Loading...
HomeMy WebLinkAboutC2020-065 - 1/14/2020 - Approved �r ° aims U 4� N . ' 00 52 23 AGREEMENT . This Agreement, for the Project awarded on January 14, 2020, is between the City of Corpus Christi (Owner) and Haas-Anderson Construction, Ltd. (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: Insert Protect NamePark Road 22 Bridge (Bond 20040 REBID Project Number 6281 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Rhodes"Chip" Urban, P.E. Urban Engineering Corpus Christi,Texas 78404 chipu@urbaneng.com 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel, PMP—Asst. Director of Construction City of Corpus Christi—Engineering Services 4917 Holly Rd., Bldg. #5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 639 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 669 days after the date when the Contract Times commence to run. Agreement 00 52 23-1 Park Road 22 Bridge—Proj No 6281 Rev 8/2019 SCANNED CONTRACT DOCUMENTS FOR CONSTRUCTION OF PARK ROAD 22 BRIDGE BOND 2004 - REBID PROJECT NUMBER 6281 f I tSQF Cit . ofY "R:�io�s:c:uReaN :.� C017pus 92606 : 000 Christi URBAN ENGINEERING 2725 Swantner Corpus Christi,Texas 78404 (361) 854-3101 TBPE FIRM No: 145 TBPLS FIRM No: 10032400 FINAL CONSTRUCTION/CONFORMED Record Drawing Number STR - 928 MAY 2019 UE Job No: 42481.00.00 CITY OF CORPUS CHRISTI FRONT END DOCUMENTS INDEX Division/ Title Section Division 00 Procurement and Contracting Requirements 00 00 00 Cover 00 01 00 Table of Contents(Rev.11-14-2018) 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 10-11-2018) 00 30 00 Bid Acknowledgment Form (Rev 10-11-2018) 00 30 01 Bid Form (Rev 10-11-2018) 00 30 02 Compliance to State Law on Nonresident Bidders(Rev 10-11-2018) 00 30 05 Disclosure of Interest(Revo1-2016) 00 30 06 Non-Collusion Certification (Rev 10-11-2018) 00 45 16 Statement of Experience (Rev 10-11-2018) 00 52 23 Agreement(Rev 10-11-2018) 00 61 13 Performance Bond (Rev 10-11-2018) 00 61 16 Payment Bond (Rev 10-11-2018) 00 72 00 General Conditions (Rev 11-13-2018) 00 73 00 Supplementary Conditions(Rev 10-11-2018) Division 01 General Requirements 01 11 00 Summary of Work(Rev 10-11-2018) 01 23 10 Alternates and Allowances(Rev 10-11-2018) 01 29 01 Measurement and Basis for Payment(Rev 10-11-2018) 01 33 01 Submittal Register(Rev 10-11-2018) 01 35 00 Special Procedures(Rev 10-11-2018) 01 50 00 Temporary Facilities and Controls (Rev 10-11-2018) 01 57 00 Temporary Controls(Rev 10-11-2018) Part S Standard Specifications-NONE Part T Technical Specifications Technical Special Provisions 1E20 [4] Storm Water Pollution Prevention Park Road 22 Bridge (Bond 2004) REBID— Project No. 6281 000100 - 1 Rev 11/2018 Division/ Title Section 21311 [1] Boring and Casing Roadways and Railroads 21321[1] Project Objectives for Ground Improvement 2G1 [1] Polyvinyl Chloride Pipe and Fittings for Water Lines and Force Mains (C-900&C-905) 2G2 [5] Ductile Iron Pipe and Fittings (Force Mains) 2G8 [2] Gate Valves for Potable Water Lines 2G10 [1] Installation of Pressure Pipe 2G12 [2] Hydrostatic Testing of Pressure System 2G18 [6] Combination Air Release and Air/Vacuum Valve (Water Service) 2G27 [1] Adjustment of Utilities 2G34 [1] High Density Polyethylene Poly Pipe, EHMW PE3408 Pipe and Fillings (For Water) 3D8[1] Shuttabloc (Precast Reinforced Concrete) 3D9[1] RediSpan (Precast Reinforced Concrete) TxDOT Precast Components Arch and Retaining Walls Technical Specification 100 Preparing Right of Way 110 Excavation 132 Embankment 160 Topsoil 164 Seeding for Erosion Control 166 Fertilizer 168 Vegetative Watering 247 Flexible Base 310 Prime Coat 340 Dense-Graded Hot-Mix Asphalt(Method) 400 Excavation and Backfill For Structures 401 Flowable Backfill 402 Trench Excavation Protection 416 Drilled Shaft Foundations 420 Concrete Structures 421 Hydraulic Cement Concrete 422 Reinforced Concrete Slab 423 Retaining Walls 424 Precast Concrete Structures (Fabrication) Park Road 22 Bridge (Bond 2004) REBID— Project No. 6281 000100 - 2 Rev 11/2018 Division/ Title Section 427 Surface Finishes for Concrete 428 Concrete Surface Treatment 432 Riprap 440 Reinforcing Steel 442 Metal for Structures 445 Galvanizing 446 Cleaning and Painting Steel 448 Structural Field Welding 449 Anchor Bolts 450 Railing 458 Waterproofing Membranes for Structures 464 Reinforced Concrete Pipe 465 Junction Boxes Manholes and Inlets 467 Safety End Treatment 472 Removing and Relaying Culvert 496 Removing Structures 500 Mobilization 502 Barricades, Signs, and Traffic Handling 506 Temporary Erosion, Sedimentation, and Environmental Controls 508 Construction Detours 529 Concrete Curb, Gutter, and Combined Curb and Gutter 530 Intersections, Driveways, and Turnouts 540 Metal Beam Guard Fence 544 Guardrail End Treatments 556 Pipe Underdrains 636 Aluminum Signs 644 Small Roadside Sign Supports and Assemblies 658 Delineator and Object Marker Assemblies 662 Work Zone Pavement Markings 666 Reflectorized Pavement Markings 672 Raised Pavement Markers 677 Eliminating Existing Pavement Markings and Markers 6834 Portable Changeable Message Sign Park Road 22 Bridge (Bond 2004) REBID— Project No. 6281 000100 - 3 Rev 11/2018 Division/ Title Section Appendix Title 1 Geotechnical Report ACA11-007-00 Supplemental March 27, 2012 2 Geotechnical Report ACA11-007-00 Supplemental May 9, 2012 3 Geotechnical Report ACA11-007-00 Supplemental September 20, 2013 4 Geotechnical Report ACA11-007-00 Supplemental January 13, 2014 5 Geotechnical Report ACA11-007-00 Supplemental October 25, 2016 END OF SECTION Park Road 22 Bridge (Bond 2004) REBID— Project No. 6281 000100 -4 Rev 11/2018 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following Project: Park Road 22 Bridge (Bond 2004) REBID Project No. 6281 A. This Project consists of the construction of precast bridges for the north and south bound lanes of Park Road 22, 200 LF of Canal within the ROW, 400 LF of Bulkhead, (2) 400 LF of 16" Fused PVC Directional Drills, 800 LF of 16" PVC, 750 LF of RCP, 12,000 SF of retaining wall, and 23,000 SY of asphalt paving. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $9,720,000. The Project is to be substantially complete and ready for operation within 639 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports,or other information relevant to submitting a Bid for the Project. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than Friday, October 25, 2019 at 10:00am to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form,the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. Bid Security as detailed in Article 8 of this Section must be submitted in accordance with paragraph 3.04. Invitation to Bid and Instructions to Bidders 002113- 1 FINAL CONSTRUCTION/CONFORMED- Park Road 22 Bridge(Bond 2004) REBID—Project No. 6281 Rev 10/2018 3.04 If submitting a hard copy bid or bid security, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid—Park Road 22 Bridge (Bond 2004) - REBID, Project No. 6281 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at the date and time shown in paragraph 3.01, at the following location: City of Corpus Christi City Hall Building, 3rd Floor Engineering SmartBoard Conference Room 1201 Leopard Street Corpus Christi, Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on Tuesday July 30, 2019 at 10:00 am, at the following location: City Hall Building, 3rd Floor Engineering SmartBoard Conference Room 1201 Leopard Street Corpus Christi, Texas 78401 ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. Invitation to Bid and Instructions to Bidders 002113-2 FINAL CONSTRUCTION/CONFORMED- Park Road 22 Bridge(Bond 2004) REBID—Project No. 6281 Rev 10/2018 ARTICLE 6—EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data,that the Bidder has given the OAR written notice of all conflicts,errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. Invitation to Bid and Instructions to Bidders 002113-3 FINAL CONSTRUCTION/CONFORMED- Park Road 22 Bridge(Bond 2004) REBID—Project No. 6281 Rev 10/2018 ARTICLE 8—BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi, Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of the Bid Security as an attachment to their bid. The original Bid Bond, cashier's check,certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents,the bidder's name and thejob name and number and delivered as required in Article 3 of this Section. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition, that the Owner will be paid a sum equal to 5 percent (5%)of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 2. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 240 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. Invitation to Bid and Instructions to Bidders 002113-4 FINAL CONSTRUCTION/CONFORMED- Park Road 22 Bridge(Bond 2004) REBID—Project No. 6281 Rev 10/2018 ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown in accordance with SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of "confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to Invitation to Bid and Instructions to Bidders 002113-5 FINAL CONSTRUCTION/CONFORMED- Park Road 22 Bridge(Bond 2004) REBID—Project No. 6281 Rev 10/2018 withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 240 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE with the date Bid to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder's responsibilities,the Bidder's safety record, the Bidder's indebtedness to Owner, the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner will,at its discretion,award the contract to the lowest responsible bidder for the base bid, plus any combination of Add or Deduct Alternates. 15.02 Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.03 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 15.04 The Bids will be evaluated based on the following order of priority, subject to the availability of funds: A. Total Base Bid Invitation to Bid and Instructions to Bidders 002113-6 FINAL CONSTRUCTION/CONFORMED- Park Road 22 Bridge(Bond 2004) REBID—Project No. 6281 Rev 10/2018 ARTICLE 16—MINORITY/ MBE/ DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE / DBE Participation Policy as indicated in SECTION 00 72 00 GENERAL CONDITIONS. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and Article 6 of the Supplementary Conditions set forth the Owner's requirements as to bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Engineering Services will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the executed Contract to the Owner within 10 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However,Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 00 GENERAL CONDITIONS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. Invitation to Bid and Instructions to Bidders 002113-7 FINAL CONSTRUCTION/CONFORMED- Park Road 22 Bridge(Bond 2004) REBID—Project No. 6281 Rev 10/2018 ARTICLE 21—BIDDER'S CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees,consultants,or contractors in such a manner as to influence or to attempt to influence the bidding or contract award process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding or award process, the City may, in its discretion, reject the Bid. ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24-REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 8. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. I. Bids received from a Bidder identified on a list prepared and maintained by the Texas Comptroller under Chapter 2252 of the Texas Government Code. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe Invitation to Bid and Instructions to Bidders 002113-8 FINAL CONSTRUCTION/CONFORMED- Park Road 22 Bridge(Bond 2004) REBID—Project No. 6281 Rev 10/2018 acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity(i.e. U.S. Environmental Protection Agency, Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate, through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid,which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of capacity to perform the Work will include a factual review of (i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) resources, workforce, equipment and supervision/supervisory staff; (iii) past performance to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113-9 FINAL CONSTRUCTION/CONFORMED- Park Road 22 Bridge(Bond 2004) REBID—Project No. 6281 Rev 10/2018 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1—DEFINITIONS AND TERMINOLOGY SC-1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas Urban Engineering- Civil Cobb Fendley &Associates—Civil Tricon Engineering Group—Structural RABA Kinstner, Inc.—Geotech ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 Supplementary Conditions 007300- 1 FINAL CONSTRUCTION/CONFORMED- Park Road 22 Bridge(Bond 2004) REBID—Project No. 6281 Rev 10/2018 3. A total of 43 rain days have been set for this Project. An extension of time due to rain days will be considered only after 43 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A,which describe subsurface and physical conditions. 1. Geotechnical Reports include the following: a. Subsurface Exploration, Geotechnical Engineering Recommendations for the Proposed Park Road 22 Bridge (Bond 2004) REBID City of Corpus Christi Project No. 6281, Corpus Christi,Texas: 1) RKCI Project No. ACA11-007-00, Dated March 27, 2012. 2) RKCI Project No. ACA11-007-00, Dated May 9, 2012 3) RKCI Project No. ACA11-007-00, Dated September 20, 2013 4) RKCI Project No. ACA11-007-00, Dated January 13, 2014 5) RKCI Project No. ACA11-007-02, Dated October 25, 2016 SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06, which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. 1. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner. Supplementary Conditions 007300- 2 FINAL CONSTRUCTION/CONFORMED- Park Road 22 Bridge(Bond 2004) REBID—Project No. 6281 Rev 10/2018 ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises—Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations Hazard $1,000,000 Per Occurrence 6. Contractual Liability $2,000,000 Aggregate 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, Non- $1,000,000 Combined Single Limit Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability / $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental ❑ Required �X Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation>3 ft. Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges ❑ Required X Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required �X Not Required Supplementary Conditions 007300-3 FINAL CONSTRUCTION/CONFORMED- Park Road 22 Bridge(Bond 2004) REBID—Project No. 6281 Rev 10/2018 ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES SC-7.02 LABOR; WORKING HOURS B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of person or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. Regular working hours are between sunup and sundown unless other times are specifically authorized in writing by OAR. SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS,AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS SC-14.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination Construction Type Project Type (WD) No TX-21 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX-29 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Supplementary Conditions 007300-4 FINAL CONSTRUCTION/CONFORMED- Park Road 22 Bridge(Bond 2004) REBID—Project No. 6281 Rev 10/2018 General Decision Number: TX190021 01/04/2019 TX21 Superseded General Decision Number: TX20180031 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.60 for calendar year 2019 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5 (a) (1) (ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate) . The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (2)-(60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 * SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) . . . . . . . . . . . . . . . . . . . . . . . . .$ 9.05 Concrete Finisher. . . . . . . . . . . . . . . .$ 7.56 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 13.37 2.58 Laborers: Common. . . . . . . . . . . . . . . . . . . . . .$ 7.25 Utility. . . . . . . . . . . . . . . . . . . . .$ 7.68 Power equipment operators: Backhoe. . . . . . . . . . . . . . . . . . . . .$ 9.21 Motor Grader. . . . . . . . . . . . . . . .$ 8.72 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is https://www.wdol.gov/wdol/scafiles/davisbacon/TX21.dvb?v=0[1/14/2019 4:48:53 PM] like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is https://www.wdol.gov/wdol/scafiles/davisbacon/TX21.dvb?v=0[1/14/2019 4:48:53 PM] based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- END OF GENERAL DECISION https://www.wdol.gov/wdol/scafiles/davisbacon/TX21.dvb?v=0[1/14/2019 4:48:53 PM] General Decision Number: TX190029 01/04/2019 TX29 Superseded General Decision Number: TX20180040 State: Texas Construction Type: Highway Counties: Aransas, Calhoun, Goliad, Nueces and San Patricio Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges) . Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.60 for calendar year 2019 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5 (a) (1) (ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate) . The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (2)-(60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 * SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) . . .$ 12.64 FORM BUILDER/FORM SETTER Paving & Curb. . . . . . . . . . . . . . .$ 10.69 Structures. . . . . . . . . . . . . . . . . .$ 13.61 LABORER Asphalt Raker. . . . . . . . . . . . . . .$ 11.67 Flagger. . . . . . . . . . . . . . . . . . . . .$ 8.81 Laborer, Common. . . . . . . . . . . . .$ 10.25 Laborer, Utility. . . . . . . . . . . .$ 11.23 Pipelayer. . . . . . . . . . . . . . . . . . .$ 11.17 Work Zone Barricade Servicer. . . . . . . . . . . . . . . . . . . .$ 11.51 PAINTER (Structures) . . . . . . . . . . . . .$ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor. . . . . . . . .$ 14.25 Asphalt Paving Machine. . . . . .$ 13.44 Mechanic. . . . . . . . . . . . . . . . . . . .$ 17.00 Motor Grader, Fine Grade. . . .$ 17.74 Motor Grader, Rough. . . . . . . . .$ 16.85 TRUCK DRIVER https://www.wdol.gov/wdol/scafiles/davisbacon/TX29.dvb?v=0[1/25/2019 8:23:32 AM] Lowboy-Float. . . . . . . . . . . . . . . .$ 16.62 Single Axle. . . . . . . . . . . . . . . . .$ 11.61 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. https://www.wdol.gov/wdol/scafiles/davisbacon/TX29.dvb?v=0[1/25/2019 8:23:32 AM] Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- https://www.wdol.gov/wdol/scafiles/davisbacon/TX29.dvb?v=0[1/25/2019 8:23:32 AM] END OF GENERAL DECISION https://www.wdol.gov/wdol/scafiles/davisbacon/TX29.dvb?v=0[1/25/2019 8:23:32 AM] ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Rhodes C. Urban, P. E. 361-854-3101 Urban Engineering Traffic Engineering 361-826-3547 Police Department 361-882-2600 Water/Wastewater/Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 IT Department(City Fiber) 361-826-1956 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 Spectrum Communications 1-800-892-4357 Crown Castle Communications 1-888-632-0931 (Network Operations Center) Centuryl-ink 361-208-0730 W i ndstrea m 1-800-600-5050 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 Supplementary Conditions 007300-5 FINAL CONSTRUCTION/CONFORMED- Park Road 22 Bridge(Bond 2004) REBID—Project No. 6281 Rev 10/2018 ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description 423 Precast Retaining Wall 424 Precast Bridge Structure ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 01 31 13 Red Line Drawing END OF SECTION Supplementary Conditions 007300-6 FINAL CONSTRUCTION/CONFORMED- Park Road 22 Bridge(Bond 2004) REBID—Project No. 6281 Rev 10/2018 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by Haas-Anderson Construction, Ltd. (type or print name of company) on: Wednesday August 21, 2019 at 2:00 pm for Park Road 22 Bridge (Bond 2004) REBID — Project No. 6281 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.CivCastUSA.com. To submit the original bid security or if submitting hard copy bids, please send to: The City of Corpus Christi,Texas Contracts and Procurement Department 1201 Leopard Street Corpus Christi, Texas 78401 Attention: Contracts and Procurement Bid— Park Road 22 Bridge (Bond 2004) REBID - Project No. 6281 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2—BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 240 days after the opening of Bids. 2.03 Bidder acknowledges that Owner, at its discretion, will correct mathematical errors contained in the Bid and will conform bid items in accordance with SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT. 2.04 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.05 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt 17 Bid Ackno I J — + d 00 30 00- 1 Park Road 22 Bridge (Bond 2004) REBID—Project No. 6281 Rev 10/2018 44- 10-al - 11 Addendum No. dAddendum Date Signature Acknowledging Receipt ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations,tests,studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. Bid Acknowledgement Form 003000-2 Park Road 22 Bridge (Bond 2004) REBID—Project No. 6281 Rev 10/2018 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations,explorations,tests,studies,and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. 3.13 As required by Chapter 2270, Texas Government Code, Bidder hereby verifies that it does not boycott Israel and will not boycott Israel through the term of this Contract. For purposes of this verification, "boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 15.03 of SECTION 00 72 00 GENERAL CONDITIONS. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price, plus any combination of Add or Deduct Alternates. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsive, responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. Bid Acknowledgement Form 003000-3 Park Road 22 Bridge (Bond 2004) REBID—Project No. 6281 Rev 10/2018 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, correct mathematical errors or to reject non-conforming, non-responsive or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 365 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 17.16 of the General Conditions within 395 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within the number of days indicated in Section 00 30 01 BID FORM. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. G. SECTION 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. Bid Acknowledgement Form 003000-4 Park Road 22 Bridge (Bond 2004) REBID—Project No. 6281 Rev 10/2018 ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—ETHICAL BEHAVIOR 10.01 Bidder certifies that Bidder's officers, employees and agents will not attempt to lobby or influence a vote or recommendation related to this Bid, directly or indirectly,through any contact with City Council members or other City officials from the date the Bid is submitted to the City until a Contract is executed by the City Manager or designee, except that comments are allowed to be made at a public meeting held under the Texas Open Meetings Act. ARTICLE 11—SIGNATORY REQUIREMENTS FOR BIDDERS 11.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form, 11.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s)signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 11.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 11.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 11.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form 003000-5 Park Road 22 Bridge (Bond 2004) REBID—Project No. 6281 Rev 10/2018 ARTICLE 12—BID SUBMITTAL 12.01 This Bid is submitted by: Bidder: Haas-Anderson Construction, Ltd. (typed or printed full legal name of Bidder) By: (indiv` u s signa ure) Name: V, 0 ) 11!2 (typed or printed) Title: President,Haas-Andermon MnaaemAnt!...C, (typed or pr rated Attest: �� (individual's signature) State of Residency: Federal Tax Id. No. �- 'et Jf Address for giving notices: / co 6 Phone: �J_S Email: `x`4.40( ,r' 20,1 (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form 003000- 6 Park Road 22 Bridge (Bond 2004) REBID—Project No. 6281 Rev 10/2018 00 30 01 BID FORM Addendum No. 8 Project park Road 22 Bridge (Bond 2004) REBID Name: Project 6281 Number: Owner: City of Corpus Christi Bidder: Haas-Anderson Construction, Ltd. OAR: Designer:I Urban Engineering Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY Base Bid Part A-GENERAL(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 $690,000.00 $ 690,000.00 A2 Bonds and Insurance LS 1 $ 118,000.00 $ 118,000.00 A3 Storm Water Pollution Prevention LS 1 $ 100,000.00 $ 100,000.00' A4 Traffic Control LS 1 $ 150,000.00 $ 150,000.00 SUBTOTAL PART A-GENERAL(Items Al thru A4) $ 1,058,000.00 Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 131 Prepare ROW STA 20 $ 2,550.00 $ 51,000.00 B2 Remove Concrete Driveways EA 1 $ 3,000.00 $ 3,000.00 B3 Replace Concrete Driveways SF 1,422 $ 11.00 $ 15;642.00 B4 Excavation (HMAC+Base 15") SY 29,080 $ 5.80 $ 168,664.00 B5 Excavation (Canal) CY 4,800 $ 11.00 $ 52,800.00 B6 Embankment CY 18,000 $ 25.00 $ 450,000.00' B7 Compacted Subgrade (12") SY 25,302 $ 1.80 $ 45,543.60 B8 Geogrid SY 25,302 $ 3.40 $ 86,026.80 B9 11.5" Limestone Base (TY A, GR 1) SY 25,302 $ 25.00 $ 632,550.00 B10 Tack Coat GAL 2,348 $ 3.45 $ 8,100.60 B11 Prime Coat GAL 5,870 $ 4.25 $ 24,947.50 B12 3" Hot Mix Asphaltic Concrete (1st SY 23,482 $ 17.00 $ 399,194.00 Course)(TY B) B13 2" Hot Mix Asphaltic Concrete (2nd SY 23,482 $ 12.00 $ 281,784.00 Course)(TY D) B14 Railing (Type T-223) LF 2,183 $ 92.00 $ 200,836.00 B15 Meatal Beam Guard Fence LF 327 $ 28.00 $ 9,156.00 B16 Terminal Anchor Section - MSKT-MASH-TL3 EA 2 $ 3,640.00 $ 7,280.00 B17 MBGF Transition with Thrie Beam EA 4 $ 1,650.00 $ 6,600.00 B18 Downstream Anchor Terminal EA 2 $ 1,650.00 $ 3,300.00 B19 Striping LS 1 $ 18,800.00 $ 18,800-:00 B20 Signs LS 1 $ 14,700.00 $ 14,700.00 B21 Light Poles EA 18 $ 9,200.00 $ 165,600.00 B22 ITemporary Access and Detour Roads SY 2,500 $ 50.00 $ 125,000.00 B23 I Low Profile Concrete Barriers EA 52 $ 1,085.00 $ 56,420.00 Bid Form 00 30 01-Page 1 of 5 Park Road 22 Bridge(Bond 2004) REBID-Project No. 6281 Rev 10/2018 00 30 01 BID FORM Addendum No. 8 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY B24 Seeding and Fertilizing (Roadway) SY 34,126 $ 0.45 $ 15,356.70 B25 Vegetative Watering SY 34,126 $ 0.65 $ 22,181.90 B26 Dewatering North Bound Bridge LS 1 $ 45,000.00 $ 45,000.00 B27 Dewatering South Bound Bridge LS 1 $ 45,000.00 $ 45,000.00 B28 Ozone Advisory Days EA 5 $ 1,000.00 $ 5,000.00 B29 Temporary Retaining Wall SF 14,480 $ 16.00 $ 231,680.00 B30 Ground Improvements (Allowance) LS 1 $500,000.00 $ 500,000.00 B31 Allowance for Unanticipated Street LS 1 $ 10,000.00 Improvements $ 10,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items B1 thru 31) $' 3,701,163.10 Part C-BRIDGE&RETAINING IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 Precast Arch (36'x9.5') SF 7,130 $ 130.00 $ 926,900.00 C2 Precast Arch (48'x11') SF 4,712 $ 165.00 $ 777,480.00 C3 Precast Headwalls SF 2,044 $ 150.00 $ 306,600.00 C4 Retaining Wall (Special) SF 20,967 $ 144.00 $ '3,019,248:00 C5 Flowable Backfill CY 13 $ 943.00 $ 12,259.00 C6 Drill Shaft 36" LF 3,532 $ 350.00; $ 1,236,200.00 C7 Class C Conc (Abutment) CY 66 $ 1,000.00 $ 66,000.00 C8 Class C Conc (Cap) CY 103 $ 1,000.00 $ 103,000.00 C9 Structural Steel (Misc Non-Bridge) LB 2,550 $ 16.00 $ 40,800.00 C10 Railing (TY T223) LF 512 $ 92.00' $ 47,104.00 C11 Pipe Under Drain LF 1,996 $ 20.00 $ 39,920.00 C12 Type 'A' Backfill Behind Walls and Arches CY 3,000 $ 73.00 $ 219,000.00 C13 Type 'D' Backfill Behind Walls and Arches CY 11,250 $ 73.00 $ 821,250.00 C14 Allowance for Unanticipated Bridge and LS 1 RetainingWall Improvements $ 10,000.00 $ 10,000.00 SUBTOTAL PART C-BRIDGE& RETAINING IMPROVEMENTS(Items C1 thru C14) $ 7,625,761.00 Part D-CANAL BULKHEAD&WALKS IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 Bulkhead and Tie-Back LF 400 $ 908.00 $ 363,200.00 D2 Sidewalk SF 12,700 $ 8.60 $ 109,220.00 D3 Pedestrian Lighting LS 1 $ 136,687.30 $ 136,687.30 D4 Articulated Concrete Block Mats SF 8,800 $ 12.00 $ 105,600.00 D5 Allowance for Unanticipated Canal Bulkhead LS 1 $ 10,000.00 $ 10,000.00 &Walks Improvements SUBTOTAL PART D-CANAL BULKHEAD&WALKS IMPROVEMENTS(D1 THRU D5) $ 724,707.30 Part E-STORM WATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) E1 18" Reinforced Concrete Pipe LF 112 $ 111.00 $ 12,432.00 E2 Safety End Treatment Double 18" Pipe EA 2 $ 3,920.00 $ 7,840.00 E3 24" Reinforced Concrete Pipe LF 333 $ 150.00 $ 49,950.00 E4 Safety End Treatment 24" Pipe EA 2 $ 2,080.00 $ 4,160.00 E5 Safety End Treatment Double 24" Pipe EA 4 $ 4,160.00 $ 16,640.00 Bid Form 00 30 01-Page 2 of 5 Park Road 22 Bridge(Bond 2004) REBID- Project No. 6281 Rev 10/2018 00 30 01 BID FORM Addendum No. 8 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY E6 36" Reinforced Concrete Pipe LF 141 $ 266.00 $ 37,506.00 E7 5x5 Inlet Junction Box w/4x4 Grate EA 3 $ 7,180.00 $ 21,540.00 E8 OSHA Trench Safety LF 586 $ 5.15 $ 3,017.90 E9 OSHA Inet/Manhole Safety EA 3 $ 201.00 $ 603.00 E10 Confined Space Entry LS 1 $ 1,400.00 $ 1,400.00 E11 Allowance for Unanticipated Storm Water LS 1 $ 10,000.00 $ 10,000.00 Improvements SUBTOTAL PART E-STORM WATER IMPROVEMENTS(E1 THRU E11) $ 165,088.90 Part F-WATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) F1 16" Fused PVC Directional Drill (East Row) LF 400 $ 364.00 $ 145,600.00 F2 16" Fused PVC Directional Drill (West Row) LF 400 $ 364.00 $ 145,600.00 F3 16" PVC C-905 LF 769 $ 174.00 $ 133,806.00 F4 16" Gate Valve EA 4 $ 10,900.00 $ 43,600.00 F5 16"x12" Reducer EA 2 $ 1,450.00 $ 2,900.00 F6 16"x45' D. I. Bend EA 8 $ 1,730.00 $ 13,840.00 F7 12" PVC C-900 LF 40 $ 300.00 $ 12,000.00 F8 2" Combination Air Release Valves EA 4 $ 16,900.00 $ 67,600.00 F9 OSHA Trench Safety LF 809 $ 3.30 $ 2,669.70 F10 Allowance for Unanticipated Water LS 1 $ 10,000.00 $ 10,000.00 Improvements SUBTOTAL PART F-WATER IMPROVEMENTS(F1 THRU F10) $ 577,615.70 Part G-WASTEWATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 Remove and Dispose of 15"VCP LF 130 $ 143.00 $ 18,590.00 G2 Grout in Place 15" VCP LF 430 $ 39.00 $ 16,770.00 G3 Allowance for Unanticipated Wastewater LS 1 $ 10,000.00 $ 10,000.00 Improvements SUBTOTAL PART G-WASTEWATER IMPROVEMENTS(G1 THRU G3) $ 45,360.00 Part H-CONDUIT FOR MIS IMPROVEMENTS(per SECTION 0123 10 ALTERNATES AND ALLOWANCES) H1 2" Conduit LF 1,600 $ 17.00 $ 27,200.00 H2 Pull Boxes EA 4 $ 2,160.00 $ 8,640.00 H3 Allowance for Unanticipated Conduit for LS 1 $ 10,000.00 $ 10,000.00 MIS Improvements SUBTOTAL PART H-CONDUIT FOR MIS IMPROVEMENTS(H1 THRU 1­13) $ 45,840.00 Bid Form 00 30 01- Page 3 of 5 Park Road 22 Bridge (Bond 2004) REBID- Project No. 6281 Rev 10/2018 00 30 01 BID FORM Addendum No. 8 Item DESCRIPTION UNIT ESTIMATED I UNIT PRICE EXTENDED AMOUNT QUANTITY Part I-ADDITIVE/DEDUCTIVE ALTERNATE TO REDUCE RETAINING WALLS(per SECTION 0123 10 ALTERNATES AND ALLOWANCE AA1 Deduct Item C4- Retaining Wall (SPECIAL) SF 20,967 NO BID NO BID AA2 Retaining Wall (SPECIAL) LS 1 NO BID NO BID AA3 Additional Select Fill LS 1 NO BID NO BID AA4 Additional Sloped Embankment LS 1 NO BID NO BID Additional Underground Storm Water AA5 LS 1 NO BID N0 BID Improvements AA6 lAdditional Seeding and Fertilizing LS 1 NO BID NO BID AA7 lAdditional Vegetative Watering LS 1 NO BID NO BID SUBTOTAL PART I-ADDITIVE/DEDUCTIVE ALTERNATE(AA1 THRU AA7) NO BID Bid Form 00 30 01-Page 4 of 5 Park Road 22 Bridge(Bond 2004) REBID-Project No. 6281 Rev 10/2018 00 30 01 BID FORM Addendum No. 8 Item DESCRIPTION UNIT I ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY BID SUMMARY SUBTOTAL PART A-GENERAL(ITEMS Al THRU A4) $ 1,058,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS(ITEMS B1 THRU B31) $ 3,701,163.10 SUBTOTAL PARTC- BRIDGE& RETAINING WALL IMPROVEMEMTS(ITEMS Cl THRU C14) $ 7,625,761.00 SUBTOTAL PART D-CANAL BULKHEAD&WALKS IMPROVEMENTS(ITEMS D1 THRU D5) $ 724,707.30 SUBTOTAL PART E-STORM WATER IMPROVEMENTS(ITEMS E1 THRU Ell) $ 165,0$$.90 SUBTOTAL PART F-WATER IMPROVEMENTS(ITEMS F1 THRU F10) $ 577,615.70 SUBTOTAL PART G-WASTEWATER IMPROVEMENTS(ITEMS G1 THRU G3) $ 45,360.00 SUBTOTAL PART H -CONDUIT FOR MIS IMPROVEMENTS(ITEMS H1 THRU 1-13) $ 45,840.00 SUBTOTAL PART I-ADDITIVE/DEDUCTIVE ALTERNATE(ITEMS AA1 THRU AA7) NO BID TOTAL PROJECT BASE BID (PARTS A THRU H) $ 13,943,536.00 TOTAL BASE BID+ADDITIVE ALTERNATE NO. 1 (PART I AA1 THRU AA7) NO BID Bid Form 00 30 01-Page 5 of 5 Park Road 22 Bridge(Bond 2004) REBID-Project No. 6281 Rev 10/2018 BID BOND TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 KNOWN ALL BY THESE PRESENTS, That we, Haas-Anderson Construction, Ltd. , as Principal, and Travelers Casualty and Surety Company of America, as Surety, are held and firmly bound unto City of Corpus Christi, as Obligee, in the sum of Five Percent (5%) of Amount Bid by Principal Dollars ($Five Percent (5%) of Amount Bid by Principal) for the payment of which we bind ourselves, and our successors and assigns, jointly and severally, as provided herein. WHEREAS, Principal has submitted or is about to submit a bid to the Obligee on a contract for Project No. 6281 Park Road 22 Bridge- (Bond 2004)- Rebid ("Project"). NOW, THEREFORE, the condition of this bond is that if Obligee accepts Principal's bid, and Principal enters into a contract with Obligee in conformance with the terms of the bid and provides such bond or bonds as may be specified in the bidding or contract documents, then this obligation shall be void; otherwise Principal and Surety will pay to Obligee the difference between the amount of Principal's bid and the amount for which Obligee shall in good faith contract with another person or entity to perform the work covered by Principal's bid, but in no event shall Surety's and Principal's liability exceed the penal sum of this bond. Signed this 23 day of October, 2019. Haas-Anderson Construction, Ltd. (Principal) By: President,Haas-Anderson Management L.C., General Partner Travelers Casualty and Surety Company of America By: Lonna Pokrant, Attorney-in-Fact Travelers Casualty and Surety Company of America AW Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"). and that the Companies do hereby make, constitute and appoint Lonna Pokrant of CORPUS CHRISTI Texas , their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 17th day of January, 2019. e114wAtly� PVTY AN, gJ SG tMA RTFOriQ CONN.J'1 HAHTTFORD,CONN -,1' .+*•t State of Connecticut / City of Hartford ss. Robert L.Rane , enior Vice President On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June,2021 * h+trpy Anna P. Nowik,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers: President, any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary, any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this,2,S day of �l_ n� , C rOW Sot,, Uy,P`tY ANpS �P[y✓f CIS,{ w HARTFORD, t .lpt \`CQWt.r� ? CONN. o yyX e — Hughes,Assi tant Secretary ..-61e176—j.^.stiiu Pvi"rcr of Aiaui!!ej%Nrcase ca/ills at 1-900-421-3880. Please refer to the above-named Attorney-in-Fact and the details of the bond to which this Power of Attorney is attached, STPAUL TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3057 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of Q/ 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: Naas-Anderson Construction, Ltd. (typed or printed) By: (signature--attach evidence of authority to sign) Name: 14,3-,5 (typed or printed) President,Haas-Anderson Management L.C., Title: General Partner f Business address: Phone: �" Jy� J Email: <U P� �o z LS'—'3�?l%�'TScy►.� G� � END OF SECTION Compliance to State Law on Nonresident Bidders 00 30 02- 1 Park Road 22 Bridge (Bond 2004) REBID—Project No. 6281 10/2018 00 30 05 City of Corpus Christi Disclosure of Interest CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with"NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Haas-Anderson Cam t coon..Ltd. STREET / P. 0. BOX: ADDRESS / I CITY: f 6 STATE: �— ZIP: "W'7- FIRM IS: 1. Corporation ❑ 2. Partnership 3. Sole Owner ❑ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name NA Job Title and City Department(if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name 'I Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name /VA- Board,Commission or Committee 4. State the names of each employee or officer of a"consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name Consultant City of Corpus Christi 00 30 05—1 Park Road 22 Bridge(Bond 2004) REBID- Project No. 6281 Rev 01/2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter,unless the interest of the City official or employee in the matter is apparent. The disclosure 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 true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. /� 6q,-_S President,Haas-Anderson Management L.C., Certifying Person: ,6 , bTitle: General Partner (Type or Print) Signature of Certifying Person: /i /!L �� Date: J b - !' ca� DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Cot-pus Christi, Texas either on a full or part-time basis, but not as an independent contractor. d. "Finn." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture,receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a fine, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 00 30 05—1 Park Rpad 22 Bridge(Bond 2004)- Project No. 6281 Rev 01/2016 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Park Road 22 Bridge (Bond 2004) REBID Project No. 6281 Bidder certifies that it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Haas-,Anderson Construction, Ltd. Company Name: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed orprinted) President,Haas-Anderson Management L.C., Title: General Partner Business address: ll Phone: © � _ JJ'` � �.2� Email: � a �. �'C�.l���ti c� ''I 4 isz ,de_rsy2t co dy-, END OF SECTION Non-Collusion Certification 003006- 1 Park Road 22 Bridge(Bond 2004) REBID—Project No. 6281 10/2018 Certificate of Corporate Resolution 092618 I,Randall A Moore,the undersigned Vice President and Secretary of Haas-Anderson Management L.C. (The"Corporation")hereby certifies that: The Corporation is duly organized and existing under the laws of the State of Texas and the following is true,accurate and complete transcript of a resolution duly passed and adopted by the Board of Directors of said Corporation at a meeting duly held on the 26th day of September,2018 at which meeting there was present and acting throughout a quorum authorized to transact business hereinafter described,and that the proceedings of said meeting were in accordance with the charter and by-laws of said Corporation and that said resolutions have not been amended or revoked and are in full force and effect: Resolved,that the individuals named below are hereby appointed as the current Officers of the Corporation to the positions appearing next to their names: Darryl 0.Haas President Drew P.Cullen Vice President Randall A.Moore Vice President and Secretary RESOLVED FURTHER,that each Officer above may enter into contracts or execute and deliver instruments on behalf of the Corporation; RESOLVED FURTHER,that the each of the officers named above shall serve in his or her respective capacity until a successor is duly qualified and appointed by the Board of Directors of the Corporation; RESOLVED FURTHER,that these Officers are empowered to carry out the day-to-day business of the Corporation,to perform all acts necessary and appropriate to carry out the business of the Corporation; RESOLVED FURTHER,that all acts,transactions,agreements,or actions undertaken by any of the Officers,Directors,and/or representatives of this Corporation,prior to this date,in connection with the foregoing matters,the formation of the Corporation,and all matters resolved in all previous resolutions of the Corporation,are hereby ratified and confirmed as the valid actions of the Corporation,effective as of the date such actions were taken; RESOLVED FURTHER,that all resolutions,consents,certificates,agreements,and actions undertaken prior hereto by any of the Officers and/or Directors of this Corporation,are hereby ratified and confirmed as the valid actions of the Corporation,effective as of the date such actions were taken;and RESOLVED FURTHER,that the Officers and Directors of the Corporation be,and they hereby are,authorized to do any and all acts and things and to execute any and all agreements,consents,certificates,and documents as in their opinion,or in the opinion of counsel to the Corporation,may be necessary or appropriate in order to carry out the purposes and intent of any of the foregoing resolutions. PASSED,by the Board of Directors of the Corporation this 26th day of September 2018. Darryl O.Baas Drew P.Cullen /Randall A.Moore President Vice President �/ Vice President and Secretary Haas-Anderson Management L.C. Haas-Anderson Management L.C. Haas-Anderson Management L.C. In Witness whereof,I have signed this certification for the Corporation on Septe r2 , 18. andall A.Moore,Secretary RAM 1 Haas-Anderson Management L.C. 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1—REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders' responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer's request, signed and dated by the Bidder's owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2—EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract forthis Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent,Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each Statement of Experience 004516- 1 Park Road 22 Bridge(Bond 2004) REBID-Project No. 6281 Rev 10/2018 role. If the individual is not to be devoted solely to this Project, indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience, education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder,the Ownerwill considerthe Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work,the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced,the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction, an inability to work in the spirit of partnering and any non- responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3—SAFETY EXPERIENCE REQUIREMENTS 3.01 The Bidder agrees that pursuant to Section 252.0435 of the Local Government Code, the Owner will consider the safety record of the Bidder prior to awarding contracts. The Owner has adopted the following written definitions and criteria for determining the Bidder's safety record. Statement of Experience 004516-2 Park Road 22 Bridge(Bond 2004) REBID-Project No. 6281 Rev 10/2018 3.02 The Bidder's safety record will be used to determine if the Bidder can be deemed responsible. 3.03 Provide general information about the safety record of the organization as required in Table 4. A. For purposes of providing this information, the following terms shall have the following meanings: 1. "Bidder" includes the firm, corporation, partnership, or other legal entity represented by the Bidder or anyone acting for such firm, corporation, partnership, or other legal entity submitting the bid. 2. "Citations" include notices of violation, notices of enforcement, suspension/revocation of state or federal licenses or registrations, fines assessed pending criminal complaints, indictments, convictions, administrative orders, draft orders, final orders, and judicial final judgments. Notice of Violations and Notice of Enforcement received from the TCEQ shall include those classified as major violations and moderate violations under the TCEQ's regulations for documentation of Compliance History, 30 Texas Administrative Code, Chapter 60.2 (c) (1)and (2). 3. "Environmental Protection Agency" includes, but is not limited to the Texas Commission on Environmental Quality (the "TCEQ"), the United States Environmental Protection Agency (the "EPA"), the U.S. Fish and Wildlife Service, the U.S. Army Corps of Engineers, the Texas Department of State Health Services, the Texas Parks and Wildlife Department, the Structural Pest Control Service, agencies of local governments responsible for enforcing environmental protection laws or regulations, and similar regulatory agencies of other states of the United States. B. In determining the responsibility of the Bidder, the Owner will consider the following in regards to Table 4: 1. Whether the Bidder's response in reveals more than two(2)cases in which final orders have been entered by the Occupational Safety and Health Review Commission (the "OSHRC") against the Bidder for serious violations of Occupational Safety and Health Administration ("OSHA") regulations within the past five (5)years. 2. Whether the Bidder's response reveals more than one (1)case in which Bidder has received a citation or for which final orders have been entered from an environmental protection agency for violations within the past five (5) years. 3. Whether the Bidder's response reveals that the Bidder has been convicted of a criminal offense or has been subject to a judgment for a negligent act or omission,which resulted in serious bodily injury or death, within the past ten (10) years. C. The Owner may considerthe responses to each question in Table 4 separately when determining the responsibility of the Bidder. The Owner may also consider the cumulative impact of the information generated by the Bidder's responses. ARTICLE 4—PROVIDE INFORMATION TO DEMONSTRATE THE ABILITY OF THE BIDDER TO PROVIDE SUBCONTRACTING OPPORTUNITIES THAT WILL MEET THE OWNER'S ESTABLISHED GOALS FOR MINORITY, MBE,AND DBE PARTICIPATION IN THE PROJECT. LIST ALL WORK TO BE PERFORMED BY QUALIFIED MINORITY, MBE AND DBE-PROPOSED SUBCONTRACTORS OR SUPPLIERS IN TABLE S. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS. Statement of Experience 004516-3 Park Road 22 Bridge(Bond 2004) REBID-Project No. 6281 Rev 10/2018 Table 1—Organization Information Organization doing business as: Haas-Anderson Construction, Ltd. Business Address of Principal Office 1402 Holly Rd. Corpus Christi,TX 78417 Telephone No. 361-853-2535 Website www.haas-anderson.com Form of Business (check one) ❑ Corporation x Partnership ❑ Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name Treasurer's Name If a Partnership Date of Organization 12/31/1991 Form of Partnershi : ❑ General x Limited If an Individual Name Ownership of Organization List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Ownership HAC Holdings LLP 99 Haas-Anderson Management LC 1 Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date HAC Materials, Ltd. 12/31/2004 Present Indicators of Organization Size Average number of current full-time employees Confidential Average estimate of revenue for the current year Confidential Statement of Experience 004516-4 Park Road 22 Bridge (Bond 2004) REBID-Project No. 6281 Rev 10/2018 Table 1—Organization Information Organization doing business as: Haas-Anderson Construction, Ltd. Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 Old Robstown Rd.— Up River Rd. to Agnes 2019 2 Gollihar— Kostoryz to Weber 2019 3 La Volla Creek—Phase 1 2018 4 Southern Minerals Rd.—Up River Rd. to IH 37 2018 5 1 SPMP Year 3 Overalays 2018 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year 12018 1 EMR 10.96 Year 2017 1 EMR 10.96 Year 12016 1 EMR 0.90 Previous Bidding and Construction Experience Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List Projects below and provide full details in a separate attachment if yes. NO Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. NO Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. NO Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. NO Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim,the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. NO Statement of Experience 0045 16-5 Park Road 22 Bridge (Bond 2004) REBID-Project No. 6281 Rev 10/2018 Table 2—Project Information pOrgE8nizEatiEon doing business as: Haas-Anderson Construction, Ltd. oject Organization vide a brief description of the organizational structure proposed for this project indicating the names andctional roles of proposed key personnel and alternates. Provide resumes for Project Manager, Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Coordinates with Owner's Rep See attached list of possible personnel Superintendent Plans and Executes the work through Foremen See attached list of possible personnel Safety Manager We have a full time safety manager that oversees all of our projects See attached list of possible personnel Quality Control Manager Same as Superintendent See attached list of possible personnel Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work (based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price Hot Mix Pavement, Concrete Work, Earthwork HAC Over 60% Water, Sewer Jhabores Construction Company TBD Permanent Signage, Striping, Barricades Highway Barricades&Services LLC TBD Lighting and Electrical Maldonado Burkett TBD Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25%or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience Park Road 22 Bridge(Bond 2004) REBID-Project No. 6281 004516-6 Rev 10/2018 Table 3—Projects Awarded during the Last 5 Years Organization doing business as: Haas-Anderson Construction, Ltd. Project Information Project Name See attached Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original ::���F�irnalontract #Contract # DaysContract Price Days Late Issues/Claims/ Litigation: Statement of Experience 0045 16-7 Park Road 22 Bridge (Bond 2004) REBID-Project No. 6281 Rev 10/2018 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Haas-Anderson Construction, Ltd. Proiect Information Project Name See attached Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name ::���DescNtion Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience Park Road 22 Bridge(Bond 2004) REBID-Project No. 6281 004516-8 Rev 10/2018 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Haas-Anderson Construction, Ltd. Project Information Project Name See attached Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance JOriginal Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ E Litigation: Proiect Information Project Name ]�Descriiption Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #LDays Contract Price Price Days ate Issues/Claims/ Litigation: Statement of Experience Park Road 22 Bridge(Bond 2004) REBID-Project No. 6281 004516-9 Rev 10/2018 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: Haas-Anderson Construction, Ltd. Bidder's Safetv Record and Experience Has the Bidder received any Citations for violations of OSHA within the past five (5) years? List Citations below (date and location of Citation) and provide full details in a separate attachment if yes.The full details must include the type of violation or offense, the final disposition of the violation or offense, if any, and the penalty assessed. No Has the Bidder received any Citations for violations of environmental protection laws or regulations within the past five (5)years? List Citations below (date and location of Citation) and provide full details in a separate attachment if yes.The full details must include the type of violation or offense, the final disposition of the violation or offense, if any, and the penalty assessed. No Has the Bidder, within the past ten (10)years, been convicted of a criminal offense or been subject to a judgment for a negligent act or omission, which resulted in serious bodily injury or death? List convictions or judgments below and provide full details in a separate attachment if yes. No The Owner will consider the following information as additional support to make a determination as to the responsibility of the Bidder.The Bidder must answer the following questions and provide evidence that it meets minimum OSHA construction safety standards and has a lost time injury rate that does not exceed the limits established below: 1 Does the Bidder have a written construction safety program? X Yes ❑ No 2 Does the Bidder conduct regular construction site safety inspections? X Yes ❑ No 3 Does the Bidder have an active construction safety training program? X Yes ❑ No 4 Does the Bidder, or affected subcontractor, have competent persons in the following areas (as applicable to the scope of the current Project): A. Scaffolding X Yes ❑ No ❑ N/A B. Excavation X Yes ❑ No ❑ N/A C. Cranes & Hoists X Yes ❑ No ❑ N/A D. Electrical X Yes ❑ No ❑ N/A Statement of Experience Park Road 22 Bridge(Bond 2004) REBID-Project No. 6281 004516-10 Rev 10/2018 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: Haas-Anderson Construction, Ltd. E. Fall Protection X Yes ❑ No ❑ N/A F. Confined Spaces X Yes ❑ No ❑ N/A G. Material Handling X Yes ❑ No ❑ N/A H. Demolition X Yes ❑ No ❑ N/A I. Steel Erection X Yes ❑ No ❑ N/A J. Underground Construction X Yes ❑ No ❑ N/A Does the Bidder have a lost time injury rate and a total recordable injury rate of less than or equal to the national average for North American Industrial Classification 5 System ("NAICS") Category 23 for each of the past five (5) years? Provide the X Yes ❑ No Bidder's OSHA 300 and 300A logs for the past five (5)years in a separate attachment. Does the Bidder have an experience modifier rate of 1.0 or less? Provide the 6 Bidder's NCCI workers' compensation experience rating sheets for the past five (5) X Yes ❑ No years in a separate attachment. Has the Bidder had any OSHA inspections within the past six (6) months? Provide 7 documentation showing the nature of the inspection,the findings, and the ❑Yes X No magnitude of the issues in a separate attachment if yes. Statement of Experience 004516-11 Park Road 22 Bridge (Bond 2004) REBID-Project No. 6281 Rev 10/2018 Table 5—Demonstrated Minority, MBE, DBE Participation Organization doing business as Haas-Anderson Construction, Ltd. Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority/ MBE/DBE Participation Policy Name Work to be Provided Estimated %of Contract Price Soil Tech Advance Erosion Control TBD Highway Barricades& Services LLC Permanent Signage, Barricades, Striping TBD Maldonado Burkett Lighting and Electrical TBD Jhabores Construction Company Storm Sewer, Water, Sewer, Gas Backfill TBD Dependable Fence and Welding Guardrail TBD TOTAL 10- 15% Statement of Experience Park Road 22 Bridge (Bond 2004) REBID-Project No. 6281 004516- 12 Rev 10/2018 ARTICLE 5—CERTIFICATION 5.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: Haas-Anderson Construction, Ltd. (typed or printed) By: 61�� (individual's signature) Name: D.O. Haas (typed or printed) Title: President, Haas-Anderson Mgmt., L.C., General Partner (typed or printed) Designated Representative: Name: Drew Cullen Title: Vice President, Haas-Anderson Mgmt., L.C., General Partner Address: P.O. Box 7692 Corpus Christi,TX 78467 Telephone No.: 361-853-2535 Email: dcullen@haas-anderson.com END OF SECTION Statement of Experience 004516- 13 Park Road 22 Bridge(Bond 2004) REBID-Project No. 6281 Rev 10/2018 WIP 8/1/19 000's % Est. Job # Name Contract Earned Remaining Remaining Comp. 314 CC: Carroll Lane 6,227 3,550 2,677 42.99% Apr '20 315 CC: Old Robstown Rd. 5,572 5,040 532 9.55% Aug '19 317 Fulton: Windsor Park 1,862 1,835 27 1.45% Aug '19 320 Fulton: Baker School 2,501 1,228 1,273 50.90% Feb '20 324 Fulton: Frost Bank 857 840 17 1.98% Aug '19 325 Fulton: Cabanis Parking 1,642 1,320 322 19.61% Sep '19 326 Teal: AEP Callicoate 1,772 1,670 102 5.76% TBD 329 Nueces: SH 44 38,309 13,715 24,594 64.20% Nov '21 330 Portland Streets 3,951 3,849 102 2.58% Aug '19 331 San Pat US 181 15,438 5,942 9,496 61.51% Jly '20 332 CC: Rodd Field Rd 15,275 3,600 11,675 76.43% Apr '21 333 Spaw: Gulf Coast Cement 1,529 41 1,488 97.32% Dec '19 334 US Ecology Sitework 4,066 750 3,316 81.55% Jan '20 335 Kleberg: US 77 4,658 0 4,658 100.00% Mar '20 336 San Pat: SH 361 3,357 0 3,357 100.00% Dec '19 337 Port: Fulton Corridor 1,214 20 1,194 98.35% Dec '19 338 Fulton: Del Mar Phase 1 262 0 262 100.00% Oct 119 339 CC: Ayers St. 11,016 0 11,016 100.00% Sep '21 340 Nueces: Ferry Approaches 8,997 0 8,997 100.00% Sep '20 19 Projects 128,505 43,400 85,105 66.23% 8/1/19 Materials 274,000 T 18,072 TOTAL CONTRACTS AND MATERIALS 103,177 Date Texas Name&detailed address of Contract Amount Class of Work Completed Location offical to whom you refer 4,660,415 Ennis Joslin (New) Apr 2018 Nueces City of Corpus Christi 15,629,044 SPMP City Streets(Overlay) May 2018 Nueces 1201 Leopard St. 3,751,134 Greenwood Dr(Reconstruct) Mar 2018 Nueces Corpus Christi,TX 78401 3,020,596 Southern Minerals (Reconstruct) May 2018 Nueces 46,935,428 SH 286 (Reconstruct) Jun 2018 Nueces TXDOT, Dist. 16 3,099,933 US 77(Overlay) Sep 2018 San Patricio 1701 S. Padre Island Dr. 3,304,316 SH 361 (Overlay) Dec 2018 San Patricio Corpus Christi,TX 78416 5,323,119 SH 361 (Reconstruct) Aug 2018 Nueces 1,641,702 AEP Service Center(New) Oct 2018 Nueces Teal Construction 5110 B I1-1-37 Corpus Christi,TX 78407 4,659,328 Rincon Storage Yard (New) Jul 2018 Nueces Port of Corpus Christi 4,130,103 Mike Carrell Rd (New) Dec 2018 Nueces 22 Power St. Corpus Christi,TX 78403 1,170,905 Carmax(New) Dec 2018 Nueces EMJ Corporation 5525 N. MacArthur Blvd.,Ste.40i Irving,TX 75038 Haas Anderson Uonstruction, Ltd. Supplemental Schedule 2 How many years has your organization been in business as a general contractor under your present business name? 17 years as Haas-Anderson Construction, Ltd. 10 years as Haas-Anderson Construction, Inc. 10 years as Haas Paving, Inc. 4 What projects has your organization completed in Texas and elsewhere? Contract Class of Date Texas, Name & detailed address of Amount Work Completed Location official to whom you refer 13,281,423 SH 361 Reconstruct Mar 2017 Nueces TXDOT, Dist. 16 5,456,265 US 181 Overlay Apr 2017 San Patricio 1701 S. Padre Island Dr. 3,354,139 FM 631 Reconstruct Feb 2017 San Patricio Corpus Christi, TX 78416 2,537,539 FM 70 Widen Dec 2017 Nueces Attn: Chris Caron, P.E. 1,871,456 SH 44 Overlay Jan 2017 Nueces 6,650,274 SH 361 Reconstruct Dec 2017 Nueces 4,873,213 FM 2441 Widen/Reconstruct June 2017 Bee 2,634,023 US 77 Overlay Dec 2017 San Patricio 1,202,604 SH 188 Overlay Dec 2017 Aransas 3,387,418 FM 43 Widen/Reconstruct Nov 2017 Nueces 1,047,199 Sitework at Aquarium July 2017 Nueces Fulton Construction 2,053,469 Sitework at Flint Hills Dec 2017 Nueces 1102 2nd St. 920,538 Sitework at Bayshore Park Oct 2017 Nueces Corpus Christi, TX 78404 Attn: Philip Skrobarczyk 1,273,847 CR 52 Reconstruct May 2017 Nueces Nueces County Public Works 1,411,588 CR 36 Reconstruct June 2017 Nueces 901 Leopard St., Suite 103 Corpus Christi, TX 78401 Attn: Glenn Sullivan, P.E. 10,269,091 Sitework at Outlet Mall May 2017 Nueces Lockard Construction, Inc. 4501 Prarie Parkway Cedar Fall, IA 50613 3,558,083 City Streets July 2017 San Patricio City of Portland c/o Coym, Rehmet&Guterriez 5656 S. Staples, Suite 230 Corpus Christi, TX 78411 727,295 Coast Guard Sitework Aug 2017 Nueces Harvey-Cleary Builders P.O. Box 42008 Houston, TX 77242-2008 18A Haas Anderson Construction,Ltd. Supplemental Schedule 2 How many years has your organization been in business as a general contractor under your present business name? 16 years as Haas-Anderson Construction,Ltd. 10 years as Haas-Anderson Construction,Inc. 10 years as Haas Paving,Inc. 4 What projects has your organization completed in Texas and elsewhere? Contract Class of Date Texas Name&detailed address of Amount Work Completed Location official to whom you refer 3,903,535 137 Overlay May 2016 Nueces TXDOT,Dist 16 1,176,286 FM 888 Reconstruct Jan 2016 Bee 1701 S.Padre Island Dr. 4,738,625 US 77 Overlay Sept 2016 San Patricio Corpus Christi,TX 78416 1,495,061 FM 1717 Reconstruct Dec 2016 Kleberg Attn:Chris Caron,P.E. 3,696,350 Cefe Landfill Road May 2016 Nueces City of Corpus Christi 10,540,729 SPMP Year 2 Overlays Sept 2016 Nueces 6802 S.Staples 1,435,548 Santa Fe St Reconstruct Aug 2016 Nueces Corpus Christi,TX 78413 Attn:Valerie Gray,P.E. 1,778,402 Sitework RTA Bldg. June 2016 Nueces Fulton Construction 1,724,639 Sitework Elementary School: Oct 2016 Nueces 1102 2nd St 868,270 Martin St Extension Oct 2016 Nueces Corpus Christi,TX 78404 Attn:Philip Skrobarczyk 1,524,770 Bayridge Subd.#13 Oct 2016 San Patricio Shaws Development 101 N.Shoreline,Ste.600 Corpus Christi,TX 78401 Attn:John Wallace 334,928 CR 48 Rehab Nov 2016 Nueces Nueces County Public Works 901 Leopard St,Suite 103 Corpus Christi,TX 78401 Attn:Glenn Sullivan,P.E. ! tis" Supplemental Schedule 2 How many years has your organization been in business as a general contractor under your present business name? 15 years as Haas-Anderson Construction, Ltd. 10 years as Haas-Anderson Construction, Inc. 10 years as Haas Paving, Inc. 4 What projects has your organization completed in Texas and elsewhere? Contract Class of Date Texas Name&detailed address of Amount Work Completed Location official to whom you refer 9,293,900 US 77 Completion 1/15 San Patricio TXDOT, Dist. 16 2,894,000 FM 665 9/15 Jim Wells 1701 S. Padre Island Dr. 1,525,200 FM 2046 9/15 San Patricio Corpus Christi,TX 78416 Attn: Chris Caron, P.E. 15,545,000 Rail Yard 5/15 Nueces Port of Corpus Christi 818,200 Storage Yard 1/15 Nueces 222 Power St. 831,300 Terminal Pad 9/15 Nueces Corpus Christi,TX 78401 Attn: Dave Michaelson, P.E. 5,457,300 TPCO Roads 7/15 San Patricio Jacobs Engineering 3,412,000 TPCO Detention Pond 11/15 San Patricio 5995 Rogerdale Road 960,000 TPCO Roads 11/15 San Patricio Houston,TX 77072 Attn: Mike Montoya 4,961,300 Sitework CCISD 11/15 Nueces Fulton Construction 2,469,700 Sitework CCISD 9/15 Nueces 1102 2nd St. 873,500 Sitework A&M CC 10/15 Nueces Corpus Christi,TX 78404 1,055,000 Sitework RTFC 12/15 Nueces Attn: Philip Skrobarczyk 585,400 Sitework Andrews 12/15 Nueces 1,158,900 Sitework Coast Guard 4/15 Nueces Harvey-Cleary 8107 Springdale Rd., Ste. 105 Austin,TX 78724 Attn:Jason Beers 9,799,000 Street Repair IDIQ 4/15 Nueces City of Corpus Christi 916,400 Lipan/Columbia Sts. 5/15 Nueces 6802 S.Staples Corpus Christi,TX 78413 Attn:Valerie Gray, P.E. 433,500 Bayridge: 12 Subd. 7/15 San Patricio Urban Engineering 2725 Swantner Corpus Christi,TX 78404 Attn: Murf Hudson, P.E. 1,232,000 Cheniere Entrance 6/15 San Patricio Kiewit Infrastructure South Co. 13119 Old Denton Rd. Ft.Worth,TX 76177 Attn: Scott Roe 259,600 Skymine Sitework 3/15 Nueces Presidio Contracting, LLC 10927 Wye St., Ste. 108 San Antonio,TX 78217 Attn: Ryan Railsback 8A Haas Anderson Construction, Ltd. Supplemental Schedule 4 What projects has your organization completed in Texas and elsewhere? Contract Class of Date Texas Name&detailed address of Amount Work Completed Location official to whom you refer 5,550,000 BS 286 A 02/14 Nueces TXDOT, Dist. 16 4,701,000 FM 3239 09/14 San Patricio P.O. Box 9907 755,500 SH 361 09/14 San Patricio Corpus Christi,TX 78469 9,235,000 US 77 12/14 San Patricio Attn: Lonnie Gregorcyk, P.E. 8,524,000 SH 44 10/14 Jim Wells 1,137,000 FM 1068 09/14 San Patricio 2,843,000 137 Overlay 10/14 Nueces 5,969,000 TPCO Sitework 04/14 San Patricio Jacobs Engineering 5995 Rogerdale Road Houston,TX 77072 809,000 Lipes St(CCISD) 05/14 Corpus Christi Naismith Engineering 4501 Gollihar Corpus Christi,TX 78411 Attn:Paul Pilarcyk 1,518,500 Northwest Crossing 02/14 Corpus Christi Urban Engineering Subdivision 2725 Swantner Corpus Christi,TX 78404 Attn: Murf Hudson 480,000 Street Reconstruction 09/14 Nueces Martin Resources 1920 SH 194 Plainview,TX 79072 Attn:Michael Witte, P.E. 687,000 Street Seal 12/14 Portland Coym, Rehmet, Gutierrez 5656 S.Staples, Suite 230 Corpus Christi,TX 78411 RA HAAS - ANDERSON C 0 N S T R U C T 1 0 N LTD MANAGEMENT EXPERIENCE January 1, 2019 NAME POSITION YRS. EXP YRS @ HAC Darryl Haas Partner& Pres. of Gen. Partner 42 38 Jim Anderson, P.E. Partner 42 29 Jim Parish, P.E. & RPLS Partner& Project Manager 35 25 Tim Lamon Partner& Gen. Superintendent 38 37 Drew Cullen, P.E. Partner, Proj. Mgr. & Estimator, & 20 14 V.P. of Gen. Partner Randall Moore Partner& Project Manager& 15 6 V.P. of Gen. Partner Clint Humes Project Manager 15 10 Scott Kelly Project Manager 8 3 Gary Trayler Safety/Human Resources Mgr. 40 22 Tony Brannon Superintendent 28 24 Serapio Coronado Superintendent 42 14 Brad Diggs Superintendent 24 16 Mark Fox Superintendent 22 14 Trevor Fuhrken Superintendent 17 15 James Pintens Superintendent 38 16 Roy Tijerina Superintendent 35 16 Robert Appling Superintendent 32 g Mike Franklin Superintendent 31 8 Anthony Sanchez Superintendent 30 16 Manuel Ozuna Superintendent 34 30 Doug Satz HAC Materials Production Manager 30 19 Michael Jackson Fleet Materials Hauling Manager 17 15 Clint Brown Fleet Equipment Manager 10 2 Suzan Polansky Controller/Office Mgr. 36 7 1401 Holly Rd. • P.O. Box 7692 9 Corpus Christi, Texas 78467 • 361/853-2535 9 FAX 361/853-5564 WORKERS COMPENSATION EXPERIENCE RATING Risk Name: HAAS ANDERSON CONSTRUCTION LTD Risk ID: 420222270 Rating Effective Date:09/01/2018 Production Date: 04/18/2018 State: TEXAS StateWt SRP Exp Excess Expected Exp Prim Act Exc Losses Ballast Act Inc Losses Act Prim Losses Losses Losses Losses Tx 26 0 283,23 445,185 161,949 762,806 70,350 874,507 111,701 (A) (B) (C)Exp Excess (D)Expected (E)Exp Prim (F)Act Exc G Ballast Wt Losses(D-E) Losses Losses Losses H-1 ( ) (H)Act Inc (I)Act Prim ( ) Losses Losses 1.261 1 283,2361 445,1851 161 9491 428,2251 70,3501 533 7601 105,5351 Primary Losses Stabilizing Value Ratable Excess Totals (I) C*(1 -A)+G (A)*(F) (J) Actual 105,535 279;945 111,339 496,819 (E) C*(1 -A)+G (A)*(C) (K) Expected 161,949 279,945 73,641 515,535 ARAP FLARAP SARAP MAARAP Exp Mod J ) Factors .96 [DOLLARS ING REFLECTS A DECREASE OF 70%MEDICAL ONLY PRIMARY AND EXCESS LOSS WHERE ERA IS APPLIED. Carrier: 13439-019 Policy: UB7J9402991726G Eff-Date: 09/01/2017 Exp-Date: 09/01/2018 Copyright 1993-2018,All rights reserved. This experience modification factor is comprised of compilations and Information which are the proprietary and exclusive property of the National Council on Compensation Insurance,Inc.(NCCI). No further use,dissemination,sale,transfer,assignment or disposition of this experience rating modification factor or any part thereof maybe used without the written consent of NCCI. NCCI makes no representation or warranty,expressed or implied,as to any matter whatsoever including but not limited to the accuracy of any information,product or service fumished hereunder and,as to NCCI,recipient of this experience rating modification factor subscribes to and utilizes the information service'as is". V-Page 1 of 3 WORKERS COMPENSATION EXPERIENCE RATING Risk Name: HAAS ANDERSON CONSTRUCTION LTD Risk ID: 420222270 Rating Effective Date: 09/01/2017 Production Date: 04/06/2017 State: TEXAS State Wt SRP Exp Excess Expected Exp Prim Act Exc Losses Ballast Act Inc Losses Act Prim Losses Losses Losses Losses Tx 26 0 274,243 434,942 160.6991 495,4171 69,300 627,153 131,736 (A)(B) (C):Exp Excess (D)Expected (E)F�cp Prim (F)Act Exc (G)Ballast (H)Act Inc (1)Act Prim Wt Losses(D=E) Losses Losses LossesH-1 ( ) Losses Losses 1.261 1 274,2431 434,9421 160 6991 337,6951 69,3001 460,7901 123,0951 Primary Losses, Stabilizing Value Ratable Excess Totals (I) C*(1 -A)+G (A)*(F) (J) Actual 123,095 272,240 87,801 483,136 (E) C*(1 -A)+G (A)*(C) (K) Expected 160,699 272,240 71,303 504,242 ARAP FLARAP SARAP MAARAP Exp Mod Factors 96 RATING REFLECTS A DECREASE OF 70%MEDICAL ONLY PRIMARY AND EXCESS LOSS DOLLARS WHERE ERA IS APPLIED. Carrier: 12610-579 Policy: DTNUB4D40282216 Eff-Date: 09/01/2016 Exp-Date: 09/01/2017 Copyright 1993.2017,All rights reserved. This experience modification factor is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance,Inc.(NCCI). No further use,dissemination,sale,transfer,assignment or disposition of this experience rating modification factor or any part thereof may be used without the written consent of NCCI. NCCI makes no representation or warranty,expressed or implied,as to any matter whatsoever including but not limited to the accuracy of any information,product or service furnished hereunder and,as to NCCI,recipient of this experience rating modification factor subscribes to and utilizes the information service'as is'. V-Page 1 of 3 WORKERS COMPENSATION EXPERIENCE RATING Risk Name: HAAS ANDERSON CONSTRUCTION LTD Risk ID: 420222270 Rating Effective Date: 09/01/2016 Production Date: 04/15/2016 State: TEXAS State Wt SRP - Exp Excess -Expected Exp Prim Act-Exc Losses Ballast Act Inc Losses- Act Prim Losses Losses- Losses Losses Tx 26 0 261,53 417,1211 155,589 446,667 66,500 577,317 130,650 (A) (B) (C)Exp Excess (D)Expected (E)Exp Prim (F)Act Exc 7 (G)BallastO H Act Inc (I)Act Prim Wt Losses(D-'E) Losses Losses, Losses(H-p Losses Losses .26 1 261,5321 417,1211 155,5891 304,4901 66,5001 413,6091 109,1191 Primary Losses Stabilizing Value Ratable Excess Totals (A) (F) (J) Actual 109,119 260,034 79,167 448,320 (E) C*(1 -A)+G (A)*(C) (K) Expected 155,589 260,034 67,998 483,621 ARAP FLARAPSARAP MAARAP Exp Mod Factors 93 RATING REFLECTS A DECREASE OF 70%MEDICAL ONLY PRIMARY AND EXCESS LOSS DOLLARS WHERE ERA IS APPLIED. Carrier: 12610-579 Policy: DTNUB4D40282215 Eff-Date: 09/01/2015 Exp-Date: 09/01/2016 Copyright 1993-2016,All rights reserved. This experience modification factor is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance,Inc.(NCCI). No further use,dissemination,sale,transfer,assignment or disposition of this experience rating modification factor or any part thereof maybe used without the written consent of NCCI. NCCI makes no representation or warranty,expressed or implied,as to any matter whatsoever including but not limited to the accuracy of any information,product or service fumished hereunder and,as to NCCI,recipient of this experience rating modification factor subscribes to and utilizes the information service"as is". V-Page 1 of 3 gfi yj x1 X �. O AeE 0 Slag E3 a. o , WED O �. R 0 33 oxo c� call. K� W egGO E'. O O O Cyj c:3 � O s� ua.� m R �Y r• ov ° �a X41 c1pi °y rO3 MQ � N N• � per, � '1 ��• �� '� � �V � v $ � � �3ff" 7 O•.,G� O � R a.N � � �" N$@ y 0 7 O N [�. O40 zr 40y 'wCD h' �R a no A m go o ` 03 gF m' 0 6 � t � � cif o E.•gamy`� fa � 'b� O � A g ®r w'• � c o0 9 In�. Q� Q tD 3 P m� � a r�n Epp�i 24 O tion g� L5. N1 Nis is _ ms�� °a p33 p c N CD c e § a � u � h o w N. G. ? �' T7' O i. •1 N �fa y� cr c n ' Al J _ c.a M. p n 0 D ; c 0 L1 p_ (D o! 0 3 �• > 2 - ON d co v a y I. 7 w OD CD OD n CD ;.J O ap� W R i w hill0 + � o^ 0 s g •a�. ' z.° 3 9 � g m og3 3 3 ��°^�aR �I` EI eI- a- L - gl- mI �I� N eo° •�•�� Nm0�0 to g 02 N N �- 4$ Xo CL 3Ng�IC y � M096 T) p vpc�e 3 =n � 3 �. amyd c �gc �;F'n��,;^rt �,'oomNcot Q L•C O � n nl �O: At y Q O ° q p> w YYYIII cr ovama . p9 w tc I � C € °moo �ws�o (p B S � n b .tea N(D�N-1 RAN w '�-mao N 3 �M oa� o` s O�O"'O'N O 90pp 7 a—.O p '- U)(a 00) Y N 0o a CL Lla i Ia I Ia to Ia I I to Ia s l � vSkindiwr&t O ! / Ramco'n v Niwnig(I O _ Y°iwning � .; N Aiiot 0 1 1 Ajinlh. — g k br JAo OH Cbo CDCD ID O o O-° Nva 0 co CD 0 0 o yTy oCb Cb 0 03 II o B o y o Hl M o Zr to < � I Cn o K'�€ lu a y G . 3 ro Z6•a. cri I' T wgnK� rn f Pn' o 03 roe, m �, �•C c��' ti _ 'G y :r a o co Or Cob. jl O N p O c`CD J•O �`C �• 0. tr O O W o w n d m , c a. ° •°•c Q. N MZ3ID HcauC m g .ti ~ Mp m e o3• CD <c oo, " ,°w -11 f C) m o N P,0O rn m o O (Da o d°G.� tD .. ro o ON n 'a c y JU sul Q) CD i3 ol CD O Q-o o aa �' o I� a�' W O O O y ~ w' tri N O N O I� 1 O n a• N O CD 91 s w m oCD o a I� ° a O ;N-m g m o y 7 O McD 0 O n g I'I c� n acn g o 0 a:N C m^a I Q cx y ` qa ° -w q 3 0 q (Qp CD y N /w (D I- m W co to o s (D a o a, a (DZ m g oCOZ p Q o N Q 2 N ON y G P n y W W T N w Q Q N O N 5 N tOii ID ON3' CD j c O y.t;,; � C� 3 tn0�a CD cooiD N I =1 O'0�� -OS..W O n (D O(D a- to o �) o o fn c O �' _ �' n ti o Iq D gv o CD rro : ocm^o 0- -n T 3(O O CDo CL CL @ �' ❑ X tro � n b ti � P'" � QO l/ X ° `5y I -'d=l CI m 14 a o'f�D � N Fi yr; 6 `M° 1p .d, n ,mow, � � � �l n> � m►� v y 5 0 It CD d m R O n ° X ° v O O c Cn y r� 6v� � (C) N a �; Da � �• � I eb, a0 w �• N � � � � o N C CO (:Io 0 C (D W cr 0 ' 3 O Ilitr �o 'u uj I tQ 0 0 is cr Z!2 ID to :yz c n 0 CX n S' In NER'. CD v .2 Z t =r CD El CL E�1 § * 0 C'4 :''":i' a a Z j m Ex 8 49 1 tor w 7 —-.1 N -u !4K., Z C: =1 w CD 0 cr • cr r—to • 0 CD CD 9 (D ZF C:) FIN • 0 a _2 CD ID (t, CD W xgl_­ a C) w4U".! =r —10 0.0 1 Zr C3 ID H CD — 11 rD M"M 74 �i ii;' �a 1D R, s� 0 0 co a Cn EF ID -to a 0 00 4 o 2 vr .51-r. rr co 3;8 crCD 10 am M rL C-3 (D l� N CD M 0 El ;u M a :r �J > :2 EO 0 S SC ru ri g: to Frto 4 cx M 0 CL 0 2 M 0 F CA Ck !" M M M 5 co 0 C, w CD 5 a CD & 03 ro Et cr !� �� ti C•C 6 � �.� p No O cj//�� d 0� 1 :7 m�C ��•� O i1 -+W n o.• •'.� S1 O d C g afl d w y ON 0 o i' amino o m = m tri' 2e , cSiri cs•e� j3"' a�N� l !n , � j"•��' O ' o Ocr V�n1 c ate. /L a o p,c ' o o .'N v .,ail w --,Z v (D v I �t 2>"a2. � li a m a 0 n n y X x X 10 N a d p 1 G o> 7c o ^m F, •i R y Caff ) =L = Sp `.� L1,�' o.oc��,� n/..�rt■ oW v'• d �+ C tO p X'� R 'O 'o w O N •J' 0 iY 1D, o Ze 3 ?�9. ' r.: gm -t E( N F1 m m!o tr _, 7 �. I N 1 Y ` O n q `D � ry g 0 q on _` .••'1j ID E? O N G C •� Y 21 Nto N O qw ••1 p o 0 3 it N ,.FL .•.. p p �,1 w p t1"5 r>.. ErG7 `y?iw•`•'+1' i m ti (D c??'',�;.t O NI o a n v �5ia �T. '�i CJlmolt! to OEI z 5. gr -46 In Er co C3Ell — ,o •_Ijajstiv f to to � � 10 :y:.,oe!�?I ,to to o w _ Q (p p '�,�.i;i' q •r<. to 3 w •_q d:C.. .i:i ii 7 _Y n O O O :j: •• q S w� m ` O C, o V Injury w x x x Injury `:I �. iv Z (D Skin Disorder c N Skin Disorder V Respiratory Respiratory t Condition Condition '•i = o O O O m rh n Poisoning a Poisoningi N 'Al m a —On ;•� 7 o rn 0tr Hearing Loss o N Hearing Loss 'I m w m.Jff o air Q o !I a 0 g All other Illnesses c a, All other Illnesses SC 0 � N U yea na o n n+e� 1$52 00 52 23 AGREEMENT This Agreement, for the Project awarded on January 14, 2020, is between the City of Corpus Christi (Owner) and Haas-Anderson Construction, Ltd. (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: Insert Prosect NamePark Road 22 Bridge (Bond 20040 REBID Prosect Number 6281 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Rhodes "Chip"Urban, P.E. Urban Engineering Corpus Christi,Texas 78404 chipu@urbaneng.com 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel, PMP—Asst. Director of Construction City of Corpus Christi—Engineering Services 4917 Holly Rd., Bldg.#5 Corpus Christi, TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 639 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 669 days after the date when the Contract Times commence to run. Agreement 005223- 1 Park Road 22 Bridge—Proj No 6281 Rev 8/2019 B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. C. Milestones, and the dates for completion of each,are as defined in Section 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $1,285 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 $1,285 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 15.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 13,943,536.00 Agreement 005223- 2 Park Road 22 Bridge—Proj No 6281 Rev 8/2019 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 17.01 of the General Conditions. D. At the Owner's option, retainage may be increased to a higher percentage rate, not to exceed ten percent, if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion,the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 17.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 17.16 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. Invoices must comply with Article 17 of the General Conditions. 6.02 Except as specified in Article 5, the Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. Agreement 005223-3 Park Road 22 Bridge—Proj No 6281 Rev 8/2019 ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 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 Agreement 005223-4 Park Road 22 Bridge—Proj No 6281 Rev 8/2019 Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 15.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions,drawings, receipts,vouchers, memoranda,and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Solicitation documents. 2. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Addenda. 5. Exhibits to this Agreement: a. Contractor's Bid Form. b. None 6. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. Agreement 005223-5 Park Road 22 Bridge—Proj No 6281 Rev 8/2019 ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI Digitally signed by Rebecca Hued. DN'.cn=Rebecca Hued..-CRY of Corpus Christi. Cltyse.1.t.ry,emal-rebec.h@.cex....m MIChCaF:I RodriguezDate: signed by Michael Rodriguez D.f.'.2020.02.10 14'.10'.41 0e'00 Date:2020.01.30 15:44:46-06'00' Rebecca Huerta Michael Rodriguez City Secretary Chief of Staff M2020-018 AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL 01—1 4-2020 2020.01.28 16:01:31p LI//� B Digitally signed by RH/AB R H /`1 r� _06'00' Date:2020.02.03 13:40:36-06'00' Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR Haas-Anderson Construction, Ltd. Digit Darryl 0.Haas (Seal Below) By: Darryl O. Haas Dateal 020.01.2lly signed�7y0742:377-06'00' Note: Attach copy of authorization to sign if Title: President, Haas-Anderson Mgmt., L.C., Gen. Partner person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 1402 Holly Rd. Financial Officer Address Corpus Christi, Texas 78417 City State Zip 361/853-2535 Phone Fax dcullen@haas-anderson.com EMail END OF SECTION Agreement 005223-6 Park Road 22 Bridge—Proj No 6281 Rev 8/2019 00 6113 PERFORMANCE BOND BOND NO. 107110369 Contractor as Principal Name: Haas -Anderson Construction, Ltd. Mailing address (principal place of business): 1402 Holly Rd. Corpus Christi, TX 78417 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 784 69 Contract Project name and number: Prolect No. 6281 Park Road 22 Bridge (Bond 2004) ReBid Award Date of the Contract: January 14, 2020 Contract Price: $13,943,536.00 Bond D ale of Bored: January 16,2020 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Na me: Travelers Casualty and Surety Company of America Mailing address (principal place of business): 9601 McAllister Freeway, Suite 700 San Antonio, TX 78216 Physical address (principal place of business): 9601 McAllister Freeway, Suite 700 San Antonio, TX 78216 Surety is a corporation organized and existing under the laws of the state of: Connecticut 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): 210-525-3063 Telephone (fornotice of claim): 210-525-3963 Local Agent for Surety Na rne: Keetch & Associates Address: P.O. Box 3280 Corpus Christi, TX 78469-3280 Telephone: 361-883-3803 Email Address: Lpokrant@keetchins.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 Park Road Bridge 22 (Bond 2004) ReBid — Proj 6281 00 6113 -1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Signature: Surety Signature:(k1EL 4\x„±-- Name: 124.,, / 0. H., Name: Lonna Pokrant Title: Title: Attorney-in-Fact President, Haas-Anderson Management L.G., Finail Addautoral Partner Finail Address: Lpokrant@keetchins.com `f1/4 g `i. j Q tiase S ^ anglazsart. c60 - (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 00 6113 - 2 Park Road Bridge 22 (Bond 2004) ReBid - Proj 6281 7-8-2014 TRAVELERSJ Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Lonna Pokrant of CORPUS CHRISTI Texas , their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 17th day of January, 2019. State of Connecticut By: City of Hartford ss. Robert L. Rane , enior Vice President On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 fAxl Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company. and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer. the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary. and the seal of the Company may be affixed by facsimile to any Power of Attomey or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this I le day of3an U n,v' ,aOaQ . 4 ern Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above-named Attorney -in -Fact and the details of the bond to which this Power of Attorney is attached. ST PAUL Wr TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3057 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. 00 6116 PAYMENT BOND BOND NO. 107110369 Contractor as Principal Name: Haas -Anderson Construction, Ltd. Mailing address (principal place of business): 1402 Holly Rd. Corpus Christi, TX 78417 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: Proiect No. 6281 Park Road 22 Bridge (Bond 2004) ReBid Award Date of the Contract: January 14, 2020 Contract Price: 513,943,536.00 Bond Date of Bond: January 16,2020 (Date of Bond cannot be earlier than Award Date of Contract) Surety Na me:Travelers Casualty and Surety Company of America Mailing address (principal place of business): 9601 McAllister Freeway, Suite 700 San Antonio. TX 78216 Physical address (principal place of business): 9601 McAllister Freeway, Suite 700 San Antonio, TX 78210 Surety is a corporation organized and existing under the laws of the state of: Connecticut 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): 210-525-3963 Telephone (for notice of claim): 210-525-3963 Local Agent for Surety Name: Keetch & Associates Address: P.O. Box 3280 Corpus Christi, TX 78463-3280 Telephone: 361-883-3803 Email Address: Lpokrant@keetchins.com The address of the surety company to which any notice of claim should be sent maybe obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800 252-3439 Payment Bond Form Park Road 22 Bridge (Bond 2004) Re -Bid — Proj 6281 00 6116 -1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that lithe 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 Princi II Signature: r / Surety . Signature: r Name: 1/0,r/j/ Q l/€k-t31-,C Name: LonnaPokrant I itle: President, Haas -Anderson Management L.C, 1 'tie: Attorney -in -Fact General Partner Email Address: al fiaa5 Aa.45 - Email Address: Lpokrant@keetchins.com 4,1 afSa /►, c --ll v'" (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form Park Road 22 Bridge (Bond 2004) Re -Bid — Proj 6281 006116-2 7-8-2014 TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make. constitute and appoint Lonna Pokrant of CORPUS CHRISTI Texas , their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 17th day of January, 2019. State of Connecticut By: City of Hartford ss. cRobert L. Rane , enior Vice President On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 ru3ac 4 t Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attomey or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this day of3r `kLll`l.1 ,a0?O . Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above-named Attorney -in -Fact and the details of the bond to which this Power of Attorney is attached. STPAUL Wr TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3057 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. ACORD® CERTIFICATE OF LIABILITY INSURANCE DAT1/16/2020YY) 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(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Upshaw Insurance Agency, Inc. 801 S. Fillmore, Suite 300 Amarillo TX 79101 CONTACT NAME: Lauren Freeman PHONE AX (A/C, No, Fes: 806-468-0400 i (Fac, No): 806-468-0450 ADDRESS: laurenf@upshaw-insurance.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Travelers Casualty Insurance 19046 INSURED HAASAND-01 Haas -Anderson Construction, Ltd.; HAAS -Anderson Management, L.C; HAC Equipment, LTD; HAC Materials LTD; HAC Materials Management, L.C.; Hac Holdings, LLP; ELDT Invt. LTD 1402 Holly Road Corpus Christi TX 78467 INSURER B : Colony Insurance Co. 39993 INSURER C :Great American Insurance Co 16691 INSURER D : $ 1,000,000 INSURER E : INSURER F : X COVERAGES CERTIFICATE NUMBER: 1980262079 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY THE INSURED NAMED ABOVE FOR THE POLICY PERIOD OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF M/ (MDD/VYYY) POUCY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABIUTY Y Y DT -CO -8N927453 9/1/2019 9/1/2020 EACH OCCURRENCE $ 1,000,000 CLAIMS MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 300,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GE 1. AGGREGATE POLICY OTHER: X LIMIT APPLIES Fj PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILEUABIUTY X X ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY X SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y Y BA -8N783453 9/1/2019 9/1/2020 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE Y Y CUP -9M888124 9/1/2019 9/1/2020 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 DED X RETENTION $ in pnn Prod/Comp Ops Agg $ 1,000,000 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑ (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A Y UB -0P693621 -19-26-G 9/1/2019 9/1/2020 XOTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 B A C Pollution Equipment/Property Excess Liability Y CPL -51N20467 QT -660-8J645106 TUE1399241-03 9/1/2019 9/1/2019 9/1/2019 9/1/2020 9/1/2020 9/1/2020 Occurrence/Aggregate Leased/Rented Limit Occurrence/Aggregate $5,000,000 51,000,000 519,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Endorsements shown here only apply if there is a written contract between the named insured and certificate holder. GL: Policy includes a blanket additional insured endorsement (CG D6 04 02/19 with completed operation, and CG D3 16 02 19) Primary/non-contributory language is provided per the policy form when required by written contract. AU: Policy includes a blanket additional insured endorsement including primary and non-contributory language and blanket waiver of subrogation. UMB: Policy follows form on underlying additional insureds and contains a waiver of subrogation endorsement. UMB: underlying policies include GL,AU & WC. WC: Policy includes a blanket waiver of subrogation endorsement. 30 days notice of cancellation applies, except 10 days for non-payment. Project:Park Road 22 Bridge (Bond 2004) Project No. 6281 CERTIFICATE HOLDER CANCELLATION 1 City of Corpus Christi Contracts and Procurement Department PO Box 9277 Corpus Christi TX 78469-9277 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 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that: a. You agree in a written contract or agreement to include as an additional insured on this Coverage Part and b. Has not been added as an additional insured for the same project by attachment of an endorse- ment under this Coverage Part which includes such person or organization in the endorsement's schedule; is an insured, but: a. Only with respect to liability for "bodily injury" or "property damage" that occurs, or for "personal injury' caused by an offense that is committed, subsequent to the signing of that contract or agreement and while that part of the contract or agreement is in effect; and b. Only as described in Paragraph (1), (2) or (3) be- low, whichever applies: (1) If the written contract or agreement specifical- ly requires you to provide additional insured coverage to that person or organization by the use of: (a) The Additional Insured — Owners, Les- sees or Contractors — (Form B) endorse- ment CG 20 10 11 85; or (b) Either or both of the following: the Addi- tional Insured — Owners, Lessees or Con- tractors — Scheduled Person Or Organi- zation endorsement CG 20 10 10 01, or the Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37 10 01; the person or organization is an additional in- sured only if the injury or damage arises out of "your work" to which the written contract or agreement applies; (2) If the written contract or agreement specifical- ly requires you to provide additional insured coverage to that person or organization by the use of: CG D6 04 0219 (3) (a) The Additional Insured — Owners, Les- sees or Contractors — Scheduled Person or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13, the Additional Insured — Owners, Lessees or Contrac- tors — Completed Operations endorse- ment CG 20 37 07 04 or CG 20 37 04 13, or both of such endorsements with either of those edition dates; or (b) Either or both of the following: the Addi- tional Insured — Owners, Lessees or Con- tractors — Scheduled Person Or Organi- zation endorsement CG 20 10, or the Ad- ditional Insured — Owners, Lessees or Contractors — Completed Operations en- dorsement CG 20 37, without an edition date of such endorsement specified; the person or organization is an additional in- sured only if the injury or damage is caused, in whole or in part, by acts or omissions of you or your subcontractor in the performance of "your work" to which the written contract or agreement applies; or If neither Paragraph (1) nor (2) above applies: (a) The person or organization is an addi- tional insured only if, and to the extent that, the injury or damage is caused by acts or omissions of you or your subcon- tractor in the performance of "your work" to which the written contract or agree- ment applies; and (b) Such person or organization does not qualify as an additional insured with re- spect to the independent acts or omis- sions of such person or organization. The insurance provided to such additional insured is subject to the following provisions: a. If the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minimum limits required by the written contract or agree- ment, the insurance provided to the additional in- sured will be limited to such minimum required limits. For the purposes of determining whether C 2017 The Travelers Indemnity Company. All rights reserved. Page 1 of 2 COMMERCIAL GENERAL LIABILITY this limitation applies, the minimum limits required by the written contract or agreement will be con- sidered to include the minimum limits of any Um- brella or Excess liability coverage required for the additional insured by that written contract or agreement. This provision will not increase the limits of insurance described in Section III — Limits Of Insurance. b. The insurance provided to such additional insured does not apply to: (1) Any "bodily injury', "property damage" or "personal injury" arising out of the providing, or failure to provide, any professional archi- tectural, engineering or surveying services, including: (a) The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or fading to prepare or ap- prove, drawings and specifications; and (b) Supervisory, inspection, architectural or engineering activities. (2) Any "bodily injury' or "property damage" caused by "your world' and included in the "products -completed operations hazard" un- less the written contract or agreement specifi- cally requires you to provide such coverage for that additional insured during the policy period. c. The additional insured must comply with the fol- lowing duties: (1) Give us written notice as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, such notice should include: (a) How, when and where the "occurrence" or offense took place; (b) The names and addresses of any injured persons and witnesses; and (c) The nature and location of any injury or damage arising out of the "occurrence" or offense. (2) If a claim is made or "suit' is brought against the additional insured: (a) Immediately record the specifics of the claim or "suit" and the date received; and (b) Notify us as soon as practicable and see to it that we receive written notice of the claim or "suit" as soon as practicable. Immediately send us copies of all legal pa- pers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit', and otherwise comply with all policy conditions. (4) Tender the defense and indemnity of any claim or "suit' to any provider of other insur- ance which would cover such additional in- sured for a loss we cover. However, this con- dition does not affect whether the insurance provided to such additional insured is primary to other insurance available to such additional insured which covers that person or organiza- tion as a named insured as described in Par- agraph 4., Other Insurance, of Section IV — Commercial General Liability Conditions. (3) Page 2 of 2 © 2017 The Travelers Indemnity Company. All rights reserved. CG D6 04 0219 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. XTEND ENDORSEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Who Is An Insured — Unnamed Subsidiaries B. Blanket Additional Insured — Governmental Entities — Permits Or Authorizations Relating To Operations PROVISIONS A. WHO IS AN INSURED — UNNAMED SUBSIDIARIES The following is added to SECTION II — WHO IS AN INSURED: Any of your subsidiaries, other than a partnership, joint venture or limited liability company, that is not shown as a Named Insured in the Declarations is a Named Insured if: a. You are the sole owner of, or maintain an ownership interest of more than 50% in, such subsidiary on the first day of the policy period; and b. Such subsidiary is not an insured under similar other insurance. No such subsidiary is an insured for "bodily injury' or "property damage" that occurred, or "personal and advertising injury" caused by an offense committed: a. Before you maintained an ownership interest of more than 50% in such subsidiary; or b. After the date, if any, during the policy period that you no longer maintain an ownership interest of more than 50% in such subsidiary. For purposes of Paragraph 1. of Section!! — Who Is An Insured, each such subsidiary will be deemed to be designated in the Declarations as: CGD3160219 C. Incidental Medical Malpractice D. Blanket Waiver Of Subrogation E. Contractual Liability — Railroads F. Damage To Premises Rented To You a. An organization other than a partnership, joint venture or limited liability company; or b. A trust; as indicated in its name or the documents that govem its structure. B. BLANKET ADDITIONAL INSURED — GOVERNMENTAL ENTITIES — PERMITS OR AUTHORIZATIONS RELATING TO OPERATIONS The following is added to SECTION II — WHO IS AN INSURED: Any govemmental entity that has issued a permit or authorization with respect to operations performed by you or on your behalf and that you are required by any ordinance, law, building code or written contract or agreement to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" arising out of such operations. The insurance provided to such govemmental entity does not apply to: a. Any "bodily injury', "property damage" or "personal and advertising injury" arising out of operations performed for the govemmental entity; or b. Any "bodily injury' or "property damage" included in the "products -completed operations hazard". © 2017 The Travelers Indemnity Company. All rights reserved. Page 1 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. COMMERCIAL GENERAL LIABILITY C. INCIDENTAL MEDICAL MALPRACTICE 1. The following replaces Paragraph b. of the definition of "occurrence" in the DEFINITIONS Section: b. An act or omission committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to a person, unless you are in the business or occupation of providing professional health care services. 2. The following replaces the last paragraph of Paragraph 2.a.(1) of SECTION 11 — WHO IS AN INSURED: Unless you are in the business or occupation of providing professional health care services, Paragraphs (1)(a), (b), (c) and (d) above do not apply to "bodily injury" arising out of providing or failing to provide: (a) "Incidental medical services" by any of your "employees" who is a nurse, nurse assistant, emergency medical technician or paramedic; or (b) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed or volunteer doctor. Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Good Samaritan services" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your business. 3. The fdlowing replaces the last sentence of Paragraph 5. of SECTION III — LIMITS OF INSURANCE: For the purposes of determining the applicable Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any one person will be deemed to be one "occurrence". 4. The following exdusion is added to Paragraph 2., Exclusions, of SECTION 1 — COVERAGES — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY: Sate Of Pharmaceuticals "Bodily injury' or "property damage" arising out of the violation of a penal statute or ordinance relating to the sale of pharmaceuticals committed by, or with the knowledge or consent of, the insured. 5. The following is added to the DEFINITIONS Section: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related furnishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. 6. The following is added to Paragraph 4.b., Excess Insurance, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: This insurance is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to any of your "employees" for "bodily injury" that arises out of providing or failing to provide "incidental medical services" to any person to the extent not subject to Paragraph 2.a.(1) of Section 11 — Who Is An Insured. D. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: If the insured has agreed in a contract or agreement to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organization, but only for payments we make because of: a. "Bodily injury" or "property damage" that occurs; or b. "Personal and advertising injury" caused by an offense that is committed; subsequent to the execution of the contract or agreement. E. CONTRACTUAL LIABILITY — RAILROADS 1. The following replaces Paragraph c. of the definition of "insured contract" in the DEFINITIONS Section: c. Any easement or license agreement; Page 2 of 3 © 2017 The Travelers Indemnity Company. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CGD3160219 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is deleted. F. DAMAGE TO PREMISES RENTED TO YOU The following replaces the definition of "premises damage" in the DEFINITIONS Section: "Premises damage" means "property damage" to: COMMERCIAL GENERAL LIABILITY a. Any premises while rented to you or temporarily occupied by you with permission of the owner; or b. The contents of any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days. CG D3 16 0219 © 2017 The Travelers Indemnity Company. All rights reserved. Page 3 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. CONTRACTS AND PROCUREMENT DEPARTMENT PO Box 9277 Corpus Christi Texas, 78469-9277 Phone: 361.826.3160 NOTICE OF AWARD Contractor: Haas -Anderson Construction, Ltd. Project: 6281 Park Road Bridge (Bond 2004) ReBid This notice serves as confirmation of award of the referenced Project, to your firm, by the Corpus Christi City Council on January 14, 2020 in the amount of $13,943,536.00. Contractor is instructed to execute all necessary forms and submit all required documentation as outlined in the contract document. The executed agreement and all required insurance and bond submittals are due back to this office within 10 calendar days of receipt. A Pre -Construction Meeting will be scheduled within two weeks of returning required contract submittals, pending final execution of the contract. The following document submittals are required to execute the contract: Form 1295 — The State of Texas requires contractor to complete, sign and submit a copy of the Texas Ethics Commission Form 1295, Certificate of Interested Parties. The state website is: www.ethics.state.tx.us Agreement — A completed and filled out agreement form has been provided for your digital signature. The agreement form shall be digitally signed by an authorized officer of the company. Submit signature authority documentation. Performance and Payment Bond — Competed and filled out bond forms have been provided for your physical signature. The bonds cannot be digitally signed. Submit one set of executed hard copy originals. Insurance — Refer to the contract documents, Section 00 73 00, Article 6, for insurance requirements and submit proof of coverage. Submittals will include a Certificate of Insurance referencing the project name and number and all applicable endorsements to the policies. Please contact Sylvia Arriaga, Construction Contracts Administrator, if you have any questions regarding this information. Kim Baker, Director of Contracts and Procurement RETURN DOCUMENTS TO: Sylvia Arriaga — Construction Contracts Administrator City of Corpus Christi — Contracts and Procurement 1201 Leopard St. - City Hall, First Floor Corpus Christi, TX 78469-9277 LW.Zoza Date