP UNIT IAMBER ARV) EA 4 $66.72 C26 INSTALL LED TRAF SIG LAMP UNIT 2 $79.08 5158.I6 C27 REROUTE CABLES !" 20 590.04 $1,800.80 C28 INSTALL TRAFFIC CONTROLLER CABINET(CITr5::-i'LIF7} 15 52,047.85 $30,717.75 C29 REPLACE MMU/CVM UNIT EI. 40 $1,414.26 6 C30 REPLACE VEHICLE VIDEO IMAGE PROCESSOR SYSTEM L; 2 $5,722.92 511,445.84 C31 REPLACE VIVDS CAMERA(INCLUDES CABLF) i%. 2 $1,167.80 52,335.60 C32 CLEAN&INSPECT VIVDS CAMERA G; S $132.75 $663.75 C33 CLEAN&INSPECT CCTV CAMERA E%. ' $48.72 548.72 C34 INSTALL OR REPLACE CCTV CAMERA 1;; l $3,387.32 $3,387.32 C35 INSTALL DOWN GUY WITH GUARD AND ANCHOR [A C' $733.02 $7,330.20 C36 INSTALL SCREW IN STEEL PEDESTAL ANCHOR L; 1 5543,71 S1 087.42 C37 BATTERY BACK UP UNIT[BBU)PM EA 23 5102.74 52,876.72 C38 CONTROLLER CABINET PM [A 30 5132.75 53,982.50 C39 REPLACE TRAFFIC SIGNAL CONTROLLER UNIT EA S $239.06 51,195.30 C40 INSTALL OF SPAN CABLE ASSEMBLY L 2000 $1.06 $2,120.00 CONTINGENCY FOR UNANTICIPATED C41 Ly 1 IMPROVEMENTS(MANDATORY( S 4.000.00 S 4,000,00 SUBTOTAL PART C-MAINTENANCE Of TRAFFIC SIGNALS(Cl THRU C41) 5190,217.$2 Pari D-ILLUMINATION MAINTENANCE*r SECTION 11129 01 MEASUREMENT AND BASIS FOR PAYMENTI D1 REPLACE ABOVE-GROUND CONDUIT LF '-O $136.13 51,361.30 D2 REPUCE UNDERGROUND CONDUIT '-0 571.84 3718•40 D3 REPLACE CONDUCTOR Lr 20 $70.98 51,419.60 D4 REPLACE TRAY CABLE LF 10 571.32 $713.20 D5 INSTALL ELECTRICAL SPLICE E.1 10 5133.89 51,338.90 06 REPLACE ROADWAY ILLUMINATION ASSEMBLY(HPS) EA 2 $1,048.32 52,096.64 D7 REPLACE UNDERPASS LUMINAIRE(HPS) E:. 2 51,048.32 52,096.64 DB REPLACE INDUCTION FLOURESC£NT FIXTURE EA 1 $106.54 $106.54 D9 REPLACE LUMINAIRE [n 2 $94.04 5188.08 D10 REPLACE HIGH MAST LUMINAIRES EA 2 $519.42 $1.038.84 D11 REPLACE LUMINAIRE POLE EA 1 $992.07 $992.07 D12 REPLACE LUMINAIRE ARMS EA 1 5164.93 5164.93 D13 MAINTAIN ROADWAY ILLUMirJATION EA 2 $612.03 S1,224.06 014 MAINTAIN HIGH MAST ILLUMINATION EA 2 $1,869.13 53,738.26 D15 MAINTAIN UNDERPASS FIXTURE EA 2 $1,162.70 S2.325.40 DIG MAINTAIN INDUCTION FLUORESCENT FIXTURE EA 1 $1 152.70 51.152.70 D17 PREVENTIVE MAINTENANCE[RDWAY ILL ASSY) EA 1 $612.03 S6I2.03 D18 PREVENTIVE MAINTENANCE(HIGH MAST ASSY) EA 1 51,869,13 S1.869.13 019 REPLACE ELECTRICAL SERVICE 1A 1 52,540.911 S2 54 .90 020 INSTALL FOUNDATION EA 1 , i 818.25 1 R 18.25 D21 REMOVE FOUNDATION FA I S401,26 01,26 Bid Form Page 4 of 6 Traffic Signal and Street Lighitng Improvements Indefinite Delivery,Indefinite Ouanutr(iDIQI REBID-E1.5126 w.-Wz-XIS *Siemens assumes that items in section C and D that reference only'install'are for installation only,no furnishing of materials per TXDOT Addendum No. 01 009101-4 Corpus Christi Standards-Regular Projects REV 03.09-201S Addendum No. 1 Attachment No. 2 Page 5 of 5 00 30 01 BID FORr.1 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT D22 REPLACE TRANSFORMER BASE EA 2 S644.42 $1,288.84 D23 REPLACE TRANSFORMER COVER EA 2 $254.10 D24 REPLACE HAND HOLE COVER EA ? $291.65 $583.30 D25 INSTALL GROUND ROD EA 2 $239.20 D26 REPLACE BALLAST EA 2 $241.18 5482.36 D27 REPLACE BALLAST(H16H MAST LIGHTING) EA ? $40.3.11 $806.20 D28 REPLACE FUSED DISCONNECT EA 2 $' 5942.36 D29 REPLACE LAMP SOCKET FOR POLE MOUNTED FIXTURES EA 2 5186.01 $372.02 D30 REPLACE LAMP SOCKET FOR UNDERPASS FIXTURES EA 2 $156.47 5312.94 D31 REPLACE LAMP FOR POLE MOUNTED FIXTURES EA 2 $157.89 5315,78 D32 REPLACE LAMP FOR UNDERPASS FIXTURES EA 2 $157.89 S315.78 D33 REPLACE LAMP{HIGH MAST LIGHTING) EA 2 S246.51 $493.02 D34 REPLACE LENS EA 4 $232.89 $931.56 035 REPLACE FUSE EA 4 5170.23 $680.92 D36 IREPLACEEE FUSE HOLDER EA 4 5193.35 $773.40 D37 REPLACE BREAKAWAY FUSE HOLDER EA 4 5247.1.0 5988.40 D38 REPLACE STARTING AID EA 2 5184.60 $369.20 D39 REPLACE PHOTOCELL AND BRACKET EA 1 $246.18 5246.18 D40 REPLACE CONTROL TRANSFORMER FOR HIGH MAST EA 1 $1,016.92 $1 016.92 D41 REPLACE CONTROL TRANSFORMER FOR ELECT SERVICE EA 2 $1,016.92 52.033.84 D42 REPLACE CONTROL CIRCUIT FOR HIGH NIASI EA 1 $831.92 5831.92 D43 REPLACE CONTROL CIRCUIT FOR ELECTRICAL SERVICE EA 2 $831.92 $1,663.84 D44 REPLACE HAND-OFF-AUTO SWITCH EA 2 $404.14 S808.28 045 REPLACE CONTACTOR EA 2 $602.43 $1,204.86 204.86 D46 REPLACE METER BASE EA 1 $268.48 D47 REPLACE TIME CLOCK EA 2 5375.46S759-29 048 REPLACE BREAKER PANEL EA 1 51,119.14 si.119-14 D49 REPLACE CIRCUIT BREAKER EA 2 $844.72 10,689,44 DSO REPLACE FLEXIBLE POWER CABLE OR CORD LF 25 $73.=16 S1.836,50 D51 REPLACE TWIST LOCK CONNECTOR EA 5 1 $124.98 D52 REPLACE SAFETY CHAIN LF 25 1 5201.31 5 5 D53 RAISE AND LOWER RING(HIGH MAST LIGHT&IGI ER 4 5556.92 ,- D54 1 REPALCE MISSING NUTS,WASHERS,OTHER HARO:•ARE Ea 4 $376.8551 507,410 CONTINGENCY FOR UNANTICIPATED OSS IMPROVEMENTS IMANDATORY) LS S 4.000.00 $ 4.000.00 SUBTOTAL PART D-ILLUMINATION MAINTENANCE(DITHRU DSS)' 56.11924.56 *Siemens assumes that items in section C and D that reference only'install'are for installation only,no furnishing of materials other than mise.per T\D- specifications ref@e kud in bid documents. Page 5 of 6 Traffic Signal and Street Ughitng Improvements Indefinite Delivery,Indefinite Quantity(IDIQ)REBID-E15126 REW1.21-:OL5 Addendum No. 01 00 91 01-5 Corpus Christi Standards-Regular Projects REV 03-09-2015 Addendum No. 1 Attachment No. 2 Page 6 of 6 Co SO O?BID FORM Item DESCRIPTIO-! VtiIS EST1h1ATED VF1FtPRICE EXTENDED QVANr1 tY AMOUNT BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A2) I 1 1 $57,150.00 SUBTOTAL PART B-TRAFFIC SIGNAL&ILLUMINATION IMPROVEMENTS(Items Bl thru B85) 5408,588.62 SUBTOTAL PART C-MAINTENANCE OF TRAFFIC SIGNALS(Items C1 thru C411 $190,217.82 SUBTOTAL PART D-ILLUMINATION MAINTENANCE(Items Dl thru D55) $64,929.56 TOTAL BASE BID $720,886.00 Contract Times Notes All bid nem,Lldode the rrqu ed 13-01-r..atecials a-A rgaK+mrn:!or tae c avrutron actr,ttas.The wan"ws an tncrrdrd oNs 10 fhnw the nrtun al the 1 wort and ct+e hFicat aetlsiuea Actual siusnoses alt be meassred and avlhOri_ed ra Oavmrnt Thn is a L-Aefor:e Det*ry Indenrete Q�nro*Q Contract ailh)65 Calendar dorbur year wtth twa(?)I Year eptional ntenskes.Each Drti+ery Order 2 "ludr a specific pmrormance penod afd toss based on Cha emnaa m prim and ezimutrs appramd1 by thrrnitneer and clr. 3 ices tOnirac alleys for an aauusl etar+ranre adltssvnrn[t0 the t,rit pntrs W se4 an aPP°wnsl G'Y�"�n cath yrxr ,t Total batr b.d n!cr r+raluaetpn pnh•,Ti+e actual award is S1,1.33,600.00 based on s.aiabb city weotlons department finds. Bid Form Page 6 of 6 Traffic Signal and Street Lighirng Improvements Indefinite Delivery,Indefinite Quantity(ID1Q)REBID-EIS126 a,a-:a mss Addendum No, 01 009101-6 Corpus Christi Standards-Regular Projects REV 03-09-2015 00 91 01 ADDENDUM NUMBER 01 TRAFFIC SIGNAL AND STREET LIGHTING IMPROVEMENTS Project: IDIQ-REBID Project Number: E15125 Owner: City of Corpus Christi City c� — ----- -- Engineer: Jeff Edmonds, P.E. - ✓_ _ Designer: RAMON H. MALDONADO,JR., P.E. Addendum No. — O1 Specification Section: 00 91 01 Issue Date: 10/02/15 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: Ramon H. Maldonado,Jr., P.E. 7'c. 10/01/15 Name Date =;xlQ_tG OF rF�4I�+ Addendum Items: 00 0100 TABLE OF CONTENTS (ATTACHEMENT N0. 1) . � 00 30 01 BID FORM EXHIBIT(ATTACHMENT NO. 2) �/�•::, 4ti':ij _ PRE-BID SIGN-IN SHEET(ATTACHMENT NO. 3) I+� ....T14..1`j'' '= r_m Article 1-BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 11 16 INVITATION TO BID—ARTICLE 7: 1. The date for receipt of Bids remains unchanged. The location for the receipt of Bids remains unchanged. Addendum No. 01 00 91 01 -3 Corpus Christi Standards. Regular Projects AEv 03-09-2015 ARTICLE 2-BIDDING REQUIREMENTS 2.01 MODIFICATION TO THE BIDDING REQUIREMENTS A.SECTION 00 0100 TABLE OF CONTENTS: DELETE: TABLE OF CONTENTS in its entirety. ADO: TABLE OF CONTENTS in its entirety(Attachment 1). B.SECTION 00 30 01 BID FORM DELETE: BID FORM in its entirety. ADD: BIO FORM in its entirety(Attachment 2). Article 3-CLARIFICATIONS 3.01 QUESTIONS A.Will the city be supplying certain materials? 1. Answer:The City will supply some equipment under maintenance of Traffic Signals and Illumination ONLY.Check Specifications for those items. B.For High Mast maintenance are ballast being furnished? 1.Answer:No,ballast to be furnished by Contractor. ARTICLE 4-ADDITION OF PRE-BID CONFERENCE SIGN4N SHEET 4.01 ACKNOWLEDGE OF PRE-BID SIGN-IN SHEET A.ACKNOWLEDGE of the following sheet 1.PRE-BID SIGN-IN SHEET(Attachment 3). Addendum No. 01 00 9101-4 Corpus Christi Standards-Regular Projects REV 03-09-2015 Addendum No.1 Attachment No.1 Page 1 of 3 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 002113 Invitation to Bid and Instructions to Bidders (Revos/12/201s) 00 30 00 Bid Acknowledgment Form(Rev os112/201s) 00 30 01 Bid Form(Rev o3/23/2015) 00 30 02 Compliance to State law on Nonresident Bidders 003004 Conflict of Interest Questionnaire 00 30 05 Disclosure of Interest 00 30 06 Non-Collusion Certification 004516 Statement of Experience 005223 Agreement(Revco/23/2o2s) 006113 Performance Bond(Rev 7/3/2014) 006116 Payment Bond(Rev 2/3/2014) 007200 General Conditions (Revwnao1s) 00 72 01 Insurance Requirements(Rev7/3/2014) 00 72 02 Wage Rate Requirements(Rev 06/1212o1s) 00 72 03 Minority/MBE/DBE Participation Policy 00 73 00 Supplementary Conditions Division 01 General Requirements 011100 Summary of Work 012310 Alternates and Allowances 012900 Application for Payment Procedures(Rev o3/11/2ois) 012901 Measurement and Basis for Payment 013100 Project Management and Coordination 013113 Project Coordination 013114 Change Management 013300 Document Management 013301 Submittal Register(Rev 7/3/2014) 013302 Shop Drawings 013303 Record Data 013304 Construction Progress Schedule 01330S Video and Photographic Documentation Addendum No.1 Attachment No.l Page 2 of 3 Division/ Title Section 013500 Special Procedures 014000 Quality Management 0150 00 Temporary Facilities and Controls 015700 Temporary Controls 017000 Execution and Closeout Requirements Part S Standard Specifications General Specifications for Traffic Signal Maintenance,Repair and Installation General Notes 025803 Traffic Signal Adjustments 341416.33 Traffic Signal Controller Unit 344116.23 Traffic Signal Cabinet and Assemblies 600 Lighting,Signing,Markings and Signals 618 Conduit 620 Electrical Conductors 622 Dud Cable 624 Ground Boxes 628 Electrical Services 633 Uninterruptible Power Supply for Traffic Signals 635 Internally Illuminated Street Name Sign 655 Controller Foundation 680 Installation for Highway Traffic Signals 682 Vehicle and Pedestrian Signal Head 683 LED Vehicle and Pedestrian Signal Countdown Module 687 Pedestrian Pole Assemblies Part T Technical Specifications 416 Drilled Shaft Foundations 432 Riprap 476 lacking, Boring,or Tunneling Pipe or Box 502 Barricades,Signs,and Traffic Handling 610 Roadway Illumination Assemblies 613 High Mast Illumination Poles 614 High Mast Illumination Assemblies 621 Tray Cable Addendum No. 01 00 9101-2 Corpus Christi Standards-Regular Projects REV 03.09-2015 Addendum No.1 Attachment No.i Page 3 of 3 Division/ Title Section 627 Treated Timber Poles 684 Traffic Signal Cables ' 685 Roadside Flashing Beacon Assemblies 686 Traffic Signal Pile Assemblies(Steel) 688 Pedestrian Detectors and Vehicle Loop Detectors 690 Maintenance of Traffic Signals 6000 Illumination Maintenance ASTRO-Brat Assy,Tallon Series 1-Way Cable Mount City Traffic Signal Cable Color Code Exhibit A-Camera Connector Pinout PELCO Astro-Brat Camera Mounting Wiring Diagram for Video Camera Surge Suppression Filter ISOTEC Video Cable PELCO Pedestrian Push Button Station Assembly Sheets Internally Illuminated Street-Name Sign Quazite PG11188AIS Stackable Open Bottom Assembly Quazite PG2436BA18 Stackable Open Bottom Assembly SmartMonitor MMU-16LEip WAVETRONIX-Smart Sensor Advance COHU Helios_396050 or approved equivalent COHU-Camera_Mounting Brackets or approved equivalent COHU-Camera-Control-Cable or approved equivalent Cobalt by Econolite Appendix Title Addendum No._qJL 00 9101-3 Corpus Christi Standards-Regular Projects REV 03-09-201s Addendum No. 1 Attachment No. 2 Page 1 of 5 00 30 01 BID FORIM 00 30 01 BID FORM Project Name: Traffic Signal and Street Lighting Improvements Indefinite Del ,rery,Indefinite Quantity(IDIQ)-REBID Project Number: E15125 Owner: City of Corpus Christi Bidder: OAR: Designer: Maldonado-Burkett Intelligent Transportation Systems,LLP Basis of Bid {tem DESCRIPTION UNIx � uNITPRCE EMNONTQUY Base Bid Part A•General 1.er SECTION C1 2901 I,1EA5LJREt,'E`: AND BASIS FUR PAY!.';N TI MOBILIZATION/DEMOBILIZATION/BONDS/INSURANCE Al LS 1 (NOTTO EXCEED 5%OF TOTAL BID AMOUNT) TRAFFIC CONTROL;SET-UP MAINTENANCE AND REMOVAL, EA 15 A2 COMPLETE IN PLACES PER ARTERIAL STREET SUBTOTAL PART A-GENERAL(items AlthruA2) $ - Part B•TRAFFIC SIGNAL 8 ILLUMINATION IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Bl DRILL SHAFT(TRF SIG POLE) (24 IN) LF b 82 DRILL SHAFT(TRF SIG POLE)(30 IN) LF 11 B3 DRILL SHAFT(TRF SIG POLE)(351N) LF 43 B4 DRILL SHAFT(TRF SIG POLE)(42 IN) LF 17 65 DRILL SHAFT(TRF SIG POLE)(48 IN) LF 22 BG RIPRAP(CONC)(CL C) CY 2 137 IN RD IL AM(U/P)(Ty 1)(150W)S EA 2 Bg IN RD IL AM(UIP)(TY IF)(1SOW) EA 2 B9 IN RD IL(TY SA)SOB-8(AKW)S EA 2 B10 CONDI(PVC)(5CH 40) (1 1/2") LF 40 B11 CONDI(PVC)(SCHD 40)(2") LF 20 B12 CONDI(PVC)(SCHD 40)(2")(BORE) LF 20 B13 CONDI(PVC)(SCHD 40)(3") LF 55 B14 CONDT{PVC)(SCHD 40)(3")(BORE) LF 120 B15 CONDT(PVC)(SCHD 40)(4") LF 40 B16 CONDT(PVC)(5CHD 40)(4")(BORE) LF 40 B17 CONDT(RM)(3/4") LF 1D 818 CONDT(RM)(1") LF 10 819 CON DT(RM)(2") LF 10 B20 CON DT(RV)(11/2"1 LF 100 B21 ELEC COMDR(NO.10)BARE LF 50 B22 ELEC CONDR(NO.10)INSULATED LF 100 B23 ELEC CONDR(NO.8)BARE LF 100 B24 JELEC COMDR(NO.8)INSULATED LF 285 Bid Farm Page 1 of G Traffic Signal and Street Lighimp Improvements Indefinite Delivery,Indefinite Quantity(1010)REBID-E15126 RU.xsao-s Addendum No. 01 009101-1 Corpus Christi Standards-Regular Projects REV 03-09.2015 Addendum No. 1 Attachment No, 2 Page 2 of 6 00 30 01 BID FORM ESTIMATED EXTENDED Item DESCRIPTION UNIT UNIT PRICE QUK"ri'ITY :J'AOUVT 825 ELEC COMDR(NO.6)BARE L 100 826 ELEC CONDR(NO.6)INSULATED L; ?00 B27 ELEC COMDR(NO.4)BARE LF 2S B28 ELEC CONDR(NOA)INSULATED LF 50 B29 TRAY CABLE(3 COMDR)112 AWGI LF 2S 830 GROUND BOX TYA(122311) EA B31 GROUND BOX TY A(122311)W/APRON EA 1 B32 GROUND BOX TY C(162911) EA 1 833 GROUND BOX TY C(162911)W/APROrl EA 4 B34 TIMBER POLE(CL 2)40 FT EA 1 B35 £LC SRV TYD120/240060(yS)SS;L)Ts(0) EA 1 836 ELC SRV TY T 120/210 000(NS)G5(N)TSIO) EA 4 837 REMOVE ELECTRICAL SERVICES EA 1 838 UNINTERRUPTIBLE POWER SUPPLYWITH EA 1 CABINET B39 (ILSN SIGN 65)LED EA 2 B40 (ILSN SIGN 8S)LED EA 2 841 CONTROLLER FOUNDATION EA B42 INSTALL HWY TRF SIG(FLASH BEACON) Ea B43 INSTALL HVdY TRF SIG(ISOLATED) EA 1 B44 REMOVING TRAFFIC SIGNALS EA 1 045 VEH SIG SEC(12")LED(GRNI EA 10 646 VEH SIG SEC(12")LED(GRN ARW) EA 5 847 VEH SIG SEC(12")L£D(YEL) EA 15 948 VEH SIG SEC(12")LED(YELARW) EA 5 849 VEH SIG SEC(12")LEDIRED) EA 15 650 VEH SIG SEC(12')LED(REO ARW) EA 5 B51 BACK PLATE(12 IN)(3 SEC) EA 2 B52 BACK PLATE(12 IN)(4 SEC) EA 2 153 BACK PLATE(12 IN)(5 SEC) EA B54 PED SIG SEC LED)(COUNTDOWN) EA 4 B55 TRF SIG CBL(TY A)(12 AWG)(2 CONDR) LF 100 B56 TRF SIG CBL(TY A)(14 AWG)(4 CONDR) LF 1200 B57 ITRF SIG CBL(TY A)(14 AWG)(7 CONDR) LF 50 B58 TRF SIG CBL(TY A)114 AWG)(16 CONDR) LF 100 859 INSTALL RDSD FLASH BEACON ASSEMBLY EA 1 B60 RELOCATE RDSD FLASH BEACON ASSEMBLY EA i 861 REMOVE RDSD FLASH BEACON ASSEMBLY EA 1 B62 INSTL RDSD FISH BCN ASSM(SOLAR PWRD) EA 1 863 RELOCT RDSD FLSH BCN AM(SOLAR P-VRO) EA 1 864 TRAFFIC SIG POLE ASSEM(RELOCATE) EA 1 Bus INS TIZP SIG FL1 ARM(32') EA 666 INS TRF SIG PL AM(S)1 ARM(32')LUM I,`5 1 B67 INS TRF SIG PIAM(S)1 ARM(36') ER i Bid Farm Page 2 of 6 Traffic Signal and Street Lighitng improvements Indefinite Delivery.Indefinite Quantity(ID1CL)REBID-E15126 ,r.3.:�:c1s Addendum No. 01 00 9101-2 Corpus Christi Standards-Regular Projects REV 03.09.2015 Addendum No. 1 Attachment No. Z Page 3 of 6 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNtT PRICE EXTENDED QUANTRY AMOUNT BGS INS TRF SIG PL ANI(S)I ARM(3G'1 LUNI EA I 869 INS TRF SIG PL AM(S)1 ARMI40'1 EA 1 B70 INS TRF SIG PL AM(S)I ARM(40-)LUM EA 1 B71 INS TRF SIG PL AM(5)I ARM(44-) EA 1 872 INS TRF SIG PL AM(S)I ARM(-14'1 LUFA EA 1 873 INS TRF SIG PL AM(S)I ARM(50') EA 1 674 INS TRF SIG PL AM(S)1 ARM(SO'1 LUM EA 1 975 INS TRF SIG PL AM(S)1 ARM(55') EA I B76 INS TRF SIG PL Afvi(S)1 ARM(551 LUM EA 1 B77 INS TRF SIG PL AM(S)I ARM(60') EA 1 878 INS TRF SIG PL ANI(S)1 ARM(GO')LUM EA 1 B79 PED POLE A5SENIBLY EA 4 880 PEDESTRIAN PUSH BUTTON POLE EA 1 BSl PED DETECT PUSH BUTTON(APS) EA 4 B82 RADAR PRESENCE DETECTOR EA G B83 RADAR PRESENCE DETECTOR COMM CABLE LF 100 B84 ETHERNET CABLE CAT 5 LF 50 CONTINGENCY FOR UNANTICIPATED 885 IMPROVEMENTS(MANDATORY) 1 $ 4.000.00 $ 4,000.00 Part 13-TRAFFIC SIGNAL&ILLUMINATION IMPROVEMENTS(Items 31 thru B851 Part C-MAINTENANCE OF TRAFFIC SIGNALS(per SECTION 0123 01 MEASUREWENTAND BASIS FOR PAYMENT) Cl REMOVAL AND REPLACE GROUND BOXES EA 2 C2 REMOVAL AND REPLACE CABLES LF 25 C3 REMOVAL OF SPAN CAEILE ASSM LF 1000 C4 REMOVAL OF TIMBER POLES EA 2 C5 REMOVAL OF SIGNAL HEAD ASSM EA 6 CG INSTALL OF SIGNAL HEAD ASSM EA 6 C1 REtOOVAL OF SIGNAL RELATED SIGNS EA 4 C8 INSTALL OF SIGNAL RELATED SIGNS EA 4 C9 REMOVAL OF PEDESTRIAN PUSH BUTTONS EA 2 CIO INSTALL OF PEDESTRIAN PUSH BUTTONS EA 2 CII REMOVAL OF TRAFFIC SIGNAL POLE FIND LF I C 12 INSTALL OF F N D FOR GROUND MNT CABINETS EA 2 C13 INSTALL OF CONTROL CABINET(GRND h1NT) EA 19 C14 INSTALL OF FLASHER CABINET EA 1 C15 INSTALL OF SIGNAL POLE ASSM EA 2 C16 REMOVAL OF SIGNAL POLE ASSM EA 2 C17 REMOVAL OF PEDESTRAIN RA1'.4PS EA I C18 REPLACE OF LUMINAIRE HEAD EA 2 C19 INSTIL PED POLE ASSM EA 2 C20 REMOVE PED POLE 7S5`.t EA 2 C21 REPL 12"LED FRF SIG LAMP UNIT)RED) EA 4 C21 REPL 12"LED FRF SIG LAMP UNIT(AMBER) EA 4 Sid Form Page 3 of 6 Traffic Signal and Stfeet Lighitng Improvements Indefinite Delivery,indefinue Quantity(IDIQ)REBID-EIS126 A1e3 n-.C:a Addendum No. 01 00 9101-3 CofpuS Christi Standafds-Regular Projects REV 03-09-2015 Addendum No-1 Attachment No. 2 Page 4 Of 6 003001 BID FORM ESTIMATED EXTENDED Item DESCRIPT10k UNIT UNrf PRICE QUANTM ar.lolTvr C23 REPL 12"LED TRF SIG LANIP UNIT(GREEN) F.A C24 REPL 12"LED TRF SIG LAMP UNIT(GRN ARW) EA 4 C25 REPL 12"LED TRF SIG LAMP UNIT(AMBER ARIA)) EA 4 C26 INSTALL LED TRAF SIG LAMP UNIT EA 2 C27 REROUTE CABLES L= 20 C28 INSTALL TRAFFIC CONTRGLIER CABINET(OTY SUPPLIED} E,`, 15 C29 REPLACE MMU/CVM UNIT EA 40 C30 REPLACE VEHICLE VIDEO IMAGE PROCESSOR SYSTEM EA 2 C31 REPLACE VIVDSCAMERA(INCLUDES CABLE) [A 2 C32 CLEAN&INSPECT VIVDS CAMERA EA 5 C33 CLEAN&INSPECT CCTV CAMERA EA 1 C34 INSTALL OR REPLACE CCTV CAMERA EA 1 C35 INSTALL DOWN GUY WITH GUARD AND ANCHOR EA 10 C36 INSTALL SCREW IN STEEL PEDESTAL ANCHOR EA 2 C37 BATTERY BACK UP UNIT(85U)PM EA 25 C38 CONTROLLER CABINET PM EA 30 C39 REPLACE TRAFFIC SIGNAL CONTROLLER UMT EA S C40 INSTALL OF SPAN CABLE ASSEMBLY LF 2000 CONTINGENCY FOR UNANTICIPATED C»1 l5 1 IMPROVEMENTS(MANDATORY) S 4,000-00 5 4,000.03 SUBTOTAL PART C-MAINTENANCE OF TRAFFIC SIGNALS(Cl THRU C41) Part D-ILLUMINATION MAINTENANCE(per SECTION 0129 01 MEASUREMENTAND BASIS FOR PAYMENT) D1 REPLACE ABOVE-GROUND CONDUIT LF 10 D2 REPLACE UNDERGROUND CONDUIT LF 10 D3 REPLACE CONDUCTOR LF 20 D4 REPLACE TRAY CABLE LF 10 05 INSTALL ELECTRICAL SPLICE EA 10 06 REPLACE ROADWAY ILLUt:11NA71ON ASSEMBLY(HPS) EA ? D7 REPLACE UNDERPASS LU.MMAIRE(HPS} EA 2 D8 REPLACE INDUCTION FLOURESCENT FIXTURE EA 1 D9 REPLACE LUNIINAIRE EA 2 D10 REPLACE HIGH MAST LUMINAIRES EA 2 011 REPLACE LUMINAIRE POLE EA 1 D12 REPLACE LUMINAIRE ARMS EA 1 D13 MAINTAIN ROADWAY ILLUMINATION EA 2 D14 MAINTAIN HIGH MAST ILLUMINATION EA 2 D15 MAINTAIN UNDERPASS FIXTURE EA 2 D16 MAINTAIN INDUCTION FLUORESCENT FIXTURE EA 1 D17 PREVENTIVE MAINTENANCE(RDVJAY ILL ASSY) EA 1 D18 PREVENTIVE MAINTENANCE(HIGH MAST ASSY) EA 1 Dig REPLACE ELECTRICAL SERVICE EA 1 D20 INSTALL FOUNDATION EA 1 D21 REMOVE FOUNDATION EA 1 Bid Form Page 4 of 6 Traffic Signal and Street Gghitng Improvements Indefinite Delivery,Indefinite Quantity(IDIQI REBID-E1S126 RP.1-1114015 Addendum No. 01 009101-4 Corpus Christi Standards-Regular Projects REV 03-09-2015 Addendum No. 1 Attachment No. 2 Page 5 of 6 CO 30 01 BID FOR.,, ItemOESCRIATIOM UNIT ESTIMATED EXTENDED QUANTITY UM1rf PRICEEAMOUNT D22 REPLACE TRANSFORMER BASE EA 2 D23 REPLACE TRANSFORMER COVER EA 2 D24 REPLACE HAND HOLE COVER E,A 2 D25 INSTALL GROUND ROD [A 2 026 REPLACE BALLAST EA 2 D27 REPLACE BALLAST(HIGH MAST LIGHTING) EA 2 D28 REPLACE FUSED DISCONNECT EA 2 D29 REPLACE LAMP SOCKET FOR POLE MOUNTED FIXTURES EA 2 D30 REPLACE LAMP SOCKET FOR UNDERPASS FIXTURES EA 2 D31 REPLACE LAMP FOR POLE MOUNTED FIXTURES EA 2 D32 REPLACE LAMP FOR UNDERPASS FIXTURES EA 2 D33 REPLACE LAMP(HIGH MAST LIGHTING) EA 2 D34 REPLACE LENS EA 4 D3S REPLACE FUSE EA 4 D36 REPLACEFU5E HOLDER EA D37 REPLACE BREAKAWAY FUSE HOLDER EA 4 D35 REPLACE STARTING AID EA 2 D39 REPLACE PHOTOCELL AND BRACKET EA 1 D40 REPLACE CONTROL TRANSFORh1ER FOR HIGH MAST EA 1 D41 REPLACE CONTROL TRANSFORMER FOR ELECT SERVICE EA 2 D42 REPLACE CONTROL CIRCUIT FOR HIGH MAST EA 1 D43 REPLACE CONTROL CIRCUIT FOR ELECTRICAL SERVICE EA 2 D44 REPLACE HAND-OFF-AUTO SWITCH EA 2 D45 REPLACE CONTACTOR EA 2 D4G REPLACE METER BASE EA 1 047 REPLACE TINIE CLOCK EA 2 D49 REPLACE BREAKER PANEL EA 1 D49 REPLACE CIRCUIT BREAKER EA 2 050 REPLACE FLEXIBLE POWER CABLE OR CORD LF 25 D51 REPLACE T%AA5T LOCK CONNECTOR EA 5 D52 REPLACE SAFETY CHAIN LF 25 053 RA15E AND LOWER RING(HIGH MAST LIGHTING) EA 4 DS4 REPALCE NUSSiNG NUTS,WA5HER5,OTHER HARDWARE EA 4 DSS CONTINGENCY FOR UNANTICIPATED IMPROVEMENTS (MANDATORY) LS 1 4,000.00 SUBTOTAL PART D-ILLUMINATION MAINTENANCE(DITHRU 0551 Bid Form Page 5 of 6 Traffic 5ipnal and Street Lighitng Improvements Indefinite Delivery,Indefinite Quantity(IDIQ)REBID-EIS126 ar:1.21-10s Addendum No, 01 009101-5 Corpus Christi Standard5-Regular Projects REV 03.09.2015 Addendum No. 1 Attachment No. 2 Page 6 of 6 00 30 01 BID FORM Item DESCRIP71ON U7iti ESTIh1ATEO UNIT PRICE I EJXTENOED QUANMY AM0JNT BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A-) SUBTOTAL PART B-TRAFFtC SIGNAL&ILLUMINATION IMP ROVEME NTS i Items B I t hr a IiS5} SUBTOTAL PART C-MAINTENANCE OF TRAFFIC SIGNALS(Items Cl thru C411 SUBTOTAL PART D-ILLUMINATION MAINTENANCE(items Dl thru D5S) TOTAL BASE RID Contract Times Notes .UI bit nem.indude the teauved Lsbdr,materwts and conn tarn actrdws.The auanbtiea am IntendedaNy to show the nature et the t work and the typical activities.Actual 9uantnin will be measured and authorized fat Daymtnt. n is a uWtrinre oo vey Inde we Quintn AI NCIJ Cantrut with 365 cAndar day Due year with tura 12)IV cat aptionai e.tend m Each taelNery Order wo 2 ,Houde a t>, is ptrfarmarce period and Cast based m she contne bid prices and qu.nutes sT Vf&ed by tha vsci r and city 3 iha[pn:rac:a�bw4for an anuualetanOm�C]Clvstment la the oris prKrs hifed lfr app'L�Jtrry.rWP.es mexhyear 4 w wie bid,to, ,a woctrtonty.The anus award is S:.t33,cGG.00 bated on a,ada Cwr rr operatnns tiepanment funds. Bid Form Page 6 of 6 Traffic Signal and Street Lighitng Improvements Indefinite Delivery,Indefinite Quantity(IDIQ)REBID-ETS126 Peva-za.:ots Addendum No. 01 009101-6 Carpus Christi Standards-Regular Projects REV 03.09-2015 Addendum No. 1 Attachment No. 3 Page I of 1 CITY OF CORPUS CHRISTI - CAPITAL PROGRAMS PRE-BID CONFERENCE SIGN-IN SHEET TRAFFIC SIGNAL&STREET LIGHTING IMPR.- REBID Location: Capital Programs-City Hall 3rd Floor—., PROJ. OE15126 Date/Time: Z9.5ePt.ZQ15-10:10a-M- NAME TITLE, COMPANY '7 JFj)1Z A,)l Iti Z)PS Aklz 1-1 t I(I-n n C'.( v ri 976-1610 kcwK. C IL4�6_ dor rt11 rip S —L.Ele-a eyl r-1. J�IYL CIZ/ ti cam• 4 & tA, Cb C-r— 361 T-xk riT k3 Q Cc-tew41-C#A'1 v3r.q 1 of I END OF ADDENDUM NO. 01 Addendum No. 01 009101- 1 Corpus Christi Standards-Regular Projects REV 03.09-ZO15 DELEGATION OF APPROVAL AUTHORITY FROM PRESIDENT KEVIN RIDDETT AND VICE PRESIDENT FINANCE &BUSINESS ADMINISTRATION MATTHIAS SCHLELEIN Mobility Management Rolling Stock Rail Electrification Customer Service SIEMENS INDUSTRY, INC.—MOBILITY DIVISION A The undersigned Kevin Riddeft,President and Matthias Schlelein,Vice President,Finance and Business Administration of the Mobility Division of Siemens Industry, Inc. (the"Corporation"), a corporation duly organized and existing under the laws of the State of Delaware, by virtue of the authority vested as President and Vice President Finance&Business Administration to sign or countersign and otherwise execute in the name,or on behalf of the Corporation, any bids, projects, contracts,agreements and any certificates,affidavits or ancillary documents In connection therewith to the extent the foregoing instruments and are consistent with the limits of authority granted under LoA guidelines and grants of release for and on behalf of the Corporation, do hereby delegate to and acknowledge that the following person(s)may exercise such authority for and on our behalf up to$10 million. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function (Name/Position j (Name/Position) John PaIjug Marsha Smith VP-MM Senior Director, FBA-MM Michael Cahill Christopher Halleus VP-RS FBA-RS Robin Stimson Michael Tyler Vice President, RS MK&S Senior Director, CS Chris Maynard Madeline Rodriguez Senior Director, CS Director, RS LOC Steffen Goeller Christopher Giesch VP-TPE FBA-TPE Dave Ward James Thornton Vice President, RS LOG Head of Procurement, MO B. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name or on behalf of the Corporation the same documents as referenced in paragraph A, up to and including a transactional limit of$5 million.Any such delegation extends to but is limited to the same scope,documents and subject matter as referenced and granted in Paragraph A, limited to the monetary amount stated in this Paragraph. AUTHORIZED SIGNATORIES Sales Operations Finance/Central Support Function (Name/Position j (Name/Position Douglas Dreisbach Mary Rachel Pearce Director of Projects, MM Director of Finance&Administration-MM Bradley Hall Scott Carper VP, Sales Manager, FBA—MM Jack Wilson Valerie Conway MM, Sales Senior Director, SCM RS Dirk Punstein Rajarshi Ghosh CS ITS ITS Thomas Wiechert Jessica Shalegan CS ITS BA MM Steve Gitkin, Sales Director, ITS C. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as referenced in paragraph A, up to and including a transactional limit of$3 million. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in Paragraph A, limited to the monetary amount stated in this Paragraph AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function Name/Position Name/Position David Gutierrez Nikki Bassi Director, RS LIT Director, RS HS Tony Ritter Cathie Steele Director, CS I Segment Controller CS LIT Reiner Martin Kim Swain Director, CS Segment Controller RS Metros&Coaches Omid Akbarzadeh-Paydar Fleur Gessner Business Manager Bogies, RS LOG BG Segment Controller RS BG Mark Bennett Carrie Hernandez Vice President, RSOperations SCC SPR RS Raymond Ginnell Michelle Picard General Project Manager, RS Director RS Jaimie Doherty D. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name,or on behalf of the Corporation,the same documents as referenced in paragraph A, up to and including a transactional limit of$1 million.Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in Paragraph A. limited to the monetary amount stated in this Paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function Name/Position Name/Position Stephan Klein, Tommy Charurat Director, MM Director, Performance Controlling Paul Eliea, Sandra Kluthausen, Director, MM Commercial Manager David Costello, Gisela Kaufmann Director MM Controller Dave Jeanette Rudolf Wagner Manager, MM Performance Controlling Jim Lyons Constanze Kutschki Sr. Manager, MM Manager, Order Management RS Jeff Balogh Kathrin Schicketanz Sr. Director, MM Commercial Project Manager, RS LOC George Long Ronald Staggs Director, Engineering RS Commercial Project Manager, RS LIT Greg Tindall Mary Matos Director, Quality RS I Commercial Project Manager, RS LIT, CS Robert Martner I Vesa Venttinen 2 Senior Project Manager, RS LOC Commercial Project Manager, RS UT Jeffrey Curran Cheerag Jani Project Manager, RS UT Commercial Project Manager, RS UT Duane Kopp Alexander Jankowski Project Manager, RS UT Commercial Project Manager, RS UT Ron VanHuuksloot Christine Jaw Project Manager, RS UT Commercial Project Manager, CS Thomas Stehlik Steffen Hertel Project Manager, RS UT Commercial Project Manager, RS LOC Viorel Aninoiu Larry Chen Project Manager, RS UT I Commercial Project Manager, CS Carsten Nebe Kavita Patel Project Manager, RS UT Commercial Project Manager, RS LOC Mark Anderson Paul Berquam, Project Manager, CS Director, Business Continuity RS Aaldrik Melting Angela Hampton, Project Manager, CS Manager, O erations ControllinA RS Jochen Woem Patrick Blackbume Project Manager, CS Commercial Project Manager, RS Brad Bonn Craig Debevoise Project Manager, CS Projects Commercial Chander Khanna, Tara Inboriboon Sr. Director, Manufacturing Processes RS FBA Paul Aichholzer Claus Maucher Project Manager, RS LOC FBA Digant Dave, Christoph Hilgers Project Manager, RSCS Director, Operations Controlling RS Ibrahim Kalender Manuel Schimhofer Project Manager, RS BG Commercial Project Manager, RS LOC Bary Sidler Trine Boedker Jensen Program Manager, CS Project Manager, CS Michael Diaz Projects Dimitrios Andrikos Sales Operations Christopher Romeo Operations manager Steven Teal Operations manager Mike Emmons Operations Manager E. It is further acknowledged that each of the signatures of the persons referred to in paragraphs A, B, C and D are binding upon the Corporation. F. It is further acknowledged that any document shall require the signature of two(2)of the above Authorized Signatories, one each from Business Operations and from Finance/Central Support Functions,whom shall have the requisite signature authority to be legally binding upon the Corporation. G. It is further acknowledged that each of the persons referred to herein is authorized to delegate such person's authority hereunder to additional members of his or her management team up to the limit of such person's delegation of authority, provided that such delegation is in written form signed by the delegator and filed with the Legal Department. H. It is further acknowledged that the Secretary or an Assistant Secretary of the Corporation is authorized to issue certifications attesting to the incumbency, authority and status of any of the persons referred to in this resolution. 3 IN WITNESS WHEREOF,we have hereunto subscribed our names and affixed the corporate seal of the said Corporation, as of the 16`h day of April, 2015. Z— Kevin' " lett Presi nt, Siemens Industry, Inc. Mobility Division Matthias Schlelein Vice President, Finance and Business Administration Siemens Industry, Inc. Mobility Division 4 10/7/2015 www.civcastusa.com/engineer/ob_results bidform.aspx?obid=6922&pro*tid=7211&ccuid=22521&submitid=1040&IsManual=false Traffic Signals and Lighting Improvements ID/IQ - RE-BID Menu- Bid FormBid Stats Total Bid Items: 183 Bid Items Left: 0 Total Bid Amount: $721,485.80 Contractor:Siemens Industry Inc Part A Item No. Description Unit Qty Unit Price Ext.Price Al MOBILIZATIONIDEMOBILIZATION/BONDS/INSURANCE)(NOT TO LS 1.00 S 38,100.00 $38,100.00 EXCEED 5%OF TOTAL BID AMOUNT) A2 TRAFFIC CONTROL; SET-UP MAINTENANCE AND REMOVAL, EA 15.00 S 1,270.00 $19,050.00 COMPLETE IN PLACES PER ARTERIAL STREET Sub Total: $57,150.00 Part B Item No. Description Unit Qty Unit Price Ext,Price 61 DRILL SHAFT(TRF SIG POLE)(24 IN) LF 6.00 S 261.43 $1,568.58 B2 DRILL SHAFT(TRF SIG POLE) (30 IN) LF 11.00 S 274.13 $3,015.43 B3 DRILL SHAFT(TRF SIG POLE) (36 IN) LF 43.00 S 286.83 $12,333.69 134 DRILL SHAFT(TRF SIG POLE)(42 IN) LF 17,00 $ 299.53 55,092.01 B5 DRILL SHAFT(TRF SIG POLE) (48 IN) LF 22.00 S 312.23 56,869.06 B6 RIPRAP(CONC)(CL C) CY 2.00 S 767.64 $1,535.28 B7 IN RD IL AM (U/P)(TY 1)(156W)S EA 2.00 $ 1,660.60 $3,321.20 88 IN RD IL AM (UIP)(TY IF) (150W) EA 2.00 $ 5,097.53 $10,195.06 B9 IN RD IL(TY SA)5OB-8(.4KW)S EA 2,00 S 4,539.92 59,079.84 B10 CONDT(PVC)(SCH 40) (1 112") LF 40.00 S 14.28 $571.20 B11 CONDT(PVC)(SCHD 40)(2") LF 20.00 $ 26.44 S528.80 B12 CONDT(PVC)(SCHD 40)(2")(BORE) LF 20.00 $ 46.93 $938.60 B13 CONDT(PVC)(SCHD 40)(3") LF 65,00 $ 18.26 $1,186.90 B14 CONDT(PVC)(SCHD 4C)(3")(BORE) LF 120.00 S 49.47 $5,936.40 B15 CONDI(PVC)(SCHD 40)(4") LF 40.00 $ 27.72 $1,108.80 B16 CONDT (PVC)(SCHD 40)(4")(BORE) LF 40.00 $ 52.01 $2.080.40 B17 CONDT(RM)(314") LF 10.00 $ 60.70 $607.00 http:/twww.civcastusa.comlengi neer/ob_res ul is_bidform.aspx?obid=6922&proj ecdd=7211&ccui d=22521&submitid=1040&IsM anal=false 1!7 10/7/2015 www.civcastusa.com/engineer/0b results bidform.aspx?obid=6922&projecb&-7211&ccuid=22521&submitid=1040&IsManual=false B18 CONDT(RM)(1") LF 10.00 $ 67,44 $674.40 B19 CONDT(RM)(2") LF 10.00 $ 77.90 $779.00 B20 CONDT(RM)(1 1/2") LF 100.00 $ 53.13 $5,313.00 B21 ELEC CONDR(NO.10)BARE LF 50.00 $ 4.09 $204.50 B22 ELEC COMDR(NO.10)INSULATED LF 100.00 $ 5.17 $517.00 B23 ELEC COMDR(NO.8)BARE LF 100.00 $ 4.17 $417.00 B24 ELEC COMDR(NO.8)INSULATED LF 285.00 $ 4.26 $1,214.10 B25 ELEC CONDR(NO.6)BARE LF 100.00 $ 4.37 $437.00 B26 ELEC CONDR(NO.6)INSULATED LF 200.00 $ 4.43 $886.00 B27 ELEC CONDR(NOA)BARE LF 25.00 $ 4.67 $116.75 B28 ELEC CONDR(NOA)INSULATED LF 50.00 $ 4.76 $238.00 B29 TRAY CABLE(3 COMDR)(12 AWG) LF 25.00 $ 7.19 $179.75 B30 GROUND BOX TY A(122311) EA 1.00 $ 944.25 $944.25 B31 GROUND BOX TY A(122311)W/APRON EA 1.00 $ 976.00 $976.00 B32 GROUND BOX TY C(162911) EA 1.00 $ 988.70 $988.70 B33 GROUND BOX TY C(162911)W/APRON EA 4.00 $ 1,014.10 $4,056.40 B34 TIMBER POLE(CL 2)40 FT EA 1.00 $ 1,724.10 $1,724.10 B35 ELC SRV TY D 120/240 060(NS)SS(E)TS(0) EA 1.00 $ 3,256.03 $3,256.03 B36 ELC SRV TY T 1201240 000(NS)GS(N)TS(0) EA 4.00 $ 2,055.88 $8,223.52 B37 REMOVE ELECTRICAL SERVICES EA 1.00 $ 962.10 $962.10 B38 UNINTERRUPTIBLE POWER SUPPLY WITH CABINET EA 1.00 $ 6,437.00 $6,437.00 B39 (ILSN SIGN 6S)LED EA 2.00 $ 206.71 $413.42 B40 (ILSN SIGN 8S)LED EA 2.00 $ 2,520.84 $5,041.68 B41 CONTROLLER FOUNDATION EA 1.00 $ 2,204.32 $2,204.32 B42 INSTALL HWY TRF SIG(FLASH BEACON) EA 2.00 $ 11,223.27 $22,446.54 B43 INSTALL HWY TRF SIG(ISOLATED) EA 1.00 $ 16,303.27 $16,303.27 B44 REMOVING TRAFFIC SIGNALS EA 1.00 $ 481.89 $481.89 B45 VEH SIG SEC(12")LED(GRN) EA 10.00 $ 217.92 $2,179.20 B46 VEH SIG SEC(12")LED(GRN ARW) EA 5.00 $ 217.92 $1,089.60 B47 VEH SIG SEC(12")LED(YEL) EA 15.00 $ 217.92 $3,268.80 B48 VEH SIG SEC(12")LED(YEL ARW) EA 5.00 $ 217.92 $1,089.60 B49 VEH SIG SEC(12")LED(RED) EA 15.00 $ 217.92 $3,268.80 B50 VEH SIG SEC(12")LED(RED ARW) EA 5.00 $ 217.92 $1,089.60 B51 BACK PLATE(12 IN)(3 SEC) EA 2.00 $ 118.86 $237.72 B52 BACK PLATE(12 IN)(4 SEC) EA 2.00 $ 140.45 $280.90 B53 BACK PLATE(12 IN)(5 SEC) EA 2.00 $ 456.96 $913.92 httpJ/www.civc astusa.comtengineer/ob results bidform.aspx?obid=6922&projecbd=7211&ccuid=225218submibd=1040&IsManual=false 217 10(7/2015 www.civcastusa.com/engineer/0b results biidform.aspx?obid=6922&projecbd=7211&ccdd=22521&submiUd=1040&IsManuai=false B54 PED SIG SEC(LED)(COUNTDOWN) EA 4.00 $ 398.26 $1,593.04 B55 TRF SIG GBL(TY A)(12 AWG)(2 CONDR) LF 100.00 $ 14.02 $1,402.00 856 TRF SIG CBL(TY A)(14 AWG)(4 CONDR) LF 1200.00 $ 4.50 $5,400.00 857 TRF SIG CBL(TY A)(14 AWG)(7 CONDR) LF 50.00 $ 16.78 $839.00 858 TRF SIG CBL(TY A)(14 AWG)(16 CONDR) LF 100.00 $ 13.06 $1,306.00 B59 INSTALL RDSD FLASH BEACON ASSEMBLY EA 1.00 $ 2,267.82 $2,267.82 B60 RELOCATE RDSD FLASH BEACON ASSEMBLY EA 1.00 $ 1,954.28 $1,954.28 B61 REMOVE RDSD FLASH BEACON ASSEMBLY EA 1.00 $ 494.59 $494.59 B62 INSTL RDSD FLSH BCN ASSM(SOLAR PWRD) EA 1.00 $ 10,903.82 $10,903.82 B63 RELOCT RDSD FLSH BCN AM(SOLAR PWRD) EA 1.00 $ 1,941.58 $1,941.58 B64 TRAFFIC SIG POLE ASSEM(RELOCATE) EA 1.00 $ 3,388.57 $3,388.57 B65 INS TRF SIG PL AM(S)1 ARM(32') EA 1.00 $ 5,771.23 $5,771.23 B66 INS TRF SIG PL AM(S)1 ARM(32')LUM EA 1.00 $ 6,545.93 $6,545.93 B67 INS TRF SIG PL AM(S)1 ARM(36') EA 1.00 $ 6,241.13 $6,241.13 B68 INS TRF SIG PL AM(S)1 ARM(36')LUM EA 1.00 $ 6,977.73 $6,977.73 B69 INS TRF SIG PL AM(S)1 ARM(40') EA 1.00 $ 6,857.08 $6,857.08 B70 INS TRF SIG PL AM(S)1 ARM(40')LUM EA 1.00 $ 7,758.78 $7,758.78 B71 INS TRF SIG PL AM(S)1 ARM(44') EA 1.00 $ 7,718.89 $7,718.89 B72 INS TRF SIG PL AM(S)1 ARM(44')LUM EA 1.00 $ 8,550.74 $8,550.74 B73 INS TRF SIG PL AM(S)1 ARM(50') EA 1.00 $ 16,545.39 $16,545.39 B74 INS TRF SIG PL AM(S)1 ARM(50')LUM EA 1.00 $ 18,583.74 $18,583.74 B75 INS TRF SIG PL AM(S)1 ARM(55') EA 1.00 $ 16,837.49 $16,837.49 B76 INS TRF SIG PL AM(S)1 ARM(55')LUM EA 1.00 $ 18,875.84 $18,875.84 B77 INS TRF SIG PL AM(S)1 ARM(60') EA 1.00 $ 17,662.99 $17,662.99 B78 INS TRF SIG PL AM(S)1 ARM(60')LUM EA 1.00 $ 18,418.64 $18,418.64 B79 PED POLE ASSEMBLY EA 4.00 $ 1,103.00 $4,412.00 B80 PEDESTRIAN PUSH BUTTON POLE EA 1.00 $ 723.19 $723.19 B81 PED DETECT PUSH BUTTON(APS) EA 4.00 $ 200.47 $801.88 B82 RADAR PRESENCE DETECTOR EA 6.00 $ 6,361.99 $38,171.94 B83 RADAR PRESENCE DETECTOR COMM CABLE LF 100.00 $ 10.43 $1,043.00 B84 ETHERNET CABLE CAT 5 LF 50.00 $ 7.56 $378.00 ALLOWANCE FOR UNANTICIPATED IMPROVEMENTS B85 (MANDATORY) LS 1.00 $4,000.00 $4,000.00 (Fixed at$4,000.00) Sub Total: $409,188.42 httplANww.eivcast.isacom/eroneer/ob results bidform.aspx?ob id=6922&projectid=7211&ccuid=22521&submitid=1040&tsManual=false 317 10/7/2015 www.civcastusa.com/engineer/tib results bidform.aspx?obid=6922&projecbd=7211&ccuid=22521&submitid=1040&IsManual=false Part C Item No. Description Unit Qty Unit Price Ext.Price Cl REMOVAL AND REPLACE GROUND BOXES EA 2.00 $ 923.52 $1,847.04 C2 REMOVAL AND REPLACE CABLES LF 25.00 $ 11.06 $276.50 C3 REMOVAL OF SPAN CABLE ASSM LF 1000.00 $ 0.36 $360.00 C4 REMOVAL OF TIMBER POLES EA 2.00 $ 543.71 $1,087.42 C5 REMOVAL OF SIGNAL HEAD ASSM EA 6.00 $ 240.11 $1,440.66 C6 INSTALL OF SIGNAL HEAD ASSM EA 6.00 $ 385.56 $2,313.36 C7 REMOVAL OF SIGNAL RELATED SIGNS EA 4.00 $ 22.81 $91.24 C8 INSTALL OF SIGNAL RELATED SIGNS EA 4.00 $ 79.08 $316.32 C9 REMOVAL OF PEDESTRIAN PUSH BUTTONS EA 2.00 $ 24.01 $48.02 C10 INSTALL OF PEDESTRIAN PUSH BUTTONS EA 2.00 $ 102.74 $205.48 C11 REMOVAL OF TRAFFIC SIGNAL POLE FND LF 1.00 $ 720.32 $720.32 C12 INSTALL OF FND FOR GROUND MNT CABINETS EA 2.00 $ 2,873.35 $5,746.70 C13 INSTALL OF CONTROL CABINET(GRND MNT) EA 18.00 $ 1,984.35 $35,718.30 C14 INSTALL OF FLASHER CABINET EA 1.00 $ 1,023.92 $1,023.92 C15 INSTALL SIGNAL POLE ASSM EA 2.00 $ 1,264.03 $2,528.06 C16 REMOVAL OF SIGNAL POLE ASSM EA 2.00 $ 720.32 $1,440.64 C17 REMOVAL OF PEDESTRAIN RAMPS EA 1.00 $ 720.32 $720.32 C18 REPLACE OF LUMINAIRE HEAD EA 2.00 $ 497.58 $995.16 C19 INSTL PED POLE ASSM EA 2.00 $ 783.82 $1,567.64 C20 REMOVE PED POLE ASSM EA 2.00 $ 360.16 $720.32 C21 REPL 12"LED TRF SIG LAMP UNIT(RED) EA 4.00 $ 64.36 $257.44 C22 REPL 12"LED TRF SIG LAMP UNIT(AMBER) EA 4.00 $ 67.54 $270.16 C23 REPL 12"LED TRF SIG LAMP UNIT(GREEN) EA 4.00 $ 66.50 $266.00 C24 REPL 12"LED TRF SIG LAMP UNIT(GRN ARW) EA 4.00 $ 67.36 $269.44 C25 REPL 12"LED TRF SIG LAMP UNIT(AMBER ARW) EA 4.00 $ 66.72 $266.88 C26 INSTALL LED TRAF SIG LAMP UNIT EA 2.00 $ 79.08 $158.16 C27 REROUTE CABLES LF 20.00 $ 90.04 $1,800.80 C28 INSTALL TRAFFIC CONTROLLER CABINET(CITY SUPPLIED) EA 15.00 $ 2,047.85 $30,717.75 C29 REPLACE MMU/CVM UNIT EA 40.00 $ 1,414.26 $56,570.40 C30 REPLACE VEHICLE VIDEO IMAGE PROCESSOR SYSTEM EA 2.00 $ 5,722.92 $11,445.84 C31 REPLACE VIVDS CAMERA(INCLUDES CABLE) EA 2.00 $ 1,167.80 $2,335.60 C32 CLEAN&INSPECT VIVDS CAMERA EA 5.00 $ 132.75 $663.75 C33 CLEAN&INSPECT CCTV CAMERA EA 1.00 $ 48.72 $48.72 httpJ/www.civcashz&cam/engineeriob results bidform.aspx?obid=6922&projec6d=7211&ccuid=22521&submidd=1040&IsManual=false 47 10/712015 www.civcastusa.com/engineer/ob-resdts bidform.aspx?obid=6922&projecbd=7211&ccuid=22521&submitid=10408dsManual=false C34 INSTALL OR REPLACE CCTV CAMERA EA 1.00 $ 3,387.32 $3,387.32 C35 INSTALL DOWN GUY WITH GUARD AND ANCHOR EA 10.00 $ 733.02 $7,330.20 C36 INSTALL SCREW IN STEEL PEDESTAL ANCHOR EA 2.00 $ 543.71 $1,087.42 C37 BATTERY BACK UP UNIT(BBU)PM EA 28.00 $ 102.74 $2,876.72 C38 CONTROLLER CABINET PM EA 30.00 $ 132.75 $3,982.50 C39 REPLACE TRAFFIC SIGNAL CONTROLLER UNIT EA 5.00 $ 239.06 $1,195.30 C40 INSTALL OF SPAN CABLE ASSEMBLY LF 2000.00 $ 1.06 $2,120.00 ALLOWANCE FOR UNANTICIPATED IMPROVEMENTS C41 (MANDATORY) LS 1.00 $4,000.00 $4,000.00 (Fixed at$4,000.00) Sub Total: $190,217.82 Part D Item No. Description Unit Qty Unit Price Ext.Price D1 REPLACE ABOVE-GROUND CONDUIT LF 10.00 $ 136.13 $1,361.30 D2 REPLACE UNDERGROUND CONDUIT LF 10.00 $ 71.84 $718.40 D3 REPLACE CONDUCTOR LF 20.00 $ 70.98 $1,419.60 D4 REPLACE TRAY CABLE LF 10.00 $ 71.32 $713.20 D5 INSTALL ELECTRICAL SPLICE EA 10.00 $ 133.89 $1,338.90 D6 REPLACE ROADWAY ILLUMINATION ASSEMBLY(HPS) EA 2.00 $ 1,048.32 $2,096.64 D7 REPLACE UNDERPASS LUMINAIRE(HPS) EA 2.00 $ 1,048.32 $2,096.64 D8 REPLACE INDUCTION FLOURESCENT FIXTURE EA 1.00 $ 106.54 $106.54 D9 REPLACE LUMINAIRE EA 2.00 $ 94.04 $188.08 D10 REPLACE HIGH MAST LUMINAIRES EA 2.00 $ 519.42 $1,038.84 D11 REPLACE LUMINAIRE POLE EA 1.00 $ 992.07 $992.07 D12 REPLACE LUM INAIRE ARMS EA 1.00 $ 164.93 $164.93 D13 MAINTAIN ROADWAY ILLUMINATION EA 2.00 $ 612.03 $1,224.06 D14 MAINTAIN HIGH MAST ILLUMINATION EA 2.00 $ 1,869.13 $3,738.26 D15 MAINTAIN UNDERPASS FIXTURE EA 2.00 $ 1,162.70 $2,325.40 D16 MAINTAIN INDUCTION FLUORESCENT FIXTURE EA 1.00 $ 1,152.70 $1,152.70 D17 PREVENTIVE MAINTENANCE(RDWAY ILL ASSY) EA 1.00 $ 612.03 $612.03 D18 PREVENTIVE MAINTENANCE(HIGH MAST ASSY) EA 1.00 $ 1,869.13 $1,869.13 D19 REPLACE ELECTRICAL SERVICE EA 1.00 $ 2,540.90 $2,540.90 D20 INSTALL FOUNDATION EA 1.00 $ 1,818.25 $1,818.25 D21 REMOVE FOUNDATION EA 1.00 $ 401.26 $401.26 D22 REPLACE TRANSFORMER BASE EA 2.00 $ 644.42 $1,288.84 http-llwww.civcastusa.com/w4neer1ob results bidform.aspx?obid=6922&projecbd=7211&ccuid=225218submitid=1040&IsMarwat=false 5/7 1017/2015 www.civcasbisa.com/engineer/0b results bidform.aspx?obid=6922&projected=7211&ccuid=22521&submitid=1040&lsManual=false D23 REPLACE TRANSFORMER COVER EA 2.00 $ 127.05 $254.10 D24 REPLACE HAND HOLE COVER EA 2.00 $ 291.65 $583.30 D25 INSTALL GROUND ROD EA 2.00 $ 119.60 $239.20 D26 REPLACE BALLAST EA 2.00 $ 241.18 $482.36 D27 REPLACE BALLAST(HIGH MAST LIGHTING) EA 2.00 $ 403.10 $806.20 D28 REPLACE FUSED DISCONNECT EA 2.00 $ 471.18 $942.36 D29 REPLACE LAMP SOCKET FOR POLE MOUNTED FIXTURES EA 2.00 $ 186.01 $372.02 D30 REPLACE LAMP SOCKET FOR UNDERPASS FIXTURES EA 2.00 $ 156.47 $312.94 D31 REPLACE LAMP FOR POLE MOUNTED FIXTURES EA 2.00 $ 157.89 $315.78 D32 REPLACE LAMP FOR UNDERPASS FIXTURES EA 2.00 $ 157.89 $315.78 D33 REPLACE LAMP(HIGH MAST LIGHTING) EA 2.00 $ 246.51 $493.02 D34 REPLACE LENS EA 4.00 $ 232.89 $931.56 D35 REPLACE FUSE EA 4.00 $ 170.23 $680.92 D36 REPLACE FUSE HOLDER EA 4.00 $ 193.35 $773.40 D37 REPLACE BREAKAWAY FUSE HOLDER EA 4.00 $ 247.10 $988.40 D38 REPLACE STARTING AID EA 2.00 $ 184.60 $369.20 D39 REPLACE PHOTOCELL AND BRACKET EA 1.00 $ 246.18 $246.18 D40 REPLACE CONTROL TRANSFORMER FOR HIGH MAST EA 1.00 $ 1,016.92 $1,016.92 D41 REPLACE CONTROL TRANSFORMER FOR ELECT SERVICE EA 2.00 $ 1,016.92 $2,033.84 D42 REPLACE CONTROL CIRCUIT FOR HIGH MAST EA 1.00 $ 831.92 $831.92 D43 REPLACE CONTROL CIRCUIT FOR ELECTRICAL SERVICE EA 2.00 $ 831.92 $1,663.84 D44 REPLACE HAND-OFF-AUTO SWITCH EA 2.00 $ 404.14 $808.28 D45 REPLACE CONTACTOR EA 2.00 $ 602.43 $1,204.86 D46 REPLACE METER BASE EA 1.00 $ 268.48 $268.48 D47 REPLACE TIME CLOCK EA 2.00 $ 375.46 $750.92 D48 REPLACE BREAKER PANEL EA 1.00 $ 1,119.14 $1,119.14 D49 REPLACE CIRCUIT BREAKER EA 2.00 $ 844.72 $1,689.44 D50 REPLACE FLEXIBLE POWER CABLE OR CORD LF 25.00 $ 73.46 $1,836.50 D51 REPLACE TWIST LOCK CONNECTOR EA 5.00 $ 124.98 $624.90 D52 REPLACE SAFETY CHAIN LF 25.00 $ 201.31 $5,032.75 D53 RAISE AND LOWER RING(HIGH MAST LIGHTING) EA 4.00 $ 556.92 $2,227.68 D54 REPLACE MISSING NUTS,WASHERS,OTHER HARDWARE EA 4.00 $ 376.85 $1,507.40 ALLOWANCE FOR UNANTICIPATED IMPROVEMENTS D55 (MANDATORY) LS 1.00 $4,000.00 $4,000.00 (Fixed at$4,000.00) Sub Total: $64,929.56 hVJAvww.civcastusa.com/wonew/ob results bidfbrm.aspx?obid=6922&projected=7211&ccuid=22521&submidd=1040&IsManual=false S7 10/7/2015 www.civcastusa.com/engineer/ob results bidform.aspx?obid=6922&projecUd=7211&ccuid=22521&submitd=1040&IsManual=false Totals By Section Section Total Part $57,150.00 Part B $409,188.42 Part C $190,217.82 Other (These items are not included/n the 61d total) Part D $64,929.56 http Avww.civcastusa.comlengineerlob results bldfarm.aspx?olid=6922&prajectd=7211&ccuid=22521&submitid=1040&IsManual=false 717 SIEMENS Needed October 7, 2015 Marsh, Inc. Org.4D applicant: JAI51 9 445 South Street, Suite 210 P.O. Box 1966 Name: Harper Pamela Morristown. NJ 07962.1866 Department: SIEMENS INDUSTRY INC,SII, RITS,SMO MM-ITS Location: 9225 Bee Cave Road Building B,Suite 101 Austin,TX.78733 Date: I October 6,2015 Guarantee—order no.501974 Please issue a guarantee containing the following data in english language. The conditions concerning the guarantees have been agreed upon. Fax no.(212)809-7896 1. Bond Type: 5%Bid Bond 2. Bond Principal: SIEMENS INDUSTRY INC,Sll,RITS,SMO MM-ITS 3. Obligee: City of Corpus Christi 1201 Leopard Street,Corpus Christi,Texas 78401 4. Bond Penalty Amount: USD 37,500.00 5. contract price: USD 750,000.00 6. contract date(bid date for bid bonds): 90108F 6.2946 October 7, 2015 7. duration unlimited: yes 8. expiration date(end of performance January 5.2016 period for final bonds): 9. invitation ref: term of warranty: E15126 Yes 1 YEAR contract no.: liquidated damages: offer no.: NIA bond issued as a percentage: Yes 5% Job Description,offer for I delivery of.- This f:This project is for the installation/maintenance and repair of roadway illumination and traffic signals. 10. Bond Delivery Date: Insurance 11. Please hand the guarantee over Immediately, via mistwW mail to: (giving us 1 copy) another Person,Siemens Industry, Inc, 9225 Bee Cave Road Building B,Suite 101,Austin,TX,United States 78733 12. special remarks: r�L,� �-- / Request 5%Bid Bond `� M Please provide a scanned copy to ra .zimmerman siem n . m as soon as possible. Send the original to: Siemens Industry, Inc. Mobility Division Intelligent Traffic Attn:Michelle Flynn 9225 Bee Cave Road, Building B.Suite 101Austin,TX 78733-FedEx#0787-0203-6 NO REQUIRED FORMS Siemens Financial Services, Inc. Approved SFS G-ID:501974 1'1 Signa '2nd Signature Date Data 149-6-01:m Raymond Postal address: Tel.:r1 732) 2576 Fax: Siemens Financial Services Email:ray. erman@siemens.com 170 Woos!Avenue South Iselin.NJ 08830 o -AIA Document A310TM - 2010 Bid Bond CONTRACTOR; SURETY: (Name, legal status and address) (Name, legal status and principal place Siemens industry Inc. of business) 9225 Bee Cave Road Federal Insurance Company Building B, Suite 101 15 Mountain View Road This document has important legal Austin,TX 78733 Warren, NJ 07059 consequences.Consultation with OWNER: an attorney is encouraged with (Name, legal status and address) respell its completion or City of Corpus Christi modificatti on. 1201 Leopard Street Any singular reference to Corpus Christi,TX 78401 Contractor,Surety,Owner or BOND AMOUNT: Five Percent(5%)of Amount Bid other party shall be considered plural where applicable PROJECT: (Name, location or address, and Project number, ifany) Installation/maintenance and repair of roadway illumination and traffic signals The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(t)enters into a contract with the Owner in accordance with the germs of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material famished in the prosecution thereof,or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 07th day of October,2015 Siemens Industry Inc. (Principal) (Seal) (witness) _ (Title) Federal surance Company C ( �� - (Sure / (Seal) Hess) Cynthia L.Choren _A (Title) Sandra L. Ham.Attorney-In-Fact CAUTION:You should sign an original AIA Contract Document,on which this tent appears In RED.An original assures that changes will not be obscured. Init. AIA Document A310"'—2010.Copyright C 1963,1970 and 2010 by The American Institute of Architects.All rights reserved.WARNING:This AIA* Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document or any portion of It,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. t Purchasers are permitted to reproduce ten(10)copies of this document when completed To report copyright violations of AIA Contract Documents,e-mail The American institute of Architects'legal counsel,copyright@ma org C61110 ACKNOWLEDGMENT BY SURETY STATE, ()F Missouri City of' St. I.ouis Ss' On this 07th (lay of' October 2015 ,helbre me personally appeared Sandra L. Ham _ kllowl, to IIIc to 4e die A(torney-In-fart OI Federal Insurance Company die coo-poratiou that exccuted tilt within instruincllt, anti acknowledged to me that such corporation exccuted the saltie. IN WITNE-SS WHE RFX)F, I have hereunto set my hwid wid affixed my official seal, at ally office ay the aforesaid County,the clay<uld yc:u-in this certificate first above written. Ja R. Fr:l'_tlk My Coniniission l-'.xpires: tulle 20,1(118 Notary Public iu the State oI,Missouri fSc:(1} City of St. Louis Con']"ission#1 1�'95672 S-0230/GEEF 2198 OF IcChubb POWER Federal Insurance Company Attu: Su"Department Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacifk Indemnity Company Warren,NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana Corporation, VIGILANT INSURANCE COMPANY,a New York corporation,and PACIFIC INDEMNITY COMPANY,a Wisconsin Corporation,do each hereby constitute and appoint Pamela A. Beelman, Cynthia L. Choren, Joann R. Frank, Sandra L. Nam, Nancy L, Johnson, Heidi A. Nothelsen, Karen L Rolder and Debra C.Schneider of St.Louis,Missouri each as their true and fawW1 Attorney in.Fad to execute carder such designation in their names and to sft their corporate seats to and deliver for and on in*behalf as surety Thereon or amelwiss.bonds and underlaldngs and olft r wrdirngs oblO trny in the nature tDIN (other than be bonds)given or executed In the omm of buaness.and any knstrhunerhts aanerhding or settentng the same,and consents tome modificaUa+or attention of any htstrurneM retorted to in said bonds or obtgationa. M Villetess tiyharaof,said FEDERAL INSURANCE COM PAtLY,VIGILANT INSURANCE COMPANY,and PACIFIC MIDEMNITY COMPANY have arch executed and s9asted mese rda pmseand amxed their corporate seals en tete 21 day of May,2014. Dawn M. Swaim Jr..VIM weah0) STATE OF NEW JERSEY as. CounlyorSomersat on ties 21"day of May, 2014 before mo,a►Notary Public of New,Jersey.pwacnaay tame Dom M.Chtorcs.to me known 10 be Assistant Soeretaq of FEDERAL INSURANCE COMPANY.VIGILANT INSURANCE COMPANY.and PACIFIC INDEMNITY COMPANY.the compante9 which exeaAed the foregoing Power dAtt mey,arm the said Oswn M. ChIms. bong by me duly sv+om, did depose and say That she Is AaabtaM SoCeWy of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals theroA that the seals aftbaed to the taoregoing Power of Aaamey are such oaporste seals and were thereto atabied by authoatty of the By.Laws of said Companies:and that she signed sald Powe of Attamay as Asaiabnn Secretary of sold Companbs by Ake suit *.. and that she Is aawainted with David IL Norris,Jr,and knows him to be Vice Prestdont of sold Companies.and that the signature of David B.Noris,Jr..subscribed to sold Poww of Attorney is 81 the geawtrse handwriting d Daavid B.Nonts Jr..and was thereto subscribed by suilha y d said By-Laws and Irk d•potnenYs presence. NotmiaJ Seal J. KATHINNE J.ADEIAAR ,SOT wclrArtY Pt)61, NEW JEW s.a-00..w � tWe ?31b�16 68S Pi if-j- CWnrni ricin EWm Adr 16,2014 Notary PUMIC � LEAS CERTIFICA71ON EWact from the Sy-Laws at FEDERAL INSURANCE COMPANY,VIGOANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: AB powers d attorney for and an behalf of the Company may sand Poll be executed in Ore name and on behaM of me Compa,yr.etcher by the,Chalmim cr to President or a Vim President or an Assistant Via President)**with the Secretary a an Assistant Seat",ender Uheir respective daasignallons,The sotaUts of such omoars may be engraved.prtrded of lithographed.The signature of each of the foil Nit offices:Chairman.President aril Vice President any AssIMM Vim Pre.Went,any SoareIM,airy Assistant Secretary y and Cie seal of the Company may to eftbced by fecakmkb to say power of attorney or to any oertillcale telat6sg thereto appointing AsCistant Secretaries or Ramey-in•Fact for purposes only of vacuting and attesting bones and uhdeft1drigs and other WINA s obligo y In Ore mince manor,and any such power of aaornwi or centlieate bearing such facsimile signature or(Welmile seal Shoe be vaW ane binding upon to Company and any We h power so executed and ceatifflad by such facsimile signature and bass rile seat shall be vOd and bnhdtrlg upon me Company with gasped to any bond or undertekiahg fo which t Is aCacted.' t Dawn M.Coosa,Assialent Secretary of FEDERAL INSURANCE COMPANY.VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY Tare Tornaparesj do hereby ccs"that CJ Che Aaragoeq extract or me*Lan claw Comparnes is tree and cored. (irk the compa ales are duly licensed and authorized to transact surety bhakeas In 91150 of the United States of America and the District or ColUmbis and ane suthhadWee by this U.S.Treasury Depart n on;Whir.Federal and Vigt M ase Boonsed to the U.S.Vtrgte Islands,&W Federei is licensed In American Sanaa,Ceram,Puerto Rico,and each of the Provinces of Canada eaaes Prince Edward bland:and (IQ the fa oIng Powers Attaney lsbum cored end En tudi force and etfed. Given under mylaa id and sats of said Canperles at Waren.NJ this Oath day of October 2015. ream • M• �4' Dawn M.Ctdaras,Assistant Secretary IN 114E M1117 YOU VABIl TO NOTIFY US OF A CLAIM,VERIFY THE AUntENTICffY OF TM BOND OR NOTIFY US OF ANY OTHER MATTER.PLEASE CONTACT US AT AAORE8S n;TEO AraOV@ OR BY T 90.13491 Fu 586E •tad+ tan FormIS-10-02256-1) GEN CONSENT Inv.02-14) FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS,LIABILITIES AND SURPLUS TO POUCYNOLDERS Statutory Basis DECEMBER 31,2014 On thousands of dollars) LIABILITIES AND ASSETS SURPLUS TO POLICYHOLDERS Cash and Short Term Investments................ $ 110,484 Outstanding Losses and Loss Expenses..... $ 12,181,139 United States Government,State and Unearned Premiums..................................... 3,654,861 Municipal Bonds......................................... 10,245,402 Ceded Reinsurance Premiums Payable....... 339,466 Other Bonds.................................................. 4,927,443 Provision for Reinsurance............................ 46,470 Stocks........................................................... 1,066,355 Other Liabilities............................................. 1,434,018 Other Invested Assets................................... 1,365,367 TOTAL INVESTMENTS............................... 17,715,051 TOTAL LIABILITIES.................................... 17,655,954 Investments in Affiliates: Chubb Investment Holdings,Inc................ 3,565,036 Capital Stock................................................ 20,980 Pacific Indemnity Company........................ 2,922,214 Paid-in Surplus............................................. 3,106,809 Executive Risk Indemnity Inc...................... 1,258,019 Unassigned Funds....................................... 11,700,594 Chubb Insurance Investment Holdings Ltd.... 1,162,709 CC Canada Holdings Ltd............................ 652,880 Chubb Insurance Company of Australia Ltd. 480,068 SURPLUS TO POLICYHOLDERS.............. 14,828,383 Great Northern Insurance Company.......... 476,969 Vigilant Insurance Company....................... 292,313 Chubb European Investment Holdings SLP.. 287,633 Other Affiliates............................................ 517,330 Premiums Receivable................................... 1,679,148 Other Assets................................................ 1,474,965 TOTAL LIABILITIES AND SURPLUS TOTAL ADMITTED ASSETS...................... $ 32,484,337 TO POLICYHOLDERS............................. $ 32,484,337 Investments are valued In accordance with requirements of the National Association of Insurance Commissioners. At December 31,2014,Investments with a carrying value of$518,199,884 were deposited with government authorities as required by law. State,County S City of New York, — ss: Yvonne Baker,Assistant Secretary of the Federal Insurance Company being duly sworn, deposes and says that the foregoing Statement of Assets, Liabilities and Surplus to Policyholders of said Federal Insurance Company on December 31,2014 is true and correct and is a true abstract of the Annual Statement of said Company as filed with the Secretary of the Treasury of the United States for the 12 months ending December 31,2014. Subscribed and sworn to before me this March 11,2015. JEANETTE SHIPSEY------#/-Assistant Secretary Notary Public,State of New York Notary Public No.02SH5074142 Qualified In Nassau County Commission Expires March 10,2019 Form tS.rO-03r3Aptev.3ut5i Page 1 of 2 _ CO to- 0 Cn — d� SOC3 g'cO ratcIiZ o Z M Z r umi zy M CA r— � -ice > -n - V CO < C N m -C m --qz 77 N m t7 p rr1 __ i� �— C� oOn 52 G mo© 11 4 i m rcoo N m CD �.�.�. ...� > � FM1 c--4 z 4 Cn w —1 C► o JISMSMW. 539J 3tt0,ar3,oa After printing this label: 1.Use the'Print'button on this page to print your label to your laser or inkjet printer. 2.Fold the printed page along the horizontal line. 3.Place label in shipping pouch and affix it to your shipment so that the barcode portion of the label can be read and scanned. Warning:Use only the printed original label for shipping Using a photocopy of th s label for shipping purposes is fraudulent and could result in additional bi ling charges along with the Cance ration of your FedEx account number Use of this system constitutes your agreement to the service conditions in the current FedEx Service Guide,available on fedex.com.FedEx will not be responsible for any claim in excess of$100 per package,whether the result of loss,damage,delay,non- delivery,misdelivery,or misinformation, unless you declare a higher value,pay an additional charge, document your actual loss and file a timely claim.Limitations found in the current FedEx Service Guide apply. Your right to recover from FedEx for any loss,including intrinsic value of the package, loss of sales, income interest,profit,attorney's fees,costs,and other forms of damage whether direct, incidental,consequential,or special is limited to the greater of 5100 or the authorized declared value. Recovery cannot exceed actual documented Ioss.Maximum for items of extraordinary value is$1,004,e.g Jewelry,precious metals, negotiable instruments and other items listed in our ServiceGuide.Written claims must be filed within strict time limits,see current FedEx Service Guide. https:',�www.fedex.com/shipping/htmilen/IPrintlFrame.htmi 10/6/2015 Page 2 of 2 Fedix Shipment Receipt Address Information Ship to: Ship from: Michelle Flynn M.Mojica siemens Industry,Inc. MARSHMORRISTOWN 9225 Bee Cave Road 445 South Street Building B,Suite 101 AUSTIN, TX Morristown, N1 78733 07962 US US 7324763580 9734015024 Shipment Information: Tracking no.:774671791254 Ship date: 10/06/2015 Estimated shipping charges: Package Information Pricing option: FedEx Standard Rate Service type: Priority Overnight Package type:FedEx Envelope Number of packages: 1 Total weight: 1 LBS Declared Value:0.00 USD Special Services: Pickup/Drop-off: Use an already scheduled pickup at my location Billing Information: Bill transportation to: Recipient Your reference: Surety P.O.no., Invoice no.: Department no.: Thank you for shipping online with FedEx Shipldanager at fedex.com. Please Note FedEx all rout De responsible for any darn�n excess of$100 per package.whether the result or loss,damage,delay non4eivery mcadelivary.or mranformalion tai you declare a higher value.pay an additional charge document your actual loss and we a hirety claim.Umda6ons found in axe currant FedFar$e Guide apply Your rig m to recover from FedEx roc any ass indudmg inWlsic value of the pac"ge,oss of sales income interest.profit.attorneys lees,costs,and other,forms of damage whelher direct,Irtadental conseptenlial,or special n hinted to the greater of$100 or the authmxed declared value.Recovery cannot exceed actual dor menteo toss Mawmum for Items of extraordinary value Is$1000 e g jewelry precious metals,f"chabte nstrumenta and Dale,items Wed n our semce Gude Written darns must be Ned wlthrn atncl lima-Mrs.Cmsua a- a Co cable teapplicable FadFx Samca Guide for datals The estimated shpping charge may be deferent than the actual charges for your shipment.Differences may occur ceased on actual waignt,drmenstms,and olhe,faclm Consult the apphcabk FedFr Serrce Gu-do or the FedEx Rate sheets for 00105 on how sh pprng charges are calctaaied. htdps.,y, c ``—-- Q ShiPPip,',hrIIjIle SIEMENS 4'gev.ai(y-for U fe Septemeber 13, 2019 Marisa Alaniz Project Manager Engineering Services City of Corpus Christi RE: Project No. 19071A- IDIQ Traffic Signals and Lighting Improvements FY 2019 Dear Ms. Alaniz, Siemens Mobility Inc. has received the City's request for a an additional 6-month period for the referenced contract. Siemens Mobility Inc, is in agreement on approval of a 6 month renewal of this contract with the current pricing for a contract value of$300,000. Please feel free to reach out with any questions or concerns. Respectfully, Michelle Flynn Account Project Manager Siemens Mobility, Inc. Intelligent Traffic Systems 16560 Air Center Blvd Houston, TX 77032 00 52 23 AGREEMENT This Agreement is the Third Renewal (Prof. No. 19071A, approved on September 13, 2019) of the Traffic Signal and Street Lighting Improvements IDIQ-Project No. E15126 awarded on January 12, 2016 by the City Council of the City of Corpus Christi, Texas ("Owner") to Siemens Mobility Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Traffic Signal and Street Lighting Improvements IDIQ Yr 4 Contract Renewal (Ref E15126) Prosect No. 19071A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Maldonado-Burkett Intelligent Transportation Systems, LLP 3833 South Staples Street, Suite N214 Corpus Christi,TX, 78411 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel—Assistant Director of Construction Inspection City of Corpus Christi—Engineering Services 4917 Holly Rd., Bldg.#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. This is the Third Renewal Contract, Project No. 19071A, of the Original Contract No. E15126 for Traffic Signal and Street Lighting Improvements IDIQ. The Third Renewal Contract extension will not exceed the amount of$300,000.00 for 180 calendar days. The Work is required to be substantially completed within 180 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 210 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 005223- 1 Agreement REV 03-23-2015 19071A Traffic Signal and Street Lighting Improvements IDIQ REBID Contract Renewal Yr 4 A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$500.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$500.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Budget Price Year 4 $ 300,000.00 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 005223- 2 Agreement REV 03-23-2015 19071A Traffic Signal and Street Lighting Improvements IDIQ REBID Contract Renewal Yr 4 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 005223-3 Agreement REV 03-23-2015 19071A Traffic Signal and Street Lighting Improvements IDIQ REBID Contract Renewal Yr 4 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 005223-4 Agreement REV 03-23-2015 19071A Traffic Signal and Street Lighting Improvements IDIQ REBID Contract Renewal Yr 4 L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City 005223-5 Agreement REV 03-23-2015 19071A Traffic Signal and Street Lighting Improvements IDIQ REBID Contract Renewal Yr 4 ATTEST CITY OF CORPUS CHRISTI D191[z11ys19 ned by Rebecca Ityrtf qa�,� /a�„� /���� Digitally signed by Mark Van Vleck ' DN'.cn=Rebecca Hueb,,HG tf Goryus GbrlsH.ou=Glry Mark I V V P P ��'L� see�e em,1l becceb@cteaze ccm.c=HS Date:2019.10.04 14:54:28-05'00' Date2019.10 C 15D 02.0500' Rebecca Huerta Mark Van Vleck City Secretary Assistant City Manager N/A AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL N/A Digitally signed by Kent Mcllyar RH/AB Digitally signed by RH/AB �.. � DN:cn=Kent Mcllyar,o,on, email=kentmc@cctexas.com,c=us Date:2019.10.04 15:01:41 -05'00' Date:2019.10.01 16:58:18-05'00' Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR DigitBarisal Anchal Bansal Anchal Dateally 019.09.30signedY1938:09-0500' Siemens Mobility, Inc. DI91211ysl9netl by TLck Wl11l DN'.serlalNurrber—ZD03HH]M.glvenName=Wllllam.m=Tucker Jr. Tucker Jr William n1-nI- Tun nNt W1111z (Seal Below) By: Rerscnelzmzppmv 9tblsbnnument Loralion'.Houston Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 16560 Air Center Blvd. Financial Officer Address Houston,TX 77032 City State Zip 800/229-6090 Phone Fax Steven.teal@siemens.com Email 005223-6 Agreement REV 03-23-2015 19071A Traffic Signal and Street Lighting Improvements IDIQ REBID Contract Renewal Yr 4 00 6113 PERFORMANCE BOND BOND Na 8258-70-36 Contractor as Principal Name: Siemens Mobility Inc. Mailing address (principal place of business): 16560 Air Center Blvd. Houston, TX 77032 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: Project No. 19071A Traffic Signal and Street Lighting Improvements IDIQ Yr 4 Contract Renewal (Ref E15126) Award Date of the Contract: September 16, 2018 Contract Price: $721,485.80 Bond Date of Bond: September 25, 2019 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: Federal Insurance Company Mailing address (principal place of business): 202B Halls Mill Road Whitehouse Station, NJ 08889-3454 Physical address (principal place of business): 202B Halls Mill Road Whitehouse Station, NJ 08889-3454 Surety is a corporation organized and existing under the laws of the state of: Indiana 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): 908-903-2000 Telephone (for notice of claim): 800-252-4670 Local Agent for Surety Name: Marsh USA, Inc. Address: 445 South Street Morristown, NJ 07962 Telephone: (973) 401-5000 Email Address: kristin.bender@marsh.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800 252-3439 Performance Bond 00 6113 -1 19071A Traffic Signal/Street Lighting IDIQ Yr4 Contract Renewal (Ref E15126) 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Siemens Mobility, Inc. Signature: Name: Title: Email Address: _ ,Thos , b rtcQr- '211- P-rne.nS. c-rlm Surety Federal I surance Company Signature: Name: Kristin S. Bender Title: Attorney -In -Fact Email Address: kristin.bender@marsh.com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 19071A Traffic Signal/Street Lighting IDIQ Yr4 Contract Renewal (Ref E15126) 006113-2 7-8-2014 C H U B B Power of Attorney Federal Insurance Company 1 Vigilant Insurance Company 1 Pacific Indemnity Company Know All by These Presents. That FEDERAL INSURANCE COMPANY. an Indiana corporation. VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation. do each hereby constitute and appoint Annette Audinot, Kristin S. Bender, Jessica lannotta, Kelly O'Malley and April D. Perez of Morristown, New Jersey; Megan Schlueter of Raleigh, North Carolina each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise. bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) Oven or executed in the course of business. and any instruments amending or altering the same. and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof. said FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY. and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this T° day ofJanuary, 2019. °l s A..9C 1tIV:11 :I (:11Ii)1(?.:1Wa:t111 k�rtf:n} STATE OF NEW JERSEY County of Hunterdon SS. Stq hill 11 Ikitt Vice President On this T° day of January. 2019. before me, a Notary Public of New Jersey. personally came Dawn M. Chloros. to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY. and PACIFIC INDEMNITY COMPANY. the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly sworn. did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with Stephen M. Haney, and knows him to be Vice President of said Companies; and that the signature of Stephen M. Haney, subscribed to said Power of Attorney is in the genuine handwriting of Stephen M. Haney. and was thereto subscribed by authority of said Companies and in deponent's presence. Notarial Seal KATHERINE J. ADELAAR NOTARY PUBLIC OF NEW JERSEY No. 2310885 Conntsston Exp res .My 10, 2019 CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30.2016: "RESOLVED. that the following authorizations relate to the execution. for and on behalf of the Company. of bonds, undertakings. recognizances, contracts and other written commitments of the Company entered into in the ordinary course of business (each a "Written Commitment"): (I) Each of the Chairman. the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company. under the seal of the Company or otherwise. (2) Each duly appointed attorney-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company. under the seal of the Company or otherwise. to the extent that such action is authorized by the rant of powers provided for in such person's written appointment as such attorney-in-fact. (3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to appoint in writing any person the attorney- in-fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments oldie Company as may be specified In such written appointment, which specification may he by general type or class of Written Commitments or by specification of one or more panlcular Written Commitments. (4) Each of the Chairman. the President and the Vice Presidents of the Company is hereby authorized. for and on behalf of the Company. to delegate in writing to any other officer of the Company the authority to execute. for and on behalf of the Company. under the Company's seal or otherwise. such Written Commitments of the Company as are spedfied in such written delegation. which specification may be by general type or class of Written Commitments or by specification of one or more panicular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution. and the seal of the Company. may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED. that the foregoing Resolution shall not be deemed to he an exclusive statement of the powers and authority of officers. employees and other persons to act for and on behalf of the Company. and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." I. Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY. and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (ii) the foregoing Power of Attorney is true. correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station. NJ, this • ? ',IN THE EVEN V Y0r, WISI1T0 VERIFI' THE AIJI'HEN-ricrry OF THIS BOND OR NOTIFY US (W ANY OTHER MATTER. PLEASE CONTACT US AT: • Telephone (908)903- 3493 Fax (908)903- 3858 e-mail: surety@chubb.com \i• 25th day of September 2019 lkiv.n Chk>rts,..'t:ist:mtSvc ret;try' FED- VIG-PI (rev. 08-18) State of NJ County of Morris On September 25, 2019 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Kristin S. Bender known to me to be Attorney -in -Fact of Federal Insurance Company the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WI-IEREOF, I have hereunto set my hand and affixed my official seal, the day and year d in this certificate above. My Commission Expires 4/15/2021 an : to NotaryPublic JESSICA IANNOTTA Commission # 50036644 Notary Public, State of NewJersey My Commission Expires April 15, 2021 .i } 1 r .. FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, UABIUT1ES AND SURPLUS TO POUCYHOLDERS Statutory Basis 'DECEMBER 31, 2018 (In thousands) ASSETS Cash and Short Term Investments United States Government. State and Municipal Bonds Other Bonds Stocks Other Invested Assets $ (360.335) 5,738,426 3,916,616 100,774 959.127 TOTAL INVESTMENTS 10.354.608 tnvestments in Affiliates: Great Northern Ins. Co. Vigilant Ins. Co. Chubb Indemnity Ins. Co. Chubb National Ins. Co. Chubb European tnv. Holdings, SLP Other Affiliates Premiums Receivable Other Assets TOTAL ADMITTED ASSETS 384,987 333,743 176,202 176,647 120,469 99,299 1,281,368 2,762,308 LIABIUT1ES AND SURPLUS TO POUCYHOLDERS , Outstanding Losses and Loss Expenses S 6,523,482 Reinsurance Payable on Losses and Expenses 1,490,981 Unearned Premiums 1,914,180 Ceded Reinsurance Premiums Payable 405,271 Other Liabilities 565.885 TOTAL UABILITIES 10.899.789 Capital Stock Paid -In Surplus Unassigned Funds SURPLUS TO POLICYHOLDERS TOTAL LIABILITIES AND $ 15,689,631 SURPLUS 20,980 2,711,474 2.057.388 4,789.842 $ 15 689 631 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners, At December 31, 2018, investments with a carrying value of $566,806,856 were deposited with government authorities as required by law. STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA John Taylor, being duly sworn, says that he is Senior Vlce President of Federal Insurance Company and that to the best of his knowledge and belief the foregoing is a true and correct statement at the said Company's finenaal c ondrtion as of the 31 st day of December, 2018. Sworn before me Q.AC� l CO - COMMONWEALTH OF PENNSYLVANIA NOTARIAL SEAL Diane Wright, Notary Public City of Philadelphia, Philadelphia County My Commission Expires Aug, 8, 2019 EMB R. ENNSYt.VANIA ASSOCIA ION QF N ARI 16I�kel y coCIU14.254 cion expires POLICYHOLDER INFORMATION NOTICE IMPORTANT NOTICE To obtain information or make a complaint: AVISO IMPORTANTE Para obtener informacion o para someter una queja: You may call Chubb's toll-free telephone number for Usted puede llamar al numero de telefono gratis de information or to make a complaint at Chubb's para informacion o para someter una queja al 1-800-36-CHUBB You may send information to Chubb at: Eastern Claim Service Center 600 Independence Parkway Chesapeake, VA 2332o Attn: Surety Support Phone: 800-252-4670 Fax: 800-664-5358 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-80o-252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 490-1007 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Foran 15-10-0347 (Rev. 7-19) 1-800-36-CHUBB Usted puede enviar informacion a Chubb en: Eastern Claim Service Center 600 Independence Parkway Chesapeake, VA 23320 Attn: Surety Support Phone: 80o -252-467o Fax: 800-664-5358 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-80o-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 490-1007 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente primero. Si no se resueve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. 00 61 16 PAYMENT BOND BOND NO. 8258-70-36 Contractor as Principal Name: Siemens Mobility, Inc. Mailing address (principal place of business): 16560 Air Center Blvd. Houston, TX 77032 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: Project No. 19071A Traffic Signal and Street Lighting Improvements IDIQ Yr 4 Contract Renewal (Rev E15126) Award Date of the Contract: September 16, 2019 Contract Price: $721,485.80 Bond Date of Bond: September 25. 2019 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: Federal Insurance Company Mailing address (principal place of business): 202B Halls Mill Road Whitehouse Station, NJ 08889-3454 Physical address (principal place of business): 202B Halls Mill Road Whitehouse Station, NJ 08889-3454 Surety is a corporation organized and existing under the laws of the state of: Indiana 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): 908-903-2000 Telephone (for notice of claim): 800-252-4670 Local Agent for Surety Name: Marsh USA Inc. Address: 445 South Street Morristown, NJ 07962 Telephone: 973-401-5000 Email Address: kristin.bender@marsh.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800 252-3439 Payment Bond Form 00 6116 -1 19071A Traffic Signal/Street Lighting IDIQ Yr4 Contract Renewal (Ref E15126) 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal S' mens Mobility, Inc. Signature: /4 Name: Title: WI Act 114 Oparcatolls. Ma ( _c3Q r- Email Address: ,m. "� COM Surety Fede Signature: Name: Title: I nsurance 0 Kri tin S. Bender Attorney -In -Fact Email Address: kristin.s.bender@marsh.com (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 19071A Traffic Signal/Street Lighting IDIQ Yr4 Contract Renewal (Ref E15126) 006116-2 7-8-2014 EHUBB Power of Attorney Federal Insurance Company 1 Vigilant Insurance Company 1 Pacific Indemnity Company Know All by These Presents, That FEDERAL INSURANCE COMPANY. an Indiana corporation, VIGILANT INSURANCE COMPANY. a New York corporation. and PACIFIC INDEMNITY COMPANY. a Wisconsin corporation. do each hereby constitute and appoint Annette Audinot, Kristin 5. Bender, Jessica Iannotta, Kelly O'Malley and April D. Perez of Morristown, New Jersey; Megan Schlueter of Raleigh, North Carolina each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof. said FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY. and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 7t° day of January, 2019. Itivrn 11 Ho.. kti-rctal} STATE OF NEW JERSEY County of Hunterdon S.S. Stephen \I I . t On this 7th day of January, 2019. before me. a Notary Public of New Jersey, personally came Dawn M. Chloros, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY. the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly sworn. did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY. and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof. that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with Stephen M. Haney, and knows him to be Vice President of said Companies: and that the signature of Stephen M. Haney, subscribed to said Power of Attorney is In the genuine handwriting of Stephen M. Haney. and was thereto subscribed by authority of said Companies and in deponent's presence. Notarial Seal KATHERINE J.1IDELAAR NOTARY PUBLIC OF NEW JERSEY No. 2318885 Cormttssion Expnes .My 10, 2019 CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY. and PACIFIC INDEMNITY COMPANY on August 30. 2016: "RESOLVED. that the following authorizations relate to the execution. Tor and on behalf of the Company, of Minds, undertakings. recognisances, contracts and other written commitments of the Company entered imo in the ordinary course of business (each a "Written Commitment"): (I) Each of the Chairman. the President anti the Vice ('residents of the Company' is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise. (2) Each duly appointed attorney-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company. under the seal of the Company or otherwise, to the extent that such action is authorial] by the grant of powers provided for in such person's written appointment as such attorney-in-fact. (3) Each of the Chairman. the President and the Vice ('residents of the Company is hereby authorized. for and on behalf of the Company, to appoint in writing any person the anorney- in-tact of the Company with full power and authority to execute. for and on behalf of the Company. under the seal of the Company or otherwise. such Written Commitments of the Company as may be specified in such written appointment. which specification may be by general type or class of Written Commitments or by specification of one or more panicular Written Commitments. (4) Each of the Chairman, the President and the Vice ('residents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of the Company. under the Company's seal or otherwise. such Written Commitments of the Company as are specified in such written delegation. which specification may to by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution. and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED. that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers. employees and other persons to act for and on behalf of the Company. and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." 1, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (ii) the foregoing Power of Attorney is true. correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this 25th day of September 2019 • FED- VIG-PI (rev. 08-18) e l\ Iktv:n \1.(:h1(rrtIN. :\ .islantkrrc-tart' IN THE EVEN t Yc u' WISIITO VERIFY THE AUr'I IF.NTICI.1'Y OF THIS 13OND (1R NOTIFY US OF ANY OTHER MKrI•ER. PLEASE CONTACT US AT: • -• Tele hone (908) 903- 3493 Fax (908) 903- 365(; e-mail: sure t @chuhh.com • State of NJ County of Morris On September 25, 2019 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Kristin S. Bender known to me to be Attorney -in -Fact of Federal Insurance Company the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year _d in this certificate above. My Commission Expires 4/15/2021 an i a Notary Public JESSICA IANNOTTA Commission # 500366421 Notary Public, State. of New Jersey My Commission Expires April 15, 2021 4 • Y FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, UABIUTIES AND SURPLUS TO POUCYI4OLDERS Statutory Basis 'DECEMBER 31, 2018 (In thousands) ASSETS Cash and Short Term Investments United States Government. State and Munidpal Bonds Other Bonds Stocks Other Invested Assets $ (360.335) 5,738,426 3,916,616 100,774 959,127 TOTAL INVESTMENTS 10.354.608 tnvestments in Affiliates: Great Northern Ins. Co. Vigilant Ins. Co. Chubb Indemnity Ins. Co. Chubb National Ins. Co. Chubb European Inv. Holdings, SLP Other Affiliates Premiums Receivable Other Assets TOTAL ADMITTED ASSETS 384,987 333,743 176,202 176,647 120,469 99,299 1,281.368 2.762,308 LIABILITIES AND SURPLUS TO POUCYMOLDERS , Outstanding Losses and Loss Expenses S 6,523,482 Reinsurance Payable on Losses and Expenses 1,490.981 Unearned Premiums 1.914,180 Ceded Reinsurance Premiums Payable 405.271 Other Liabilities 565.885 TOTAL LIABILITIES 10.899.789 Capital Stock Paid -In Surplus Unassigned Funds SURPLUS TO POLICYHOLDERS TOTAL LIABILITIES AND 3 15,689,631 SURPLUS 20,980 2.711,474 2.057.388 4.789.842 315 689 631 Investments are valued in accordance with requirements of the National Assodation of tnsurance Commissioners, Al December 31, 2018, investments with a carrying value of 3568,806,856 were deposited with government authorities as required by law. STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA John Taylor, being duly swam, says that he is Senior Vice President of Federal Insurance Company and that to the best of his knowledge and belief the foregoing is a true and oorrecs statement of the said Company's ftnandal condition as of the 31 st day of December, 2018. Swam before me � ciJt C� uc COMMONWEALTH OF PENNSYLVANIA NOTARIAL SEAL Diane Wright, Notary Public City of Philadelphia, Philadelphia County My Commission Expires Aug. 8, 2019 EMBER, PENNSYLVANIA ASSOCIATION OP NOTARIE Ou&' 51 '2 c7 My corn scion expires POLICYHOLDER INFORMATION NOTICE IMPORTANT NOTICE To obtain information or make a complaint: AVISO IMPORTANTE Para obtener informacion o para someter una queja: You may call Chubb's toll-free telephone number for Usted puede llamar al numero de telefono gratis de information or to make a complaint at Chubb's para informacion o para someter una queja al 1-80o-36-CHUBB You may send information to Chubb at: Eastern Claim Service Center 600 Independence Parkway Chesapeake, VA 23320 Attn: Surety Support Phone: 80o -252-467o Fax: 80o-664-5358 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 490-1007 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Forin 15-10-0347 (Rev. 7-19) 1-800-36-CHUBB Usted puede enviar informacion a Chubb en: Eastern Claim Service Center 600 Independence Parkway Chesapeake, VA 2332o Attn: Surety Support Phone: 800-252-4670 Fax: 800-664-5358 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de compafiias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 490-1007 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente primero. Si no se resueve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condition del documento adjunto. ACGRb® CERTIFICATE OF LIABILITY INSURANCE DATE (M 19D"YYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WANED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER MARSH USA, INC. 445 SOUTH STREET MORRISTOWN, NJ 07960-6454 100129-S1I-19/20 SII MSMIT NOC60 CONTACT NAME: (A/CC. N . Ext) FAX No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC A INSURER A : HDI Global Insurance Company 41343 INSUREDIEMENS INDUSTRY, INC. 1000 DEERFIELD PARKWAY BUFFALO GROVE, IL 60089-4513 INSURER B : Travelers Property Casualty Co. of America 25674 INSURER C : The Travelers Indemnity Company 25658 INSURER D : $ 1,000,000 INSURER E : S 1,000,000 INSURER F : E CERTIFICATE NUMBER: NYC -009960900-18 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR 1(1/VD POLICY NUMBER POLICY EFF (MMIDDIYYYY) POLICY EXP _(MMIDD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY „IVSD GLD1110111 10/01/2019 10/01/2020 EACH OCCURRENCE $ 1,000,000 DAMAGE TO PREMISES (EaENTED occurrence) S 1,000,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) S 100,000 PERSONAL & ADV INJURY S 1,000,000 GENERAL AGGREGATE s 10,000,000 GE X 'L AGGREGATE POLICY OTHER: LIMIT APPLIES PRO- JECT PER: LOC PRODUCTS - COMP/OP AGG S INCL $ B AUTOMOBILE X X X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY - X _. SCHEDULED AUTOS NON -OWNED AUTOS ONLY TC2J-CAP-7440L34A-19 10/01/2019 10/01/2020 COMBINED SINGLE LIMIT (Ea accident) $ 2,000,000 BODILY INJURY (Per person) S N/A BODILY INJURY (Per accident) S N/A PROPERTY DAMAGE (Per accident) S N/A $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE CUD1110211 10/01/2019 10/01/2020 EACH OCCURRENCE S 1,500,000 AGGREGATE $ 1,500,000 S DED RETENT ON S B C WORKERS COMPENSATION AND EMPLOYERS' uABILITY ANYPROPRIETOR(PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory In NH) Ifes, describe under DESCRIPTION OF OPERATIONS below Y / N N N/A TC2J-UB-8049X508-19 (AOS) TRK-UB-8049X51A-19( AZ, MA, OR, WI) 10/01/2019 10/01/2019 10/01/2020 10/01/2020 X PER 1 EH ER E.L. EACH ACCIDENT S 1,000,000 E.L. DISEASE - EA EMPLOYEE S 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: PROJECT #19071A- TRAFFIC SIGNAL AND STREET LIGHTING IMPROVEMENTS (IDIQ) REBID, CONTRACT RENEWAL E16413 TRAFFIC SIGNAL AND STREET LIGHTING IMPROVEMENTS IDIQ YR 2 FY 2017 SEE ATTACHED CANCELLATION CITY OF CORPUS CHRISTI ATTN: SYLVIA ARRIAGA 1201 LEOPARD ST, CORPUS CHRISTI, TX 78401 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjee _..I'vLauaci .+► ACORD 25 (2016103) © 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORO® AGENCY CUSTOMER ID: 100129 LOC #: Morristown ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY MARSH USA, INC. NAMED INSURED SIEMENS INDUSTRY, INC. 1000 DEERFIELD PARKWAY BUFFALO GROVE, IL 60089-4513 POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER. 25 FORM TITLE: Certificate of Liability Insurance RE PROJECT #19071A- TRAFFIC SIGNAL AND STREET LIGHTING IMPROVEMENTS (IDIQ) REBID, CONTRACT RENEWAL E16413 TRAFFIC SIGNAL AND STREET LIGHTING IMPROVEMENTS IDIO YR 2 FY 2017 CITY OF CORPUS CHRISTI, MALDONADO-BURKETT INTELLIGENT TRANSPORTATION SYSTEMS, LLP, AND ENGINEERS, ARCHITECTS OR SURVEYORS NOT ENGAGED BY THE NAMED INSURED IF REQUIRED BY CONTRACT ARE HEREBY ADDITIONAL INSURED AS OBUGATED UNDER CONTRACT UNDER THE REFERENCED GENERAL LIABILITY AND AUTOMOBILE LIABILITY INSURANCE POLICIES. SUCH INSURANCE AS IS AFFORDED BY THE ADDITIONAL INSURED ENDORSEMENT SHALL APPLY AS PRIMARY INSURANCE & OTHER INSURANCE MAINTAINED BY THE CERTIFICATE HOLDER SHALL BE EXCESS ONLY & NOT CONTRIBUTING WITH INSURANCE PROVIDED UNDER THIS POLICY. WAIVER OF SUBROGATION IS EFFECTUAL $1,000,000 PROFESSIONAL UABILITY IS INCLUDED UNDER THE GENERAL LIABILITY POLICY AND 5500,000 IS INCLUDED UNDER THE UMBRELLA LIABILITY POLICY. IF THESE POUCIES ARE CANCELLED FOR ANY REASON OTHER THAN NON-PAYMENT OF PREMIUM, THE INSURER WILL DELIVER NOTICE OF CANCELLATION TO THE CERTIFICATE HOLDER UP TO 60 DAYS PRIOR TO THE CANCELLATION ORAS REQUIRED BY WRITTEN CONTRACT, WHICHEVER IS LESS. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL AUTO POLICY NUMBER: TC2J-CAP-7440L34A-TIL-19 ISSUE DATE: 08-23-19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage pro- vided in the Coverage Form. SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION WHOM YOU HAVE AGREED TO ADD AS ADDITIONAL INSURED, BUT ONLY TO COVERAGE AND MINIMUM LIMITS REQUIRED IN A WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provi- sion contained in Paragraph A.1. of Section 11- Cov- ered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section 1 - Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 0 Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER : TC2J—CAP-7440L34A—TIL-19 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM The following replaces Paragraph A.5., Transfer of Rights Of Recovery Against Others To Us, of the CONDITIONS Section: 5. Transfer Of Rights Of Recovery Against Oth- ers To Us We waive any right of recovery we may have against any person or organization to the extent required of you by a written contract executed prior to any "accident' or "loss", provided that the "accident" or "loss" arises out of the operations contemplated by such contract. The waiver ap- plies only to the person or organization desig- nated in such contract. CA T3 40 0215 © 2015 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission. HDI GLOBAL INSURANCE COMPANY MANUSCRIPT ENDORSEMENT# 32 Policy Number Named Insured GLD11101-11 SIEMENS CORPORATION Policy Period: Inception (M -D -Y) Expiration (M -DY) Effective Date and 10-01-2019 Insured. 10-01-2020 Time of Endorsement 10-01-2019 12:01 a.m. Standard Time at Address of the This Endorsement Changes The Policy. Please Read ft Carefully. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Form Who is an insured is amended to include as an additional insured any person whom you are required to add as an additional insured on this policy under a written agreement, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf. The insurance coverage provided to such additional insured applies only to the extent required within the written agreement. The insurance coverage provided to the additional insured person shall not provide any broader coverage than you are required to provide to the additional insured person in the written agreement and shall not provide limits of insurance that exceed the bwer of the Limits of Insurance provided to you in this policy, or the limits of insurance you are required to provide in the written agreement. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible other insurance, whether primary, excess, contingent, or on any other basis, that is available to the additional insured for a bss we cover under this endorsement. However, if the written agreerrent specifically requires that this insurance apply on a primary basis, this insurance is primary. If the written agreerrent specifically requires this insurance apply on a primary and non-contributory basis this insurance is primary to other insurance available to the additional insured and we will not share with that other insurance. This endorsement shall prevail over additional insured endorsements that may apply under this policy unless required otherwise in the written agreement. %� p 6):41�� Authorized Representative All terms and conditions of the policy remain unchanged. THIS ENDORSEMENT MUST BE ATTACHED TO A CHANGE ENDORSEMENT WHEN ISSUED AFTER THE POLICY IS WRITTEN. Page ... POLICY NUMBER: GLD11101-11 COMMERCIAL GENERAL LIABILITY CG24040509 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: ANY PERSON OR ORGANIZATION TO THE EXTENT REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV— Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or 'your work' done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 0 TRAVELERS) WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 00 03 13 (00) - POLICY NUMBER: (TC2JUB-8049X50-8-19) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. SCHEDULE DESIGNATED PERSON: DESIGNATED ORGANIZATION: ANY PERSON OR ORGANIZATION FOR WHOM A WAIVER OF SUBROGATION IS REQUIRED BY CONTRACT OR AGREEMENT OR PERMIT, BUT COVERAGE IS LIMITED TO THE SCOPE OF THE WORK PERFORMED BY THE INSURED UNDER SUCH CONTRACT, AGREEMENT OR PERMIT. DATE OF ISSUE: 08-23-19 ST ASSIGN: POLICY NUMBER: TC2J-CAP-7440L34A-TIL-19 ISSUE DATE: 08-23-19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION/NONRENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE, CANCELLATION: Number of Days Notice of Cancellation: 60 NONRENEWAL: Number of Days Notice of Nonrenewal: N/A PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEE TO IT THAT WE RECEIVE WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANAZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS ENDORSEMENT. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US PROVISIONS: A. If we cancel this policy for any statutorily permit- ted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancel- lation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of can- cellation. B. If we decide to not renew this policy for any statu- torily permitted reason, and a number of days is shown for nonrenewal in the schedule above, we will mail notice of the nonrenewal to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for nonrenewal in the schedule above be- fore the expiration date. IL T4 0012 09 4 2009 The Travelers Indemnity Company Page 1 of 1 POLICY NUMBER: GLD11101-11 IL SU 4004 (10-10) HDI GLOBAL INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION AMENDMENT SCHEDULE Name, Address and E -Mail Address of Other Person(s) Organization(s): Number of Days Notice: Per schedule on file with the Company. 60 Days, or as required by contract, whichever is less (If no entry appears above, the information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) I. If we cancel this policy by notice to you for any statutorily permitted reason other than nonpayment of premium, we shall endeavor to mail, e-mail or deliver a copy of such written notice of cancellation to the person(s) or organization(s) shown in the Schedule above. II. A copy of the notice, per paragraph I. above, will be mailed, e-mailed or delivered: 1. To the appropriate addresses corresponding to the person(s) or organization(s) shown in the Schedule above; and 2. The number of days required for notice of cancellation, as provided in paragraph A.2. of the Common Policy Conditions or as amended by an applicable state cancellation endorsement or by the date as shown in the Schedule above. III. Our failure to provide such advance notification to the person(s) or organization(s) shown in the Schedule of this endorsement will not extend any policy cancellation date nor negate any cancellation of the policy. All other terms and conditions of this policy remain unchanged. Page 1 of 1 IL SU 4004 (10-10) WORIaRS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 06 03 (00) POLICY NUMBER: TC2JUB-8049X50-8-19 GENERAL PURPOSE ENDORSEMENT NOTICE OF CANCELLATION TO DESIGNATED PERSONS OR ORGANIZATIONS The following is added to PART SIX - CONDITIONS: Notice Of Cancellation To Designated Persons Or Organizations If we cancel this policy for any reason other than non-payment of premium by you, we will provide notice of such cancellation to each person or organization designated in the Schedule below. We will mail or deliver such notice to each person or organization at its listed address at least the number of days shown for that person or organization before the cancellation is to take effect. You are responsible for providing us with the information necessary to accurately complete the Schedule below. If we cannot mail or deliver a notice of cancellation to a designated person or organization because the name or address of such designated person or organization provided to us is not accurate or complete, we have no responsibility to mail, deliver or otherwise notify such designated person or organization of the cancellation. SCHEDULE Name and Address of Designated Persons or Organizations: Any person or organization to whom you have agreed in a written contract that notice of cancellation of this policy will be given, but only if: 1. You see to it that we receive written request to provide such notice, including the name and address of such person or organization, after the first Named Insured receives notice from us of the cancellation of this policy; and 2. We receive such written request at least 14 days before the beginning of the applicable number of days shown in this endorsement. Number of Days Notice 60 All other terms and conditions of this policy remain unchanged. COPYRIGHT 2013 The Travelers Indemnity Company. All rights reserved. DATE OF ISSUE: 08-23-19 ST ASSIGN: Page 1 of 1