Loading...
HomeMy WebLinkAboutC2013-377 - 12/17/2013 - Approved 2013-377 12/17/13 M2013-199 Haas Anderson Construction CONTRACT DOCUMENTS FOR CONSTRUCTION OF CITYWIDE STREET OVERLAY AND SEALCOAT INDEFINITE DELIVERY/INDEFINITE QUANTITY PROGRAM - PILOT PROGRAM PROJECT NO. E12215 Prepared By: RH Shackelford,inc. 5151 Flynn Parkway,Suite 300 Corpus Christi,Texas 78411 Office:(361)452-0318 Fax:(210)826-4906 .,- API* 1,* 11111 • Man Mai 11111111111, INIIIIMI 101111W 77.7.7.4 ite%N.NN • City of Corpus a • .. *** I ........ 3,sHoerM° ...„„......... Christi . 91.45 October 2013 acr (5 RH Shackelford, Inc. RECORD DRAWING NO SIR 888 Texas Engr. Firm No. F9797 C C 00 0100 TABLE OF CONTENTS Division/ Title Section E Division 00 Procurement and Contracting Requirements 00 01 15 List of Drawings 00 11 16 Invitation to Bid 00 21 13 Instructions to Bidders 00 30 00 Bid Form 00 30 01 Bid Form Exhibit A 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 03 Compliance to Texas Sales Tax Code 00 30 04 Conflict of Interest Questionnaire 00 30 05 Disclosure of Interest 00 30 06 Non-Collusion Certification 00 45 16 Statement of Qualifications 00 52 23 Agreement 00 61 13 Performance Bond 00 61 16 Payment Bond 00 72 00 General Conditions 00 72 01 Insurance Requirements 00 72 02 Wage Rate Requirements 00 72 03 Minority/MBE/DBE Participation Policy 00 73 00 Supplementary Conditions Division 01 General Requirements 01 11 00 Summary of Work 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures 01 29 01 Measurement and Basis for Payment 01 31 00 Project Management and Coordination 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management L Table of Contents 00 01 00-1 Corpus Christi Standards-Regular Projects 09-25-2013 Addendum 2 Attachment No 1 C C C Division/ E Section Title 01 33 02 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule 01 35 00 Special Procedures 0140 00 Quality Management 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Standard Specifications c: 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks and Driveways 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 097020 Exposed Aggregate Finish for Concrete Sidewalks Technical Specifications TxDOT 204 Sprinkling TxDOT 210 Rolling TxDOT 216 Proof Rolling TxDOT 247 Flexible Base TxDOT 251 Reworking Base Courses TxDOT 260 Lime Treatment(Road Mixed) TxDOT 263 Lime Treatment(Plant-Mixed) TxDOT 265 Fly Ash or Lime—Fly Ash Treatment(Road-Mixed) TxDOT 275 Cement Treatment(Road-Mixed) TxDOT 276 Cement Treatment(Plant-Mixed) TxDOT 300 Asphalts, Oils, and Emulsions TxDOT 302 Aggregates for Surface Treatments TxDOT 310 Prime Coat TxDOT 316 Surface Treatments TxDOT 320 Equipment for Asphalt Concrete Pavement Table of Contents 00 0100-2 Corpus Christi Standards-Regular Projects 09-25-2013 Addendum 2 Attachment No 1 L L C Division/ Title Section TxDOT 351 Flexible Pavement Structure TxDOT 354 Planing and Texturing Pavement TxDOT 662 Work Zone Pavement Markings TxDOT 666 Reflectorized Pavement Markings TxDOT 668 Prefabricated Pavement Markings TxDOT 672 Raised Pavement Markings TxDOT 677 Eliminating Existing Pavement Markings and Markers TxDOT 678 Pavement Surface Preparation for Markers TxDOT 700 Pot Hole Repair TxDOT 738 Cleaning and Sweeping Highways TxDOT 3268 Dense-Graded Hot-Mix Asphalt TxDOT 8251 Painted Pavement Markings C C C C C C C C END OF SECTION Table of Contents 00 01 00-3 Corpus Christi Standards-Regular Projects 09-25-2013 Addendum 2 Attachment No 1 I 00 11 16 INVITATION TO BID ARTICLE 1—GENERAL NOTICE 1.01 The City of Corpus Christi,Texas(Owner)is requesting Bids for the construction of the following Project: Citywide Street Overlay and Sealcoat Indefinite Delivery/Indefinite Quantity Program—Pilot Program Project#12215 Description of Project This project provides for the implementation of the city wide street preventative maintenance program for the Hot Mix Asphalt Concrete(HMAC)Arterial,Collector and Residential streets. The work is programmed for approximately 50%for the Residential streets and 25%each for the Collectors and Arterial Streets. The contract is a multi-year Indefinite Delivery Indefinite Quantity(IDIQ). The initial base year will be 365 calendar days with three(3)optional one-year extensions. The project may be awarded to one or two contractors under the following Base Bids scenarios: Base Bid 1 Provides for the Seal Coats with the minor HMAC repairs and level ups,base repairs;pavement markings and traffic controls;manhole ring and cover adjustments; minor concrete improvements including curb&gutter,sidewalks and driveways; mobilization,hauling,disposal and other necessary miscellaneous improvements. Seal Coats are anticipated to represent approximately 25%of the available project funds per year. Base Bid 2 Provides for HMAC Overlays with the HMAC repairs/patching and full depth base repairs;pavement markings and traffic controls;manhole ring and cover adjustments;minor concrete improvements including curb&gutter,ADA ramps, sidewalks and driveways;mobilization,hauling,disposal and other necessary miscellaneous improvements. Overlays are anticipated to represent approximately 75% of the available project funds per year. Base Bid 3 Provides for combined base bid for both the Seal Coats and Overlays with the HMAC repairs/patching and full depth base repairs;level ups,pavement markings and traffic controls;manhole ring and cover adjustments;minor concrete improvements including curb&gutter,ADA ramps,sidewalks and driveways;mobilization,hauling, disposal and other necessary miscellaneous improvements. The actual work will be issued through multiple Delivery Orders(DO's)within the two Base Bids from the bid schedule activities and contract documents. Each DO will include a list of streets with a preliminary scope of work,estimated quantities and performance period. Upon receipt of each DO with preliminary scope of work the Contractor,Engineer and City staff will conduct joint field investigations to refine the scope,quantities and performance period. The contractor will submit a revised scope for each DO with proposed schedule with defined tasks,estimated quantities and unit prices from the bid schedule for approval by the Engineer and City. Written approval will be given to the contractor with duration and cost. Actual quantities and cost will be field measured and verified by the City in the field during construction. All work will comply Invitation to Bid 00 11 16-1 Corpus Christi Standards-Regular Projects 09-25-2013 C with the specifications,details and contract documents. Additionally,the contract provides for annual economic adjustments based on City approved pricing indexes. A total of approximately five(5)DO's for each Base Bid will be issued each year for approximately 20%each of the of the total annual program funding. The initial contract award includes the first DO's with a predefined list of streets and related work. Subsequent DO's and • calendar year extensions will be issued at the discretion of the City with concurrence by the contractor. The typical DO will be consolidated to an area of approximately 1.5 square miles to maximize efficiencies and minimize disruption to the local transportation,businesses and residents. Additional DO's and renewals will be issued based on successful performance of the contractor and available funds. ARTICLE 2—EXAMINATION AND PURCHASE OF DOCUMENTS 2.01 Advertisement and bidding information for the Project can be found at the following website: www.publicpurchase.com. 2.02 Contract Documents may be downloaded or viewed free of charge at this website. it is the downloader's responsibility to determine that a complete set of documents,as defined in the Agreement,are received. 2.03 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—PRE-BID CONFERENCE 3.01 A non-mandatory pre-bid conference for the Project will be held on 10:00am Tuesday, November 5,2013 at the following location: City of Corpus Christi Building Engineering Conference Room,Third Floor 1201 Leopard Street Corpus Christi,Texas 78401 ARTICLE 4—QUESTIONS REGARDING BIDDING PROCESS OR SOLICITATION DOCUMENTS 4.01 Questions are to be submitted using the Question and Answer process on the Owner's Bidding Website. 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 at least 72 hours prior to the date of the bid opening. 4.02 A response to a question posted on the website that requires modification of the Contract Documents will be made by Addenda. 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 00 11 16-2 - Corpus Christi Standards-Regular Projects 09-25-2013 1 I DBE PARTICIPATION POLICY ARTICLE 5 MINORITY/MBE/ i 5.01 Selected Contractor is required to comply with the Owner's Minority if MBE/DBE Participation Policy as indicated in SECTION do 72 03 MINORITY/MBE/DBE PARTICIPATION POLICY. 5.02 Minority participation for this Project has been established to be 45%of the Contract Price. 5.03 Minority Business Enterprise participation for this Project has been established to be 15%of the Contract Price. 5.04 Disadvantaged Business Enterprise participation for this Project has been established to be 5% of the Contract Price. ARTICLE 6—BID SECURITY 6.01 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 7 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% of the proposed Contract Price. 6.02 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 may provide their surety's standard penal sum bid bond form. The Bid Bond must reference the Project by name as identified in Article 7. 6.03 Failure to provide the Bid Security will constitute a non-responsive Bid which will not be considered. Failure to provide required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. ARTICLE 7—DELIVERY OF BIDS 7.01 Sealed Bids must be delivered to the Owner at the address below no later than 2:00pm Wednesday,November 13,2013 to be accepted. The Bids will be publicly opened and read aloud at this time and place. Bids received after this time will be returned unopened. Address Bids to the Owner as follows: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary .•_ Invitation to Bid 00 11 16-3 Corpus Christi Standards-Regular Projects 09-25-2013 I I Bid-Citywide Street Overlay and Sealcoat Indefinite Delivery/Indefinite Quantity Program Pilot Program,Project No.12215 ARTICLE 8—AWARD OF CONTRACT 8.01 It is the intent of the Owner to award this Contract to the Bidder or Bidder(s)who provide the best value for the Owner. 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,to reject any or all Bids,and/or waive formalities. Bids may not be withdrawn within 90 days from the date on which Bids are opened. ARTICLE 9—OTHER CONTRACT REQUIREMENTS 9.01 Contractors for this Project must pay no less than the prevailing wage rates for the area established by the Owner and included in the Contract Documents. 9.02 Contractors for this Project must obtain and provide the necessary insurance,including Workers'Compensation Insurance,as required by the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS. 9.03 Performance and Payment Bonds are required. END OF SECTION I I I I I I I Invitation to Bid 00 11 16-4 Corpus Christi Standards-Regular Projects 09-25-2013 I 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1—INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: : ,.:.::.:.. .v�:�.. . e _ofi ins - ur :YF� ance .... . : �• UrYtalgS': _, Commercial General Liability including 1. Commercial Form 2. Premises-Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations $1,000,000 Per Occurrence Hazard $2,000,000 Aggregate 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal&Advertising Injury Business Automobile Liability-Owned, Non-Owned,Rented and Leased $1,000,000 Combined Single Limit Workers'Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Professional Pollution Liability/ $2,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental 0 Required X Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Builder's Risk(All Perils including Collapse) Equal to Contract Price ❑ Required X Not Required Installation Floater Equal to Contract Price ❑ Required X Not Required Owner's Protective Liability Equal to Contractor's liability insurance ❑ Required X Not Required C Insurance Requirements 00 72 01-1 Corpus Christi Standards-Regular Projects 09-23-2013 L I I 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M.Best rating of A-Vlll or better. I D. Furnish copies of policies and endorsements,and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out(redact)any confidential premium or pricing information contained in any policy or endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights I under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. 1. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the"other insurance"clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers'compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers'compensation and employer's liability insurance for: ■ 1. Claims under workers'compensation,disability benefits,and other similar employee benefit acts. Obtain workers'compensation coverage through a licensed insurance I company in accordance with Texas law and written on a policy and endorsements Insurance Requirements 00 72 01-2 Corpus Christi Standards-Regular Projects 09-23-2013 1 approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers'compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 2. Claims for damages because of bodily injury,occupational sickness or disease,or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers'Compensation Act and Jones Act coverage(if applicable). 4. Foreign voluntary worker compensation(if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. Provide coverage on an occurrence basis,against: 1. Claims for damages because of bodily injury,sickness or disease,or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; 4. By any other person for any other reason;and 5. Claims for damages,other than to the Work itself,because of injury to or destruction of tangible property wherever located,including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996(or later)commercial general liability form(occurrence form)and include the following ) coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. Eliminate the exclusion with respect to property under the care,custody,and control of Contractor. Provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor in lieu of elimination of the exclusion,or if required by this Section. Provide Installation Floater insurance that is a broad form or"All Peril"policy providing coverage for all materials, supplies,machinery,fixtures,and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship,materials,maintenance,or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; Insurance Requirements 007201-3 Corpus Christi Standards-Regular Projects 09-23-2013 1 I d) Coverage for testing and start-up; e) Any loss to property while in transit; f) Any loss at the Site; g) Any loss while in storage,both on and off the Site;and h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies,machinery,fixture,and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions,and all other contractual indemnity obligations of Contractor in the Contract Documents. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032,"Additional insured- Engineers,Architects or Surveyors Not Engaged by the Named Insured"or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance,or use of any motor vehicle. E. Purchase and maintain umbrella or excess liability insurance written over the underlying I employer's liability,commercial general liability,and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first-dollar liability coverage as needed. I F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; I 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for the respective officers,directors, members,partners,employees, agents,consultants,and subcontractors for each named insured or additional insured; 4. Provide primary coverage for all claims covered by the policies,including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third-party injury and property damage claims,including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's insurance Requirements 00 72 01- 4 Corpus Christi Standards-Regular Projects 09-23-2013 pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance,or have Subcontractors and Suppliers do so,if Contractor or any Subcontractor or Supplier will provide or furnish professional services underthis Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations,whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor,Owner,and all named insureds and additional insureds. tio 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents,whether performed by Contractor, Subcontractor,Supplier,anyone directly or indirectly employed or retained by any of them,or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not by rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 OWNER'S PROTECTIVE LIABILITY INSURANCE A. Purchase and maintain an Owner's Protective Liability insurance policy with the Owner as the named insured and other members of the OPT as additional insureds. Provide a policy tit that will protect the OPT from claims which arise from operations under the Contract Documents. Provide this coverage in the same amounts required for the Contractor's liability insurance and from the same company that provides the Contractor's liability insurance. 1.05 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT,Contractor,and all Subcontractors,and any other individuals or entities identified in the Supplementary Conditions,as named insureds. 2. Be written on a builder's risk"all risk"policy form that includes insurance for physical loss or damage to the Work,temporary buildings,false work,and materials and Insurance Requirements 007201-5 Corpus Christi Standards-Regular Projects 09-23-2013 L I I equipment in transit,and insures against at least the following perils or causes of loss: fire;lightning;windstorm;riot;civil commotion;terrorism;vehicle impact;aircraft; smoke;theft;vandalism and malicious mischief;mechanical breakdown,boiler explosion,and artificially generated electric current;earthquake;volcanic activity,and other earth movement;flood;collapse;explosion;debris removal;demolition occasioned by enforcement of Laws and Regulations;water damage(other than that caused by flood);and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown,boiler explosion,and artificially generated electric current;earthquake;volcanic activity,and other earth movement;or flood,are not commercially available under builder's risk,by endorsement or otherwise,this insurance may be provided through other insurance policies acceptable to Owner and Contractor. I 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner-furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship,design,or materials exclusions. 11. Include testing and startup. I 12. Be maintained in effect until the Work as a whole is complete,unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor,Subcontractors,or employees of the Contractor or a Subcontractor owning property items,such as tools,construction equipment,or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. Insurance Requirements 00 72 01-6 Corpus Christi Standards-Regular Projects 09-23-2013 I 1.06 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT,named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all Li rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees,Contractor, named insureds and additional insureds,and the officers,directors,members,partners, employees,agents,consultants,and subcontractors of each and any of them,for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.07 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor,Subcontractors,or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These ri‘t limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from,or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT,named insureds,or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2—EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies;and 3. Policy limits and deductibles. B. Provide a list of"Additional Insureds"for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions,limits of coverage,or change in deductible amount. hit 2.02 CERTIFICATES OF INSURANCE Insurance Requirements 00 72 01-7 Corpus Christi Standards-Regular Projects 09-23-2013 L I A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code§1811.101;or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code§1811.101. 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. Provide a copy of insurance policies,declaration pages and endorsements,and documentation of applicable self-insured retentions and deductibles if requested by the Owner. B. Owner may require the deletion,revision,or modification of particular policy terms, conditions,limitations,or exclusions(except where policy provisions are established by Laws or Regulations binding upon either of the parties hereto or the underwriter of any such policies). Comply with these requests and submit a copy of the replacement certificate of insurance to Owner at the address provided below within 10 days of the requested change. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated,revised,or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. I 2.05 NOTICES REGARDING INSURANCE A. Submit notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi--Engineering Attn:Construction Contract Admin. - P.O. Box 9277 Corpus Christi,TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. 1 I I Insurance Requirements 00 72 01-8 Corpus Christi Standards-Regular Projects 09-23-2013 1 i ARTICLE 3—TEXAS WORKERS'COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS'COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage("certificate")-A copy of a certificate of insurance,a certificate of authority to self-insure issued by the commission,or a coverage agreement(TWCC- 81,TWCC-82,TWCC-83,or TWCC-84),showing statutory workers'compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the Project. 2. Duration of the Project-includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project("Subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform On the Project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes,without limitation, independent contractors,subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include,without limitation, providing, hauling,or delivering equipment or materials, or providing labor,transportation,or other service related to a project. "Services"does not include activities unrelated to the Project,such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code,Section 401.011(44)for all employees of the Contractor providing services on the Project,for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project,the Contractor must, prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project,so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project;and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. Insurance Requirements 00 72 01-9 Corpus Christi Standards-Regular Projects 09-23-2013 I I G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,within 10 days after the Contractor knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice,in the text,form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered,and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project,to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code,Section 401.011(44)for all of its employees providing services on the Project,for the duration of the Project; 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project,for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project;and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery,within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project;and 7. Contractually require each person with whom it contracts,to perform as required by paragraphs(1)-(7),with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage,the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers'compensation coverage for the duration of the Project,that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured,with the commission's Division of Self-Insurance Regulation. Providing false or misleading Insurance Requirements 00 72 01-10 Corpus Christi Standards-Regular Projects 09-23-2013 I } information may subject the Contractor to administrative penalties, criminal penalties,civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION C C I C L I I C Insurance Requirements 00 72 01-11 Corpus Christi Standards-Regular Projects 09-23-2013 r L a, I 00 52 23 AGREEMENT This Agreement,for the project awarded on December 17,2013,is between the City of Corpus Christi, Texas (Owner)and Haas-Anderson Construction, Ltd. (Contractor). Owner and Contractor agree as follows: r ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Citywide Street Overlay and Sealcoat Indefinite Delivery/Indefinite Quantity Program—Pilot fps Program rlr Project No.E12215 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: tifm R.H.Shackelford,Inc. Rea. #F-9797 5151 Flynn Parkway,Suite 300 Corpus Christi,TX 78411 2.02 The Owner's Authorized Representative for this Project is: Daniel Biles,P.E. Director of Engineering Services City of Corpus Christi ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 365 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 365 days after the date when the Contract Times commence to run. B. Milestones,and the dates for completion of each,are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones,Substantial Completion,and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in rr Agreement 00 52 23-1 Corpus Christi Standards-Regular Projects 09-25-2013 ew ii Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays,expense,and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay(but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. is 2. Completion of the Remaining Work: Contractor agrees to pay Owner$500 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 lil accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final 3 ' 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 in SECTION 00 30 01 BID FORM EXHIBIT A. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids,and final payment for all unit price items will be based on actual quantities,determined as provided in the Contract Documents. Total Base Bid#2 $ 11,920,961.00 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. r Agreement 00 52 23-2 Corpus Christi Standards-Regular Projects 09-25-2013 1 B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. i C. Payment will be made for the amount determined per Paragraph 5.02.8, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount li described above is held prior to Substantial Completion,the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option,Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may,at its sole discretion,elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 1 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. a ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS hi 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. r 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 its identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; I Agreement 00 52 23-3 Corpus Christi Standards-Regular Projects 09-25-2013 a 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: W 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 5" employed by Contractor; and lir 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 otp 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. a I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents,and all additional examinations, investigations,explorations,tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors,ambiguities,or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. rtt Agreement 00 52 23-4 Corpus Christi Standards-Regular Projects 09-25-2013 ffff ply ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice,the Owner shall Ih 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 111 documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS I 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications,forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: it a. Contractor's Bid Form Exhibit A. 5. Documentation required by the Contract Documents and submitted by Contractor 1i 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. r I I fi.fp- Agreement 00 52 23-5 Corpus Christi Standards-Regular Projects 09-25-2013 The Effective Date of the Contract is x/975 0/ '/`/ Signed in four original duplicates. ATTEST CITY OF CORPUS CHRISTI City Secretary Mark Van Vleck, P.E. Y rY Interim Assistant City Manager Public Works, Utilities, &Transportation APP,ROrVED AS TO LEGAL FORM: Veronica Ocanas Daniel Biles, P.E. Senior Assistant City Attorney Director of Engineering Services ATTEST(IF CORPORATION) CONTRACTOR HAAS-ANDERSON CONSTRUCTION, Ltd. (Seal Below) By: Note: Attach copy of authorization to sign if Title: , ,9dcn� Riaas.Anderson Management, t.,C, person signing for CONTRACTOR is not President, r r_rtner Vice President, Chief Executive Officer,or Chief A d , 8, . 76 1 ?- Financial Officer Address 7 t1 C /I aij.ir L ,c I ; J/ /ri / c City State Zip Phone / Fax EMail END OF SECTION ..�....�..�Ad hu «. IT Coui4OIL.._124, SECRfTA Agreement 00 52 23-6 Corpus Christi Standards-Regular Projects 09-25-2013 00 30 00 BID FORM ARTICLE 1—BID RECIPIENT 1.01 Submit Bids to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid—Citywide Street overlay and Sealcoat Indefinite Delivery/indefinite Quantity Program— PHot Program,Project No.E12215 ARTICLE 2—BIDDERSS 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 the invitation to Bid and Instructions to Bidders,including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work In accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum'No. ,,,� Addendum Date Signature Acknowledglng'Rece Ipt - 13 -3 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. Bid Form 003000-1 Corpus Christi Standards-Regular Projects 09-25-2013 l 3.04 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. 3.05 The Bidder has considered the items Identified In paragraph 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. 3.06 Based an the Information and observations referred to In the preceding paragraphs, Bidder agrees that no further examinations, investigations,explorations,tests,studies,or data are necessary for the performance of the Work at the Contract Price,within the Contract Times,and In accordance with the other terms and conditions of the Contract Documents.. 3.07 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. 3.08 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. 3.09 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. 3.10 The Contract Documents are generally sufficient to Indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.11 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices In the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4--BASIS OF BID 4.01 Bidder will complete the Work In accordance with the Contract Documents at the unit prices shown In SECTION 00 30 01 BID FORM EXHIBIT A. A. The Bidder selected for award of the Contract will be the Bidder whose Bid provides the best value to the Owner. The owner is not bound to accept the lowest priced Bid if that Bid Is determined by the owner not to be in the Owner's best interest. Owner will,at its Bid Farm 003000-2 Carpus Christi Standards-Regular Projects 09.25-2013 f rl discretion,award the Contract for the Base Bid,plus any combination of Add or Deduct Alternates that provides the best value to the Owner, B. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. C. 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. D. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The owner will considerthe qualifications of the Bidders and Bidders'consultants,In addition to the proposed Contract Price,when evaluating Bids to determine which Bid offers the best value to the Owner. The Owner reserves the right to waive Irregularities In determining the Bidders' qualifications and reserves the right to require the submission of additional Information, 5.02 The Owner has the right to accept a Bid,which In its judgment offers the best value to the Owner,reject any and all Bids,to waive Irregularities in the Bids,or to reject non-conforming, non-responsive,or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have,In the opinion of the Owner,changed the qualifications or responsibility of the Bidder. 5.03 Material misstatements In the documentation submitted for evaluation,including information submitted per SECTION 00 45 16 STATEMENT OF QUALIFICATIONS,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 firm, 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 agrees that the Work will be substantially complete and will be completed and ready for final payment In accordance with Paragraph 15.06 of the General Conditions within the number of days Indicated in SECTION 00 30 01 BID FORM EXHIBIT A. ARTICLE 7—ATTACHMENTS TO THIS BID 7.01 The following documents are attached to and made a condition of this Bid: A. Bid Security. B. SECTION 00 30 01 BID FORM EXHIBIT A. C. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. D. SECTION 00 30 03 COMPLIANCE TO TEXAS SALES TAX CODE. Bid Form 003000-3 Corpus Christi Standards-Regular Projects 09-25-2013 f I 1 E. SECTION 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE. 1 F. SECTION 003005 DISCLOSURE OF INTEREST. t G. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings Indicated in the General Conditions and the Supplementary Conditions. The significance of terms with Initial capital letters Is described In the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively In Nueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must Include their correct legal name,state of residency,and federal tax identification number In the Bid Form, 10.02 The Bidder,or the Bidder's authorized representative,shall sign and date the Bid Form to accompany all materials included In the submitted Bid. Bids which are not signed and dated in this manner,or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The 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. 10.03 Bidders who are Individuals("natural persons"as defined by the Texas Business Organizations Code§1.002),but who will not be signing the Bid Form personally,shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify In their Bid their charter or 1 Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the Individual(s)authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias")shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the state of Texas must document their legal authority to conduct business In Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. t l' l l Bid Form 003000-4 Corpus Christi Standards-Regular Projects 09-25-2013 1 t r ARTICLE 114 BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: ' d" Copi ruAvn , l legal name of Bidder) ul By: ty or printed� (Individual's signature) Name: q S Haas-Anderson a d) Title: Paflner (typed or printed) Attest: (Individual's signature) State of Residency: Te 4-9—s Federal Tax Id.No. Address forgiving notices: p G , r u S ` Phone: Email: fir? X14 l` l7. Gm+� (Attach evidence of authorityto sign Ifthe authorized Individual Is notthe 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 1 i Bid Form 003000-5 Corpus Christi Standards-Regular Projects 09•2S-2013 l 1 00 30 01 BID FORM EXHIBIT A-BASE BID 2(OVERLAYS) Project: Citywide Street Overlay&Sealcoat IDIQ Program-Pilot Program BID SCHEDULE-Part A,Project No.E12215 Owner: City of Corpus Christi,Texas Bidder: Haas-Anderson Construction, Ltd. OAR: Designer: R.H.Shackelford,Inc. Basis of Bid Item Estimated Extended Description Unit Unit Price No. Quantity Amount Items in Base Bid(excluding Allowances)per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT Part A-General Activities(Mob/Demob,Traffic Controls,Markings&Profilograph Services) Mobilization/Bonds/insurance;(not to exceed 5%of total bid amount)to be authorized A LS 1 $ 550,000.00 $ 550,000.00 2-01 for payment concurrent with overall progress — Traffic Control and SWPPP,Residential Streets;set-up,maintenance and removal, A2-02 EA 75 $ 1,110m $ 83,250.00 complete In place per residential street Traffic Control and SWPPP,Collector Streets;set-up maintenance and removal,complete A2-03 in place per collector street EA 30 $ 3,335.00 $ 100,050.00 Traffic Control and SWPPP,Arterial Streets;set-up maintenance and removal,complete A2-04 EA 15 $ 4,445.00 $ 66,675,00 in place per arterial street — A2-05 Ozone Days DAY 5 $ 3,335.00 $ 16,675.00 A2-06 Pavement Marking,Reflectorized Thermoplastic,Type 1,90 mill thickness(W)(8")(Solid), LF 15,000 $ 0.50 $ 7,500.00 complete in place with all surface preparation,application,etc. Pavement Marking,Reflectorized Thermoplastic,Type 1,90 mill thickness (W)(4") A2-07 LF 30,000 $ 0.50 $ 15,000.00 (Broken),complete in place with all surface preparation,application,etc. A2-08 Pavement Marking,Reflectorized Thermoplastic,Type 1,90 mill thickness(Y)(4")(Solid), LF 75,000 $ 0.50 $ 37,500.00 complete in place with all surface preparation,application,etc. — Raised Pavement Markers(Reflectorized),Type IC,IIAA,or IIC-R,as applicable complete A2-09 EA 1,250 $ 4.40 $ 5,500�00 in place with all surface preparation,application,etc. A2-10 Speed Humps,marked with Thermoplastic,Type C,with no preheating or asphalt EA 20 $ 2,335.00 $ 46,700.00 required,125 mill,complete in place with all surface preparation,application,etc. — A2-11 Pavement Markings(White 24""Stop Bar"Markings),complete in place with all surface LF 500 $ 15.55 $ 7,775.00 preparation,application,etc. A2-12 Pavement Markings(Crosswalk Markings),complete in place(total width of crosswalk) LF 1,500 $ 55.60 $ 83,400.00 complete in place with all surface preparation,application,etc. A2-13 Pavement Markings White"ONLY",complete in place with all surface preparation, EA 25 $ 275.00 $ 6,875.00 application,etc. A2-14 Pavement Markings White Turn Arrow Markings(Right,Left,Straight),complete in place EA 50 $ 215.00 $ 10,750.00 with all surface preparation,application,etc. — A2-15 Curb Painting(Yellow No-Parking Zone),complete in place with all surface preparation, LF 500 $ 3.35 $ 1,675.00 applications,etc. Curb Painting(Red Fire Zone),complete in place with all surface preparation, A2-16 LF 500 $ 3.35 $ 1,675.00 applications,etc. — A2-17 Computerized Profilograph Services to include street surface evaluations with calibrated HR 150 $ 110.00 $ 16,500.00 vehicle and equipment and approved reports — A2-18 Landscape Improvements,complete in place including 4"clean Top Soil,Sod,excavation, SY 120 $ 110.00 $ 13,200,00 backfill,compaction,with established growth — Door Hangars,complete in place delivered to the business and residences(two per A2-19 property) LS 1 $ 11,000.00 $ 11,000.00 — Type 1 Self-Supported Temporary Sediment Control Fence, complete in place, A2-20 LF 2,000 $ 11.00 $ 22,000.00 maintained and removed A2-21 Temporary Erosion Control Log,complete in place,maintained and removed EA 387 $ 33.00 $ 12,771.00 A2-22 Street Sweeping,complete in place per curb mile Mile 11 $ 550.0 $ 6,050,00 I �11 A2-23 Irrigation System Allowance and Miscellaneous Planting Allowance LS I $ 3,500.00 $ 3,500.00 A2-24 Allowance for unanticipated General Improvements LS 1 $ 5,000.00 $ 5,000.00 Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item A2-01 through A2-24) $ 1,131,021.00 rf Bid Form Exhibit A 00 30 01-Pagel of Addendum No.7 Citywide Street Overlay and Seal Coat IDIQ Project-Pilot Program Project No.E12215 Attachment No. 1 1 Item Estimated Extended Description Unit Unit Price No. I Quantity Amount Part B-HMAC and(toad Base Improvement Activities Subgrade Repair up to 2"Depth(Cold/Hot)HMAC complete in place with 82-01 SY/IN 18,750 $ 12.25 $ 229,687.50 excavation/removal,placement,compaction etc. Subgrade Repair up to 6"Depth(cement stabilization)complete in place with 82-02 excavation/removal,placement,compaction etc. SY 18,750 $ 14.25 $ 267,187.50 Cement stabilized base with typically 4%cement,existing limestone base,3-6 inches, B2 03 SY 18,750 $ 8.50 $ 159,375.00 complete in place with all grading,mixing,compaction,etc. 82-04 TX5-475 Triaxial Geogrid,complete in place with material and proper placement SY 18,750 $ 3.50 $ 65,625.00 Base Repair,Upper 2"Depth(limestone)complete in place with excavation/removal, 82-05 SY 75,000 $ 7.75 $ 581,250.00 placement,compaction etc. Base Repair,Additional 1"Depth(limestone)complete in place with excavation/removal, B2-q6 SY 300,000 $ 3.70 $ 1,110,000.00 placement,compaction etc, r B2-07 HMAC Saw Cutting 2"Depth,complete in place LF 7,500 $ 2.20 $ 16,500.00 i 82-08 HMAC Saw Cutting Additional 1"Depth,complete in place LF 30,000 $ 1.10 $ 33,000,00 Patching/Small Area Surface Restoration-HMAC,Type"D"per square yard/inch 82-09 SY/IN 150,000 $ 11.10 $ 1,665,000.00 complete in place with small equipment placement,compaction,curing,hauling,etc. 82-10 Crack Seal complete in place with all surface preparation and application LF 28,125 $ 4.50 $ 126,562.50 I r Asphalt material,AC-15P,for Sealcoat Per Single Course(one to five miles haul distance 82-11 from an approved site within City Limits)complete in place with all surface preparation, Gal N/A application,curing,rolling/compaction,etc. Emulsion Cationic Grade(HFRS-2P)typically applied at a rate ranging from 0,35 to 0.40 82-12 Gal/SY,(one to five miles haul distance from an approved site within City Limits), Gal N/A complete in place per applied rates and requirements Trap Rock(Basalt)Grade 5 Type E per specified gradation,decanted and la abrasion, 82-13 applied at approximately 150SY/CY,(one to five miles haul distance from an approved Ton N/A site within City Limits),complete in place,haul,rolled,compacted,etc. y a Asphalt material,AC-15P,for Sealcoat Per Single Course(over five miles haul distance 82-14 from an approved site within City Limits)complete in place with all surface preparation, Gal N/A application,curing,rolling/compaction,etc. f Emulsion Cationic Grade(HFRS-2P)typically applied at a rate ranging from 0.35 to 0.40 82-15 Gal/SY,(over five miles haul distance from an approved site within City Limits),complete Gal N/A in place per applied rates and requirements Trap Rock(Basalt)Grade 5 Type E per specified gradation,decanted and la abrasion, 82-16 applied at approximately 150SY/CY,(over five miles haul distance from an approved site Ton N/A within City Limits),complete in place,haul,rolled,compacted,etc. Planing(Milling)(1""to 11/4")complete in place with all preparation,milling operations, 82-17 SY 375,000 $ 2.90 $ 1,087,500.00 hauling,etc. 82-18 Planing(Milling)Additional(1")complete in place with all preparation,milling operations, SY 37,500 $ 1.00 $ 37,500.00 hauling,etc. B2-19 Proof Rolling complete in place with equipment,operator,etc. Hour 400 $ 167.00 $ 66,800.00 Surface Treatment-HMAC,Type"D"per square yard/inch(one to five miles haul 82-20 distance from an approved site within City Limits)complete in place with tack coat(SS- SY/IN 281,250 $ 6.60 $ 1,856,250.00 11-1),placement,compaction,curing,hauling,etc. Surface Treatment-HMAC,Type"D"per square yard/inch(over five miles haul distance 82-21 from an approved site within City Limits)complete in place with tack coat(SS-1H), SY/IN 281,250 $ 6.75 $ 1,898,437.50 placement,compaction,curing,hauling,etc, 82-22 Allowance for unanticipated Street Improvements LS 1 $ 10,000.00 $ 10,000.00 Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item 82-01 through 82-22) $ 9,110,675.00 f if f Bid Form Exhibit A 00 30 01-Page 2 of 4 Addendum No.7 Citywide Street Overlay and Seal Coat IDICI Project-Pilot Program Project No.E12215 Attachment No.1 I P i Item Estimated Extended Description Unit Unit Price —No. I Quantity Amount Part C-Concrete Activities(Curb&Gutter/Driveways/Sidewalks etc.) Removal and Replacement of multiple small segments of concrete Curb&Gutter, C2-01 complete in place with demo,disposal,forms,rebar,concrete,compaction,curing,finish, LF 300 $ 110.00 33,000.00 etc. C2-02 Removal and Replacement of 6"concrete driveway approaches, complete in place with SF 700 $ 22.25 $ 15,575.00 demo,disposal,forms,rebar,concrete,compaction,curing,finish etc. Replacement of stamped 6"concrete driveway approaches, complete in place with C2-03 SF 100 $ 44.50 $ 4,450.00 demo,disposal,forms,rebar,concrete,curing,compaction,finish,etc. Replacement of"washed"6"concrete driveway approaches, complete in place with C2-04 SF 100 $ 44.50 4,450,00 demo,disposal,forms,rebar,concrete,compaction,curing,finish etc. — C2-05 Replacement of driveway approaches,complete in place with High Early Strength 6" SF 150 $ 33.35 $ 5,002.50 Concrete complete in place with activity C-03 above -up maintenance and removal 1,110.00 5,550.00 C2-06 Temporary Driveway Access;set , EA 5 $ Removal of and Replacement of 4"Concrete Sidewalk&Bike paths,complete in place C2-07 SF 500 $ 22.25 $ 11,125.00 with all demo,hauling,disposal,etc. — New 4"Concrete Sidewalk&Bike paths, complete in place with demo,disposal,forms, C2-08 SF 100 22.25 $ 2,225.00 rebar,concrete,compaction,curing,finish,etc. — C2-09 Concrete Saw Cutting 4"Depth,complete in place LF 500 $ 11.10 5,550,00 C2-10 Concrete Saw Cutting Additional I"Depth,complete in place LF 250 $ 4.45 $ 1,112.50 C2-11 Concrete Joint Repairs for concrete roadways,removal and replacement,complete in LF 250 $ 22.00 $ 5,500.00 place with removal,cleaning,disposal,and placement of new joint material,etc. C2-12 Allowance for unanticipated Concrete improvements LS 1 $ 5,000.00 $ 5,000.00 Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item C2-01 through C2-12) $ 98,540.00 Part D-Minor Utility Adjustments(Manhole Ring&Cover/Valve Boxes etc.) Sanitary Sewer Manhole Ring&Cover Adjustment,including New Manhole Ring&Cover Assembly with New Height Adjustment Rings,Stainless Steel Inflow Inhibitor and with D2-01 EA 125 $ 2,205.00 $ 275,625.00 Concrete Collar,complete in place with demo,disposal,forms,rebar,concrete,curing, compaction,finish,etc. Storm Water Manhole Ring&Cover Adjustment,including New Manhole Ring and Cover D2-02 Assembly with New Concrete Collar,complete in place with demo,disposal,forms,rebar, EA 125 $ 2,000.00 $ 250,000.00 concrete,curing,compaction,finish etc. Water Valve Adjustment with Concrete Collar,complete in place with demo,disposal, D2-03 forms,rebar,concrete,compaction,finish,etc. EA 75 $ 1,110.00 83,250.00 D2-04 Replacement of Concrete Collars with High Early Strength Concrete(in addition to unit EA 600 $ 44.50 $ 26,700.00 price),complete in place with activity D-01 or D-02 above D2-05 Allowance for unanticipated Wastewater,Water and Stormwater improvements LS 1 $ 5,000.00 $ 5,000.00 Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item D2-01 through D2-05) 640,575.00 Bid Form Exhibit A 00 30 01-Page 3 of 4 Addendum No,7 Citywide Street Overlay and Seal Coat IDIQ Project-Pilot Program Project No.E12215 Attachment No. 1 Item Estimated Extended No Description Unit Quantit) Unit Price Amount Part E-ADA Improvement Activities(Ramps/Approaches etc.) E2-01 Removal and Replacement of concrete Curb&Gutter Returns adjacent to ADA Ramps, 600 $ 55.50 $ 88 , LF 1 ,800.00 complete in place with demo,disposal,forms,rebar,concrete,etc. — Removal and Replacement of 4"Concrete Sidewalk approaches to ADA Ramps,complete E2-02 SF 12,800 $ 22,25 $ 284,800 in place with demo,disposal,forms,rebar,concrete,etc. .00 E2-03 New ADA TDLR Compliant Concrete Curb Ramp and Landings;complete in place with SF 80 $ 2,225.00 $ 178,000.00 demo,disposal,forms,rebar,concrete,delineators,etc. Remove and Replace ADA curb Ramps and Landings not in compliance with TDLR with E2-04 SF 80 $ 3,335.00 $ 266,800.00 demo,disposal,forms,rebar,concrete,delineators,etc. E2-05 New 4"Wide Concrete Header Curb(0 to 6"high)for offset elevation changes,complete LF 250 $ 67.00 $ 16,750.00 in place with demo,disposal,forms,rebar,concrete,compaction,curing,finish,etc. — E2-06 Allowance for unanticipated ADA Improvements LS 1 $ 5,000.00 5,000.00 Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item E2-01 through E2-06) $ 840,150.00 Contract Duration(Note 2) H Bidder agrees to reach Substantial Completion for Delivery Order 1 T 90 days I Bidder agrees to reach Final Completion in 105 days Notes 1 All bid items include the required labor,materials and equipment for the construction activities shown for a typical 365 calendar performance period 2 This an Indefinite Delivery Indefinite Quantity(IDIQ)Contract with a 365 calendar day base year with four(4)1-year optional extensions. Each Delivery Order will include a specific performance period and cost based on the contract bid prices and quantities approved by the engineer and city. 3 This contract allows for an annual economic adjustment to the unit prices based on approved City indexes in January each year. rr Bid Form Exhibit A 00 30 01-Page 4 of 4 Addendum No,7 Citywide Street Overlay and Seal Coat IDIQ Project-Pilot Program Project No. E12215 Attachment No.1 Jf 00 30 01 BID FORM EXHIBIT A-BASE BID 3(COMBINED SEAL COATS AND OVERLAYS) Project: Citywide Street Overlay&Sealcoat UQ Program-Pilot Program BID SCHEDULE-Part A,Project No.E12215 Owner: City of Corpus Christi,Texas Bidder: Haas-Anderson Construction,Ltd. OAR: Designer: R.H.Shackelford,Inc. Basis of Bid Item Estimated Extended Description Unit I Unit Price NO. I I Quantity Amount I Items in Base Bid per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT Part A-General Activities(Mob/Demob,Traffic Controls,Markings&Profilograph Services) A3-01 Mobilization/Bonds/Insurance;(not to exceed 5%of total bid amount)to be authorized for LS 1 $ 900,000,00 $ 900,000m payment concurrent with overall progress A3-02 Traffic Control and SWPPP,Residential Streets;set-up,maintenance and removal,complete in EA 150 $ 1,130,00 $ 169,500.00 place per residential street A3-03 Traffic Control and SWPPP,Collector Streets;set-up maintenance and removal,complete in EA 60 $ 3,395.00 $ 203,700.00 place per collector street A3.04 Traffic Control and SWPPP,Arterial Streets;set-up maintenance and removal,complete in place EA 30 $ 4,525.00 $ 135,750.00 per arterial street A3-05 Ozone Days DAY 5 3,395.00 16,975.00 A3-06 Pavement Marking,Reflectorized Thermoplastic,Type 1,90 mill thickness(W)(8")(Solid), LF 30,000 0.50 15,000.00 complete in place with all surface preparation,application,etc. A3-07 Pavement Marking,Reflectorized Thermoplastic,Type 1,90 mill thickness (W)(4")(Broken), LF 60,000 $ 0.50 $ 30,000.00 complete in place with all surface preparation,application,etc. A3-08 Pavement Marking,Reflectorized Thermoplastic,Type 1,90 mill thickness(Y)(4")(Solid), LF 150,000 $ 0.50 $ 75,000.00 complete in place with all surface preparation,application,etc. A3-09 Raised Pavement Markers(Reflectorized),Type IC,IIAA,or IIC-R,as applicable complete in place EA 2,500 4.50 $ 11,250.00 with all surface preparation,application,etc. Speed Humps,marked with Thermoplastic,Type C,with no preheating or asphalt required,125 A3-10 EA 40 2,375.00 95,000.00 mill,complete in place with all surface preparation,application,etc, A3-11 Pavement Markings(White 24""Stop Bar"Markings),complete in place with all surface LF 1,000 $ 15.85 $ 15,850.00 preparation,application,etc. A3-12 Pavement Markings(Crosswalk Markings),complete in place(total width of crosswalk) LF 3,000 $ 56.50 $ 169,500.00 complete in place with all surface preparation,application,etc. A3.13 IPavement Markings White"ONLY",complete in place with all surface preparation,application, EA so $ 28100 $ 14,150,00 etc. �Pavement Markings White Turn Arrow Markings(Right,Left,Straight),complete in place with A3-14 EA 100 $ 221.GO $ 22,100.00 all surface preparation,application,etc. A3-15 Curb Painting(Yellow No-Parking Zone),complete in place with all surface preparation, LF 1,000 $ 3,40 $ 3,400.00 applications,etc. A3-16 Curb Painting(Red Fire Zone),complete in place with all surface preparation,applications,etc. LF 1,000 $ 3,40 $ 3,400,00 A3-17 Computerized Profilograph Services to include street surface evaluations with calibrated vehicle HR 250 $ 225.00 $ 56,250.00 and equipment and approved reports Landscape improvements,complete in place including 4"clean Top Soil,Sod,excavation, A3-18 SY 150 $ 115.00 $ 17,250.00 backfill,compaction,with established growth A3-19 Door Hangars,complete in place delivered to the business and residences(two per property) LS 1 $ 30,000.00 $ 30,000.00 A3-20 Type 1 Self-Supported Temporary Sediment Control Fence, complete in place,maintained and LF 2,750 $ 11.30 $ 31,075.00 removed A3-21 Temporary Erosion Control Log,complete in place,maintained and removed EA 950 $ 34.00 $ 32,300.00 A3-22 Street Sweeping,complete in place per curb mile Mile 67 $ 700.00 $ 46,900.00 A3-23 Irrigation System Allowance and Miscellaneous Planting Allowance LS 1 $ 4,000.00 $ 4,000.00 A3-24 Allowance for unanticipated General Improvements LS 1 $ 10,000.00 $ 10,000m Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item A3-01 through A3-24) 2,108,350.00 Bid Form Exhibit A 00 30 01-Page 1 of Addendum No.7 Citywide Street Overlay and Seal Coat IDIQ Project-Pilot Program Project No.El 2215 Attachment No.1 fl Item Description Unit I Estimated Unit Price No. uan ti Extended Q Amount Part B-HMAC and Road Base Improvement Activities Subgrade Repair up to 2"Depth(Cold/Hot)HMAC complete in place with excavation/removal, 133-01 SY/IN 31,500 5 13.35 $ 420,525.00 placement,compaction etc. 133-02 Subgracle Repair up to 6"Depth(cement stabilization)complete in place with SY 31,500 $ 15.65 $ 492,975.00 excavation/removal,placement,compaction etc. Cement stabilized base with typically 4%cement,existing limestone base,3-6 inches,complete 133-03 SY 31,500 $ 9.35 $ 294,525.00 in place with all grading,mixing,compaction,etc. E13-04 TX5-475 Triaxial Geogrid,complete in place with material and proper placement SY 31,500 $ 3.90 $ 122,850.00 133-05 Base Repair,Upper 2"Depth(limestone)complete in place with excavation/removal, SY 126,000 $ 8.50 $ 1,071,000.00 placement,compaction etc. 133-06 Base Repair,Additional V Depth(limestone)complete in place with excavation/removal, SY 453,000 $ 4.00 $ 1,812,000.00 placement,compaction etc. 83-07 HMAC Saw Cutting 2"Depth,complete in place LF 10,000 $ 2.45 $ 24,500.00 133-08 HMAC Saw Cutting Additional 1"Depth,complete in place LF 38,750 $ 1.20 $ 46,500.00 133-09 Patching/Small Area Surface Restoration-HMAC,Type"D"per square yard/inch complete in SY/IN 252,000 $ 12.15 $ 3,061,800.00 place with small equipment placement,compaction,curing,hauling,etc. 83-10 Crack Seal complete in place with all surface preparation and application LF 32,425 $ 4.90 $ 158,882.50 Asphalt material,AC-15P,for Sealcoat Per Single Course(one to five miles haul distance from an 83.11 approved site within City Limits)complete in place with all surface preparation,application, Gal 56,063 $ 4,00 $ 224,252.00 ,curing,rolling/compaction,etc. Emulsion Cationic Grade(HFRS-2P)typically applied at a rate ranging from 0.35 to 0.40 Gal/SY, 83-12 (one to five miles haul distance from an approved site within City Limits),complete in place per Gal 43,125 $ 4.30 $ 185,437.50 applied rates and requirements Trap Rock(Basalt)Grade 5 Type E per specified gradation,decanted and la abrasion,applied at 133-13 approximately 150SY/CY,(one to five miles haul distance from an approved site within City Ton 2,130 $ 143.00 $ 304,590.00 Limits),complete in place,haul,rolled,compacted,etc. Asphalt material,AC-15P,for Sealcoat Per Single Course(over five miles haul distance from an 133-14 approved site within City Limits)complete in place with all surface preparation,application, Gal 56,063 $ 4.00 $ 224,252.00 curing,rolling/compaction,etc. Emulsion Cationic l Grade(HFRS-2P)typically applied at a rate ranging from 0.35 to 0.40 Gal/SY, 83-15 1(over fiv miles distance from an approved site within City Limits),complete in place per Gal 43,125 $ 4.30 $ 185,437.50 applied rates and requirements JTrap Rock(Basalt)Grade 5 Type E per specified gradation,decanted and la abrasion,applied at 133-16 approximately 1505Y/CY,(over five miles haul distance from an approved site within City Ton 2,130 $ 155.00 $ 330,150.00 Limits),complete in place,haul,rolled,compacted,etc. B3.17 JPlaning(Milling)(1"to 11/4")complete in place with all preparation,milling operations, SY 375,000 $ 2,90 $ 1,087,500.00 hauling,etc. — — I B3-18 IPlaning(Milling)Additional(V)complete in place with all preparation,milling operations, SY 37,500 $ 1.00 $ 37,500.00 hauling,etc. — — 83-19 JProof Rolling complete in place with equipment,operator,etc. Hour 450 $ 169.00 $ 76,050,00 Surface Treatment-HMAC,Type V'per square yard/inch(one to five miles haul distance from B3-20 an approved site within City Limits)complete in place with tack coat(SS-11-1),placement, SY/IN 281,250 $ 6,60 $ 1,856,250.00 compaction,curing,hauling,etc. Surface Treatment-HMAC,Type"D"per square yard/inch(over five miles haul distance from 133-21 an approved site within City Limits)complete in place with tack coat(SS-1H),placement, SY/IN 281,250 $ 635 $ 1,898,437.50 compaction,curing,hauling,etc. 133-22 Allowance for unanticipated Street Improvements LS 1 $ 25,000L90 25,000.00 Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item 133-01 through B3-22) $ 13,940,414.00 Bid Form Exhibit A 00 30 01-Page 2 of 4 Addendum No,7 Citywide Street Overlay and Seal Coat IDIQ Project-Pilot Program Project No.E12215 Attachment No.1 Item Description Unit Estimated � Unit Price Extended Na. Quantity Amount Part C-Concrete Activities(Curb&Gutter/Driveways/Sidewalks etc.) 0-01 Removal and Replacement of multiple small segments of concrete Curb&Gutter,complete in LF 400 $ 121.00 $ 48,400.00 place with demo,disposal,forms,rebar,concrete,compaction,curing,finish,etc. Removal and Replacement of 6"concrete driveway approaches, complete in place with demo, 0-02 SF 1,000 $ 2430 $ 24,300.00 disposal,forms,rebar,concrete,compaction,curing,finish etc. 0-03 Replacement of stamped 6"concrete driveway approaches, complete in place with demo, SF 200 $ 48.65 $ 9,730.00 .disposal,forms,rebar,concrete,curing,compaction,finish,etc. 0-04 Replacement of"washed"6"concrete driveway approaches, complete in place with demo, SF 200 $ 4&65 $ 9,730,00 disposal,forms,rebar,concrete,compaction,curing,finish etc. C3-05 Replacement of driveway approaches,complete in place with High Early Strength 6"Concrete SF 150 $ 36.50 $ 5,475.00 complete in place with activity C-03 above C3.06 Temporary Driveway Access;set-up,maintenance and removal EA 8 $ 1,215.00 $ 9,720.00 0-07 Removal of and Replacement of 4"Concrete Sidewalk&Bike paths,complete in place with all SF 600 $ 24.30 $ 14,580.00 demo,hauling,disposal,etc. C3-08 New 4"Concrete Sidewalk&Bike paths, complete in place with demo,disposal,forms,rebar, SF 200 $ 2430 $ 4,860.00 Iconcrete,compaction,curing,finish,etc. 0-09 Concrete Saw Cutting 4"Depth,complete in place LF 700 $ 12.15 $ 8,505,00 C3-10 Concrete Saw Cutting Additional I"Depth,complete in place LF 350 $ 4.90 $ 1,715.00 C3-11 Concrete Joint Repairs for concrete roadways,removal and replacement,complete in place LF 350 $ 24.30 $ 8,505.00 with removal,cleaning,disposal,and placement of new joint material,etc. C3-12 Allowance for unanticipated Concrete improvements LS 1 $ 6,500.00 $ 6,500.00 Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item C3-01 through C3-12) $ 152,020.00 Part D-Minor Utility Adjustments(Manhole Ring&Cover/Valve Boxes etc.) Sanitary Sewer Manhole Ring&Cover Adjustment,including New Manhole Ring&Cover D3-01 Assembly with New Height Adjustment Rings,Stainless Steel Inflow Inhibitor and with Concrete EA 175 $ 2,430.00 $ 425,250.00 Collar,complete in place with demo,disposal,forms,rebar,concrete,curing,compaction, finish,etc. Storm Water Manhole Ring&Cover Adjustment,including New Manhole Ring and Cover D3-02 Assembly with New Concrete Collar,complete in place with demo,disposal,forms,rebar, EA 175 $ 2,190.00 $ 383,250.00 ,concrete,curing,compaction,finish etc. D3-03 lWater Valve Adjustment with Concrete Collar,complete in place with demo,disposal,forms, EA 125 $ 1,215.00 $ 151,875.00 rebar,concrete,compaction,finish,etc. D3-04 lReplacement of Concrete Collars with High Early Strength Concrete(in addition to unit price), EA 1,100 $ 50.00 $ 55,000.00 complete in place with activity 0-01 or D-02 above D3-05 Allowance for unanticipated Wastewater,Water and Stormwater improvements LS 1 $ 7,500.00 $ 7,500.00 Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item D3-01 through D3-05) $ 1,022,875.00 Bid Form Exhibit A 00 30 01-Page 3 of 4 Addendum No.7 Citywide Street Overlay and Seat Coat IDIQ Project-Pilot Program Project No.E12215 Attachment No.1 Mr, Item Description Unit Estimated Unit Price Extended No. Quantity Amount Part E-ADA Improvement Activities(Ramps/Approaches etc.) Removal and Replacement of concrete Curb&Gutter Returns adjacent to ADA Ramps, E3-01 complete in place with demo,disposal,forms,rebar,concrete,etc. LF 1,600 $ 60.80 $ 97,280.00 E3-02 Removal and Replacement of 4"Concrete Sidewalk approaches to ADA Ramps,complete in SF 12,800 $ 24.30 $ 311,040.00 place with demo,disposal,forms,rebar,concrete,etc. E3-03 New ADA TDLR Compliant Concrete Curb Ramp;complete in place with demo,disposal,forms, SF 80 $ 2,430.00 $ 194,400.00 rebar,concrete,delineators,etc. E3-04 Remove and Replace ADA curb ramps not in compliance with TDLR with demo,disposal,forms, SF 80 $ 3,650.00 $ 292,000M rebar,concrete,delineators,etc. E3-05 New 4"Wide Concrete Header Curb(0 to 6"high)for offset elevation changes,complete in LF 250 73.00 $ 18,250.00 place with demo,disposal,forms,rebar,concrete,compaction,curing,finish,etc. ...................... E3-06 Allowance for unanticipated ADA Improvements LS 1 $ 5,000m $ 5,000.00 J Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item E3-01 through E3-06) $ 917,970.00 Contract Duration(Note 2) F---H---f-Bidder agrees to reach Substantial Completion for Delivery Order 1 90 days I Bidder agrees to reach Final Completion in 105 days Notes I All bid items include the required labor,materials and equipment for the construction activities shown for a typical 365 calendar performance period This an Indefinite Delivery Indefinite Quantity(ID1Q)Contract with a 365 calendar day base year with four(4)1-year optional extensions. Each Delivery Order will include a 2 pecific performance period and cost based on the contract bid prices and quantities approved by the engineer and city. 3 This contract allows for an annual economic adjustment to the unit prices based on approved City indexes in January each year, Bid Form Exhibit A 00 30 01-Page 4 of 4 Addendum No.7 Citywide Street Overlay and Seal Coat IDIQ Project-Pilot Program Project No.E12215 Attachment No.1 If . . ~ 003001 BID FORM EXHIBIT ASUMMARY Project: Citywide Street Overlay&Sealcoat IDIQ Program-Pilot Program BID SCHEDULE-Part A,Project No.E12215 Owner: City of Corpus Christi,Texas Bidder: Haas-Anderson Construction, Ltd. Designer: R.H.Shackelford,Inc. Basis of Bid 1 Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item Al-01 through A1-24) NO BID Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item Bl-01 through 131-22) NO BID Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item Cl-01 through C1-12) NO BID Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item Dl-01 through D1-05) NO BID Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item El-01 through E1-06) NO BID T-Total Base Bid 1 NO BID Basis of Bid 2 Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item A2-01 through A2-24) $ 1,131,021.00 Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item 132-01 through 132-22) $ 9,210,675.00 Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item C2-01 through CZ-12) $ 98,540.00 Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item D2-01 through D2-05) $ 640,575.00 Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item E2-01 through E2-06) $ 840,150.00 Total Base Bid 2 $ 11,920,961.00 Basis of Bid 3 Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item A3-01 through A3-24) $ 2,108,350.00 Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item 133-01 through 133-22) $ 13,940,414.00 Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item 0-01 through 0-12) $ 152,020.00 Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item D3-01 through D3-05) $ 1,022,875.00 Total Base Bid Items Amount(Sum of Extended Amounts for each Base Bid Line Item E3-01 through E3-06) $ 917,970.00 T Total Base Bid 3 $ 18,141,629.00] l|AAQ,ANDERSON CONSTRUCTION LTD. Herewith certifies that the unit prices shown onthis print-out for bid items(including any additive or deductive alternates)contained in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this phnt-out. HAAS-ANDERSON CONSTRUCTION LTD.Acknowledges � and agrees that the Total Bid Amount shown will be read as its Total Bid and further agrees that � the official Toll Bid amount will be determined by multiplying the unit bid price shown in this print out hythe respective estimated quantities totaling the extended amounts. (SiQnagune) ~c Prpa;dem!, Haas-Anderson Management, LC, P, 6,���� � ' Title Cmme»wt ��Partner| ( � (D�o Bid Form Exhibit x OV3OO1 -Pagel of1 | AddendumNo.7 Citywide Street Overlay and Seal Coat|D|Q Project-Pilot Program Project No. E12215 Attachment No. 1 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 E12215 Citywide Street Overlay and Sealcoat Indefinite Delivery/indefinite Quantity Program - Pilot Program ("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 13 day of November , 2013. Haas-Anderson Construction, Ltd. (Principal) By. C, vaf Partner Travelers Casualty and Surety Company of America Kerry J. W-69d-s, Attorney-in-Fact WARNING:THIS POWER OF A11ORNEY IS INVAUDW11HOU F THE RED BORDER POWER OF XrTORNEY TRAVELERS wF@ Farmington Casualty Cmnpaiq St,Paul Mercury Insurance C.onipany Fidelity and(;uaranty Insurance Cornpany 'Travelers Casualty and Surety('0111pany Fid0ity and Guaranty Insurance Underwriters,Ine. Travelers Casualty and Surety Company ol'Auierica St. Paid Fire and Marine Insurance Company United States Fidelity and(,uaranty Company St.Paal Guardian Insurance Company Attorney-In Fact No. 225516 Certificate No. 005021972 KNOW AJA,MEN BY THESE PRESEN TS:I'hai St,Pan]Frw and Marines Insurance Company,St.Paul GLKU-diM1 111SUrancc Corripsmy and St.Paul Mercury InStItAllCe C.onipany are corporations duly organi�;ed under the kovs ot'llic State of'Nfinusota,that Farmington Casualty Company,1'ravelers Casualty and Stnety Company,and ,Travelers Casuahy and Surely Company of America are corporations(1111),orgm)iZed u1n,h."l the hovs of file Spate of Connecticut,than United Stat"Fidelity atid Guaranly Company is a corporation duly organized under the Lvws of the Stale of Maryland,that Fidelity and Guaranty Insurance Company is a corporation cftfly or-anized un&a the laws of the State ot'lowa,and that Fidelity and Guaranty Insuiance Undelvriiers, Inc., is a corporalion duly organized under the paws of tire State of Wisconsin Oterern collectively cafled the"C"otriparlies"),and that the Comparries do herehy wake,Constitute'arld appoint Betty J.Baxter, Kevin G. Keetch,Kerry J.Woods,Tracie Henderson,and Lonna Pokrant of tile("try of --co-rPus Uld Sti . ......... Stare of""' ex"A's their true and lawltri Atromeyls)-in-Fact, other writings obligatory in the nature 1hewol,on heladH of the Comp"'Inies in their blrsfiless of gumanteeilo, the fidelity of Persons, guaranteeing the pedorniance 4 contracts and execuring or guaranteeing hands and undcmakfiqp require'd or peltrit(ed in any carom or pre ceedillp allowed Fly Law, IN WITNESS WHEREOF,the Conq-l�,luies fwvc Caused ihis itimt-urtlent to he si,owd and their corporate seak to be hereto affixed,this 5th--............................ day of__September 1 2012 ............ ............................. Farmington Casualty Conipany St.fatal Mercury Insurance Company Fidelity and Guaranty Insurance Cornpany 'Travelers Casualty and Surety Company Fidelity and Guaranty insurance Underwriters,lice, Travelers Casualty and Surety Company of America St,Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company N M TFORD, I SEILL eo 0, ol k State of Connecticut B Cily of 1-hul9md ss. X, On this the 5th day of September 2012 ------ ............... .....................___............._ ........................... . ............ bei(me ine pelsonally appeared George W. 'Piorripson, who ackno ➢edged himself to he the Senior Vice President of Fartning�on CaSUafly Company, 1�41ehly and Gual'anty Ill'arrance Company,Fide'lity atid Guaranty In"tuance,I)nderwritcl ffiC- St. PaLd File and Marine Insunince Company, St. Paul Guatdian Instuance Compwiy, St Paul Merciny insurance Cornjmny, 'Fravehm; CasturIty and SLU-C'ly o Comparly,'Fravelm Casualty and Surety Cmnpan} of Amuck and Unired Slates Fidehty afflkj(,rjafffflfly('(fflq)any, and that he,as such, heing awhorized so to do, executed the foregoing instrument for the purpose",[hercin conlainod by signing;on hchalf Of Ifi•.LImporafions by hitw •fl as a duly authorize.d officer. In Witness Whereof,I licreumo set my hand and ofticanl seal. OTM . ..... My Commission expires the 30th daY of panne,20M L Noa, I IF, 58440-6-11 Prinled in U.S.A. WARNING:THIS POWER OF Al"T"ORNEY IS INVALID WI-1-HOU"f"THE RED BORDER 1W, STPAUL TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION GR 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 f or 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. FILED in the office of the Secretary of State of Te)(ae CERTTFICATE OF MWED PARTNERSHV OF DEC, 0 6 200, HAAS-AN*I)ERSON CONSTRUCTION I1, .LTD. CorPoratiOns SGCtion The underilgned, desiring to fbrTn &Limhcd Partntrship pucsuaiit to the Texas Revisal Limited Partnership Art is set forth in Article 61323.4 of the Tcxas Revised Civil Statute; ("Act"), does hereby certify: 1. Tli&riame of the firat-undcr which said Limited partnership is to be conduct.-d i3 HAAS-ANDERSON CONSTRUCTION fl, LTD, 2, The address of the registered office and the n=t� and address of jbo rcais%creil aLrenc for service of prrocess Is., R,ggstMe A DARRYL 0.jUAS 1401 HOLLY ROAD CORPUS CHRISn'l,TaAs 78415 S. The address of the principal office, in Oin United States where Partnership re md 1 are to be kept J.s 1461 HOLLY ROAD, CORPUS CIJRXSTI,TEXAS 79415, 4, The nAme, malting address, and street address of the business of each gcnnvo t partner is: Nitne res HAAS-ANDERSON MANAGFIMENT LX. 1401 HOLLY ROAD COMIS CEMSTI, TEXAS 7841 S IN WLTNL3S WHEREOF, the 1#crsigned has executed this Ccrdflcata of Liiniwd GENMAL PARTNER: HAAS-ANDERSON .MkNAGRMENT, L.C, By: IDARR HAAS, President G:W)AT,%M1JIota Atudtt,—\JIAC Lid C,rLna 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2,252 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. 0 Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of Bidder(includes parent company or majority owner)qualifies as a resident bidder whose principal place of business Is In the State of Texas. The Owner will use the Information provided In the State of Texas Comptroller's annual publication of other states'laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: A44 6n 1.) (typed or printed) By: (signature—attach evidence of authority to sign) Name: u Haas-Anderson Managemkliff printed) Title: a partner Business address: 6b&e %�o- +;,,, T 7167 Phone: Emaa il: END OF SECTION Compliance to State Law on Nonresident Bidders 003002-1 Corpus Christi Standards-Regular Projects 09-25-2013 003003 COMPLIANCE TO TEXAS SALES TAX CODE Comply with all requirements of the Texas Sales Tax Code. The Bidder hereby certifies that the Contract Price Is divided as follows: Tax exempt products,materials and services(See Notes I and 2) $ Tb Taxable products, materials and services(See Note 3) $ 7-1d Total(Total must equal the Contract Price) $ Bidder: Company Name: L4104 cDn" diak?., L+4 7(ty edorprinted) X"1 (signature—attach evidence of authority to sign) Name: (10, J%OW4, PreskieM, Haas-Anderson M ttd) Title: Ce,,ieW Partner Business address: Jb 9&� 761w"5�L Phone: 36,i-K3-Z357 Email: Notes: 1. Exempt products and materials are those Items purchased for the Project which are physically Incorporated Into the facilities constructed for the owner or are necessary and essential for the performance of the Work and are completely consumed at the Site. For purposes of this definition,products and materials are completely consumed If after being used once for Its Intended purpose It Is used up or destroyed. Products and materials rented or leased for use In the performance of the Work cannot he completely consumed for the purposes of this definition. 2. Exempt services are those services performed at the Site where the Contract expressly requires the specific service to be provided or purchased by the person performing the Work or the service Is Integral to the performance of the Work. 3. Products,materials,and services are not tax exempt If they are used by the Contractor but are not physically Incorporated Into the Owner's facilities or are not consumed by construction as defined above. Machinery or equipment and its accessories and repair and replacement parts used In the performance of the Work are not exempt, 4. The sum of the amount for tax exempt products,materials,and services and taxable products,materials,and services must equal the Contract Price. END OF SECTION Compliance to Texas Sales Tax Code 00 30 03-1 Corpus Christi Standards-Regular Projects 09-25-2013 i CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the low by H.B.1491, 80th Leg., Regular Session. OFFICEt1SEONLY This questionnaire Is being filed In accordance with Chapter 176 ao�o �Local Government Code 618 Rma"ed by a person who has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed w€th the records administratorof the local govemmental entity not iaterthan the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006,Local Government Cade. A person commits an offense If the person knowingly violates Section 176.006, Local Government Code.An offense underthis section is a Class C misdemeanor. 1 Name of person who has a business relationship with local governmental entity. 5 r a Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally pled questionnaire becomes Incomplete or Inaccurate.) 9 Name of local government officer w wttom filer has employment or business relationship. Name of Officer This section(item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-8),Local Government Code. Attach additional pages to this Form CIO as necessary. A. is the local government officer named in this section receiving or likely to receive taxable income,other than investment i Income, from the tiler of the questionnaire? *14- F1 Yes No f B. Is the filer of the questionnaire receiving or likely to receive taxable Income,other than Investment Income,from or at the direction of the local government officer named In this section AND the taxable Income is not received from the local governmental entity? �)IA © Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? A11A F-1 Yes 0 No D. Describe each employment or business relationship with the local government officer named In this section. )-D-1-3- Signature of person doing business with the governmental entity Crate �( I t f i f [ 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUNWI3It M H ASSItM80 iv Alo - CF-.NO D PY City of CITY OF CORPUS CZIR`1STI Chn'?stsi DISCLOSURE OF INTEREST f City of Corpus Christi Ordinance 171 12,as amended requires all persons or firms seekin to do business with the City to provide the following information. livery question must be answered. l the question is not applicable, answer with "NA'". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: -s `` 506 C011 5 trU P.O.BOX: STREET ADDRESS: IV- .- e f"® ;gyp; �S*117 1 i FIRM IS: 1. Corporation 2, Partnership 3. Sole(honer d 4. Association IJ 3. other DISCLOSURE QUESTIONS If additional space is necessag,please use the reverse side of this ppa� ge or attach separate sheet. I. State the names of each employee`" of the City of Corpus Christi having an "ownership interest" constituting,3%or more of the ownership in the above named firm. Name Job Title and City Department(if known) . YA_ __ i 2. State the names of each "official" of the City, of Corpus Christi having an ""ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Title 3. State the names of each'board member"of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee `r 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"farm." Name Consultant 1 1, l r FILING REQUIREMENTS Ifa 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 Vc i the matter is apparent. The disclosure shall also be fled official or employee in made in a signed writing filid with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that alt 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 1. promptly submitted to tCity of CQrpus Christ,Texas as changes occur. Certifying Person: 0 T ProsWenf, Haas-Anderson Management, LC, crypt- ) Signature of Certifying Date: it- L3 Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council ofthe City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi,Texas either on a full or part- time basis,but not as an independent contractor. d. "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 firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" re&rs 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. 003006 NON-COLLUSION CER*nFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Carpus Christi,Texas 1201 Leopard Street Carpus Christi,Texas 78401 CONTRACT: Citywide Street Overlay and Sealcoat Indefinite Dellvery/Indefinite quantity Program Pilot Program,Project No, E12215 Bidder certifies that the It has not been a party to any collusion among Bidders In the restraint of freedom of competition by agreement to submit a Bid at a fixed price orto 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 ietting of a contract. Company Name: , � (typed or printed) ,. (st pnature--attach evidence of authority to sign) Name: , Pr"-, >idpn m Hass.-Anderson Managem p printed) 1 Title: C 0 Partner Business address: m r Phone: �' Email: END OF SECTION l r Non-Collusion Certification 003006-1 Corpus Christi Standards-Regular Projects 09-25-2013 f r r , I 00 6113 PERFORMANCE BOND Bond No.: 105936536 `✓ Contractor as Principal Surety Name: Haas-Anderson Construction,Ltd. Name:Travelers Casualty and Surety Company of America I Mailing address(principal place of business): Mailing address (principal place of business): P.O. Box 7692 9601 McAllister Freeway, Suite 900 Corpus Christi,TX 78467 San Antonio, TX 78216 I Physical address (principal place of business): Owner 9601 McAllister Freeway, Suite 900 Name: City of Corpus Christi,Texas San Antonio, TX 78216 I Mailing address (principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Connecticut , I Corpus Christi,Texas 78401 ' By submitting this Bond,Surety affirms its authority to do business in the State of Texas and i Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): 210-525-3963 Citywide Street Overlay and Sealcoat Indefinite ,'f Delivery/Indefinite Quantity Program—Pilot Telephone(for notice of claim): 210-525-3963 Program Project No.E12215 Local Agent for Surety Name: Keetch &Associates I Award Date of the Contract: Address:P. O. Box 3280 December 17,2013 Corpus Christi, TX 78463-3280 Contract Price: 511,920.961.00(Base Bid#21 Bond Email: kwoods @keetchins.com Date of Bond: January 7, 2014 I The address of the surety company to which an (Date of Bond cannot be earlier than Award Date f any of the Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll free number:1-800-252-3439 1. be deemed an original. I CPerformance Bond 00 61 13-1 Citywide Street Overlay and Sealcoat ID/IQ#E12215 11-25-2013 I . 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 Princi' I Surety Signature: � �' Signature: / 1 , f I�J Name: .1)4.-) / Q "cx. Name: Kerry J. oods _ Title: President, Naas-Anderson Management,LC Title: Attorney-In-Fact _ _ G i eral Partner ' Email Address: .1 lad r®�(0,a, , rce, mss--- Email Address: kwoodskeetchins.com (Attach Power of Attorney and place surety seal below) END OF SECTION I ' Performance Bond 00 61 13-2 Citywide Street Overlay and Sea Icoat ID/IQ#E12215 11-25-2013 I , , I 00 61 16 PAYMENT BOND Bond No.: 105936536 ✓ Contractor as Principal Surety Name: Haas-Anderson Construction. Ltd. Name:Travelers Casualty and Surety Company of America Mailing address(principal place of business): Mailing address(principal place of business): P.O. Box 7692 9601 McAllister Freeway, Suite 900 ,r Corpus Christi,TX 78467 San Antonio, TX 78216 I Physical address(principal place of business): Owner 9601 McAllister Freeway, Suite 900 San Antonio, TX 78216 1 Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Connecticut Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): 210-525-3963 Citywide Street Overlay and Sealcoat Indefinite Delivery/Indefinite Quantity Program—Pilot Telephone(for notice of claim): 210-525-3963 Program Proiect No. E12215 Local Agent for Surety Name: Keetch &Associates Award Date of the Contract: Address: P. O. Box 3280 December 17, 2013 Corpus Christi, TX 78463-3280 Contract Price: $11,920,961.00(Base Bid#21 Bond Telephone: 883-3803 Date of Bond: January 7, 2014 ‘.' 1 (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies,each one of which shall following toll free number:1-800-252-3439 be deemed an original. C Payment Bond Form 00 61 16-1 Citywide Street Overlay and Sealcoat ID/IQ#E12215 11-25-2013 ii rr r. Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves,and their heirs,administrators,executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall r 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. ow- Contractor as Prin • al Surety Signature: Signatu re: W4. wo rt V— L Name: !2_ /P/o. a Name: Title: Kerry J. oods Attorney-In-Fact Titlepcycid€p4 Raas-Ar1diarcon Management, , — EmaitettlxistRartner Email Address: kwoods @keetchins.com •••• cx•-r - it-.....k..tlerrs;4-e" (Attach Power of Attorney and place surety seal below) ■ END OF SECTION Payment Bond Form 00 61 16-2 Citywide Street Overlay and Sealcoat ID/IQ#E12215 11-25-2013 . 0 DATE A D CERTIFICAT OF LIABILITY INSURANCE 1/7/2014�D THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must 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 NAME:CONTACT Debbie Trees Swantner&Gordon Insurance Agency PHONE FAX gg No.Exn:361-561-3932 (A/C,No):361-84 -0101 P 0 Box Higginbotham Company ADDDREss:dtrees(s-gins.com Corpus Christi TX 78403-0870 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A The Travelers Indemnity Co of Amer 25666 INSURED HAASA INSURER B:Travelers Property Casualty Co of A 25674 Haas-Anderson Construction Ltd ,/ INSURER C:Starr Indemnity&Liability&Co. 38318 Attn: Darryl Haas V INSURER D:The Travelers Indemnity Co of CT 25682 P.O.Box 7692 Corpus Christi TX 78467-7692 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:148815488 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSUNCE INSR WVD POLICY NUMBER (MM/DD/YYYY) (MMIDD/YYYY) UNITS A GENERAL UABIUTY CO4D398656 / 9/1/2013 9/1/2014 EACH OCCURRENCE $1,000,000 GE TO RENTED X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence) $300,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 / GENERAL AGGREGATE $2,000,000 V GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 7 POLICY X JEC LOC $ B AUTOMOBILE UABIUTY BA3D892937/ 9/1/2013 9/1/2014 G(MBBIINEEDCSINGLE LIMIT $1,000,000 X ANY AUTO f BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) $ C UMBRELLA UAB X OCCUR 1000020318 / 9/1/2013 D/1/2014 EACH OCCURRENCE _ $10,000,000 X EXCESS UAB CLAIMS-MADE / " AGGREGATE $10,000,000 j� DED RETENTION$ V $ D WORKERS COMPENSATION UB4D402822 9/1/2013 9/1/2014 X WC STATU- OTH- AND EMPLOYERS'UABILITY TORY LIMITS ER i ANY PROPRIETOR/PARTNER/EXECUTIVE Y© N/A E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space is required) See Attached Acord 101 See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi-Engineering ACCORDANCE WITH THE POLICY PROVISIONS. Attn:Construction Contract Admin. P.O. Box 9277 AUTHORIZED REPRESENTATIVE Corpus Christi TX 78469-9277 I ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: HAASA LOC#: ---•"'"N Ac D ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Swantner&Gordon Insurance Agency Haas-Anderson Construction Ltd POUCY NUMBER Attn: Darryl Haas P. O. Box 7692 Corpus Christi TX 78467-7692 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE The Commercial General Liability Policy includes a blanket automatic additional insured endorsement that provides additional insured status only when there is a written contract requires such status. If the written contract requiring insurance specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis,this insurance is primary to"other insurance"available to to the additional insured. Form CG D6 04 05 10-Blanket Additional Insured(Contractors)/Form CG D3 16 11 11 -Contractors Xtend Endorsement(Blanket Additional Insured-Owners,Managers or Lessors of Premises; Blanket Additional Insured-Lessors of Lease Equipment;Blanket Additional Insured-State or Political Subdivisions-Permits) The General Liability policy includes CG2032 04/13-Additional Insured-Engineers,Architects or Surveyors Not Engaged by the Named Insured-Any person or organization that you agree in a"written contract requiring insurance"to include as an additional insured on this Coverage Part. The Commercial General Liability policy includes a primary and non-contributory provision only when there is a written contract that requires it. Form CG D3 16 11 11 -Contractors Xtend Endorsement The Commercial General Liability Policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract that requires it. Form CG D3 16 11 11 -Contractors Xtend Endorsement The Commercial General Liability Policy includes an endorsement providing 30 days'notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium.Form IL T4 00 12 09 Designated Entity-Notice of Cancellation/Nonrenewal Provided by Us The Commercial General Liability policy includes Form CG D3 16 11 11 -Contractors Xtend Endorsement.Contractual Liability-With respect to operations preformed within 50 feet of railroad property,the definition of insured contract in Section V Definitions 9."Insured Contract"Item c.is amended to read"Any easement of license agreement"and Item f.(1)is removed. The Business Auto Policy includes a blanket automatic additional insured endorsement that provides additional insured status when there is a written contract that requires such status. Form CA T3 53 03 10-Business Auto Extension Endorsement The Business Auto Policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract that requires it. Form CA T3 53 03 10-Business Auto Extension Endorsement The Business Auto Policy includes an endorsement providing 30 days'notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium. Form CA T3 25 09 00-Notice of Cancellation The Business Auto Policy includes Endorsement for Motor Carrier Policies of Insurance for Public Liability Under Sections 29&30 of the Motor Carrier Act of 1980-MCS-90(Rev.4-00)(Rev.09-08) The Business Auto policy includes Endorsement CA 2070 10/01 -Coverage for Certain Operations in Connection with Railroads The Workers Compensation Policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract that requires it. Form WC420304A-Texas Waiver of Our Right to Recover from Others Endorsement The Workers Compensation Policy includes an endorsement providing 30 days'notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium.WC420601(00)-Texas Notice of Material Change Endorsement The Workers Compensation Policy includes Longshore and Harbor Workers'Compensation Act Coverage Endorsement Form WC000106A V Project:Citywide Street Overlay and Sealcoat Indefinite Delivery/Indefinite Quantity ty Pro ram-Pilot Program-Project No. E12215 ACORD 101(2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD • Haas-Anderson Construction Ltd C04D398656 COMMERCIAL GENERAL LIABILITY 09/01/13-14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED — (Section II) is amended erations endorsement CG 20 37, without to include any person or organization that you an edition of such endorsements speci- agree in a "written contract requiring insurance"to fled; include as an additional insured on this Coverage the person or organization is an additional in- Part. However, the person or organization is only sured only if the injury or damage is caused, an additional insured with respect to liability for in whole or in part, by acts or omissions of "bodily injury", "property damage" or"personal in- you or your subcontractor in the performance jury" and as described in Paragraph a), b) or c) of "your work" to which the "written contract below, whichever applies: requiring insurance" applies. a) If the "written contract requiring insurance" c) If neither Paragraph a) nor b) above applies: specifically requires you to provide additional insured coverage to that person or organiza- i. The person or organization is an addi- tion by the use of: tional insured only if, and to the extent that, the injury or damage is caused by i. The Additional Insured — Owners, Les- acts or omissions of you or your subcon- sees or Contractors — (Form B) endorse- tractor in the performance of "your work" merit CG 20 10 11 85; or to which the "written contract requiring in- ii. The Additional Insured — Owners, Les- surance" applies; and sees or Contractors — Scheduled Person ii. The person or organization does not qual- Or Organization endorsement CG 20 10 ify as an additional insured with respect to 10 01 and the Additional Insured — Own- the independent acts or omissions of ers, Lessees or Contractors —Completed such person or organization, Operations endorsement CG 20 37 10 01; 2. The insurance provided to the additional insured by this endorsement is limited as follows: the person or organization is an additional in- sured only if the injury or damage arises out a) In the event that the Limits of Insurance of of "your work" to which the "written contract this Coverage Part shown in the Declarations applies. exceed the limits of liability required by the requiring insurance" "written contract requiring insurance", the in- b) If the "written contract requiring insurance" surance provided to the additional insured specifically requires you to provide additional shall be limited to the limits of liability required insured coverage to that person or organiza- by that "written contract requiring insurance". tion by the use of: This endorsement shall not increase the limits i. The Additional Insured — Owners, Les- of insurance described in Section III — Limits sees or Contractors — Scheduled Person Of Insurance. or Organization endorsement CG 20 10 b) The insurance provided to the additional in- 07 04 and the Additional Insured — Own- sured does not apply to "bodily injury", "prop- ers, Lessees or Contractors — Completed erty damage" or "personal injury" arising out Operations endorsement CG 20 37 07 of the rendering of, or failure to render, any 04; or professional architectural, engineering or sur- ii. The Additional Insured — Owners, Les- veying services, including: sees or Contractors — Scheduled Person i. The preparing, approving, or failing to Or Organization endorsement CG 20 10 prepare or approve, maps, shop draw- and the Additional Insured — Owners, ings, opinions, reports, surveys, field or- Lessees or Contractors— Completed Op- CG D6 04 05 10 ©2010 The Travelers Indemnity Comaany.All rights reseved. Page 1 of 2 COMMERCIAL GENERAL LIABILITY ders or change orders, or the preparing, iii. The nature and location of any injury or approving, or failing to prepare or ap- damage arising out of the "occurrence" or prove, drawings and specifications; and offense, ii. Supervisory, inspection, architectural or b) If a claim is made or"suit" is brought against engineering activities. the additional insured, the additional insured c) The insurance provided to the additional in- must: sured does not apply to "bodily injury" or i. Immediately record the specifics of the "property damage" caused by "your work" and claim or"suit"and the date received; and included in the "products-completed opera- ii. Notify us as soon as practicable. tions hazard" unless the "written contract re- quiring insurance" specifically requires you to The additional insured must see to it that we provide such coverage for that additional in- receive written notice of the claim or "suit" as sured during the policy period. soon as practicable. 3, The insurance provided to the additional insured c) The additional insured must immediately send by this endorsement is excess over any valid and us copies of all legal papers received in con- collectible "other insurance", whether primary, ex- nection with the claim or"suit", cooperate with cess, contingent or on any other basis, that is us in the investigation or settlement of the available to the additional insured for a loss we claim or defense against the "suit", and oth- cover under this endorsement. However, if the erwise comply with all policy conditions. "written contract requiring insurance" specifically d) The additional insured must tender the de- requires that this insurance apply on a primary fense and indemnity of any claim or "suit" to basis or a primary and non-contributory basis, this any provider of"other insurance"which would insurance is primary to "other insurance" available cover the additional insured for a loss we to the additional insured which covers that person cover under this endorsement. However, this or organization as a named insured for such loss, condition does not affect whether the insur- and we will not share with that "other insurance". ance provided to the additional insured by this But the insurance provided to the additional in- endorsement is primary to "other insurance" sured by this endorsement still is excess over any available to the additional insured which cov- valid and collectible "other insurance", whether ers that person or organization as a named '—' primary, excess, contingent or on any other basis, insured as described in Paragraph 3. above. that is available to the additional insured when 5. The following definition is added to SECTION V. - that person or organization is an additional in- DEFINITIONS: sured under such "other insurance". 4. As condition of coverage provided to the addi "Written contract requiring insurance" means that part of any written contract or agreement under ° ■ tional insured by this endorsement: which you are required to include a person or or- a) The additional insured must give us written ganization as an additional insured on this Cover- notice as soon as practicable of an "occur- age Part, provided that the "bodily injury" and rence" or an offense which may result in a "property damage" occurs. and the "personal in- claim. To the extent possible, such notice jury" is caused by an offense committed, during should include: the policy period and: i. How, when and where the "occurrence" a. After the signing and execution of the contract or offense took place; or agreement by you; and ii. The names and addresses of any injured b. While that part of the contract or agreement is persons and witnesses; and in effect. Page 2 of 2 O 2C"0 The Travelers Indemnity Company.All rights reserved. CG D6 04 05 10 000160 • POLICY NUMBER: C04D398656 / ISSUE DATE: 09.01.13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION/NONRENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice of Cancellation: 30 NONRENEWAL: Number of Days Notice of Nonrenewal: PERSON OR ORGANIZATION: Any person or organization that is a certificate holder of a certificate of insurance issued for you that: 1. Refers to this policy and states that notice of cancellation or non-renewal of this policy will be provided to that person or organization; and 2. Is in effect, and is on file at the office of your agent or broker for this policy, at the time of the cancellation or non-renewal. ADDRESS: PROVISIONS: A. If we cancel this policy for any statutorily permit- B. If we decide to not renew this policy for any statu- ted reason other than nonpayment of premium, torily permitted reason, and a number of days is and a number of days is shown for cancellation in shown for nonrenewal in the schedule above, we the schedule above, we will mail notice of cancel- will mail notice of the nonrenewal to the person or lation to the person or organization shown in the organization shown in the schedule above. We schedule above. We will mail such notice to the will mail such notice to the address shown in the address shown in the schedule above at least the schedule above at least the number of days number of days shown for cancellation in the shown for nonrenewal in the schedule above be- schedule above before the effective date of can- fore the expiration date. cellation. IL T4 00 12 09 ©2009 The Travelers Indemnity Company Page 1 of 1 Haas-Anderson Construction'Ltd BA3D892937 09/01/13 14 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. 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 the 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 cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE—INCREASED LIMIT B. BLANKET ADDITIONAL INSURED I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES—INCREASED LIMIT C. EMPLOYEE HIRED AUTO J. PERSONAL EFFECTS D. EMPLOYEES AS INSURED K. AIRBAGS E. SUPPLEMENTARY PAYMENTS — INCREASED L. NOTICE AND KNOWLEDGE OF ACCIDENT LIMITS OR LOSS F. HIRED AUTO — LIMITED WORLDWIDE M. BLANKET WAIVER OF SUBROGATION COVERAGE—INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE—GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS r PROVISIONS A. BROAD FORM NAMED INSURED executed by you before the "bodily injury" or The following is added to Paragraph A.1., Who Is "property damage" occurs and that is in effect An Insured, of SECTION It — LIABILITY COV- during the policy period, to be named as an addi- ERAGE: tional insured is an "insured" for Liability Cover- age, but only for damages to which this insurance Any organization you newly acquire or form dur- applies and only to the extent that person or or- -- ing the policy period over which you maintain ganization qualifies as an "insured" under the 50% or more ownership interest and that is not Who Is An Insured provision contained in Section separately insured for Business Auto Coverage. II. m= Coverage under this provision is afforded only un- C. EMPLOYEE HIRED AUTO = ti! the 180th day after you acquire or form the or- ganization or the end of the policy period, which- 1. The following is added to Paragraph A.1., ° ever is earlier. Who Is An Insured, of SECTION II — LI- B. BLANKET ADDITIONAL INSURED ABILITY COVERAGE: The following is added to Paragraph c. in A.1., An "employee" of yours is an "insured" while Who Is An Insured, of SECTION II — LIABILITY operating an "auto" hired or rented under a COVERAGE: contract or agreement in that "employee's" mmmz name, with your permission, while performing Any person or organization who is required under duties related to the conduct of your busi- a written contract or agreement between you and ness. that person or organization, that is signed and CA T3 53 03 10 ©2010 The Travelers Indemnity Company. Page 1 of 4 Includes copyrighted material of Insurance Services Office,Inc.with its permission. 001719 COMMERCIAL AUTO 2. The following replaces Paragraph b. in B.5., within such country or jurisdiction,for Liability Other Insurance, of SECTION IV — BUSI- Coverage for any covered "auto" that you NESS AUTO CONDITIONS: lease, hire, rent or borrow without a driver for b. For Hired Auto Physical Damage Cover- a period of 30 days or less and that is not an age, the following are deemed to be cov- "auto" you lease, hire, rent or borrow from ered "autos"you own: any of your"employees", partners (if you are a partnership), members (if you are a limited (1) Any covered "auto" you lease, hire, liability company) or members of their house- rent or borrow; and holds. (2) Any covered "auto" hired or rented by (a) With respect to any claim made or "suit" your "employee" under a contract in brought outside the United States of that individual "employee's" name, America, the territories and possessions with your permission, while perform- of the United States of America, Puerto ing duties related to the conduct of Rico and Canada: your business. (i) You must arrange to defend the "in- However, any "auto"that is leased, hired, sured" against, and investigate or set- rented or borrowed with a driver is not a tle any such claim or "suit" and keep covered "auto". us advised of all proceedings and ac- D. EMPLOYEES AS INSURED tions. The following is added to Paragraph A.1., Who Is (ii) Neither you nor any other involved An Insured, of SECTION II — LIABILITY COV- "insured" will make any settlement ERAGE: without our consent. Any "employee" of yours is an "insured" while us- (iii)We may, at our discretion, participate ing a covered "auto"you don't own, hire or borrow in defending the "insured" against, or in your business or your personal affairs. in the settlement of, any claim or E. SUPPLEMENTARY PAYMENTS — INCREASED "suit". LIMITS (iv)We will reimburse the "insured" for • 1. The following replaces Paragraph A.2.a.(2), sums that the "insured" legally must of SECTION II —LIABILITY COVERAGE: pay as damages because of "bodily injury" or"property damage"to which (2) Up to $3,000 for cost of bail bonds (in- this insurance applies, that the "in- cluding bonds for related traffic law viola- sured" pays with our consent, but tions) required because of an "accident" only up to the limit described in Para- we cover. We do not have to furnish graph C., Limit Of Insurance, of SEC- these bonds. TION II—LIABILITY COVERAGE. 2. The following replaces Paragraph A.2.a.(4), (v) We will reimburse the "insured" for of SECTION II—LIABILITY COVERAGE: the reasonable expenses incurred (4) All reasonable expenses incurred by the with our consent for your investiga- . "insured" at our request, including actual tion of such claims and your defense loss of earnings up to $500 a day be- of the "insured" against any such cause of time off from work. "suit", but only up to and included F. HIRED AUTO — LIMITED WORLDWIDE COV- graph the limit described in oh C., Limit Of Insurance, of f ERAGE—INDEMNITY BASIS graph SECTION II — LIABILITY COVER- The following replaces Subparagraph (5) in Para- AGE, and not in addition to such limit. graph B.7., Policy Period, Coverage Territory, Our duty to make such payments of SECTION IV — BUSINESS AUTO CONDI- ends when we have used up the ap- TIONS: plicabie limit of insurance in pay- (5) Anywhere in the world, except any country or ments for damages, settlements or jurisdiction while any trade sanction, em- defense expenses. bargo, or similar regulation imposed by the (b) This insurance is excess over any valid United States of America applies to and pro- and collectible other insurance available hibits the transaction of business with or Page 2 of 4 ©2010 The Travelers Indemnity Company. CA T3 53 03 10 Includes copyrighted material of Insurance Services Office,Inc.with Its permission. • COMMERCIAL AUTO to the "insured" whether primary, excess J. PERSONAL EFFECTS contingent or on any other basis. The following is added to Paragraph A.4., Cover- (c) This insurance is not a substitute for re- age Extensions, of SECTION III — PHYSICAL quired or compulsory insurance in any DAMAGE COVERAGE: country outside the United States, its ter Personal Effects ritories and possessions, Puerto Rico and Canada. We will pay up to $400 for "loss" to wearing ap- You agree to maintain all required or parel and other personal effects which are: compulsory insurance in any such coun- (1) Owned by an "insured"; and try up to the minimum limits required by (2) In or on your covered "auto". local law. Your failure to comply with This coverage applies only in the event of a total compulsory insurance requirements will theft of your covered "auto". not invalidate the coverage afforded by this policy, but we will only be liable to the No deductibles apply to this Personal Effects same extent we would have been liable coverage. had you complied with the compulsory in- K. AIRBAGS surance requirements. The following is added to Paragraph B.3., Exclu- (d) It is understood that we are not an admit- sions, of SECTION III — PHYSICAL DAMAGE ted or authorized insurer outside the COVERAGE: United States of America, its territories Exclusion 3.a. does not apply to "loss" to one or and possessions, Puerto Rico and Can- more airbags in a covered "auto" ada. We assume no responsibility for the g you own that in- furnishing of certificates of insurance, or gate due to a cause other than a cause of "loss" for compliance in any way with the laws set forth in Paragraphs A.1.b. and A.1.c., but of other countries relating to insurance. only: G. WAIVER OF DEDUCTIBLE—GLASS a. If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; The following is added to Paragraph D., Deducti- b. The airbags are not covered under any war- ble, of SECTION III — PHYSICAL DAMAGE = COVERAGE: ranty; and °Nin No deductible for a covered "auto" will apply to c. The airbags were not intentionally inflated. glass damage if the glass is repaired rather than We will pay up to a maximum of $1,000 for any replaced. one"loss". H. HIRED AUTO PHYSICAL DAMAGE— LOSS OF L. NOTICE AND KNOWLEDGE OF ACCIDENT OR USE—INCREASED LIMIT LOSS The following replaces the last sentence of Para- The following is added to Paragraph A.2.a., of graph A.4.b., Loss Of Use Expenses, of SEC- SECTION IV—BUSINESS AUTO CONDITIONS: TION III—PHYSICAL DAMAGE COVERAGE: Your duty to give us or our authorized representa- - However, the most we will pay for any expenses tive prompt notice of the "accident" or "loss" ap- for loss of use is $65 per day, to a maximum of plies only when the "accident" or "loss" is known $750 for any one"accident". to: I. PHYSICAL DAMAGE — TRANSPORTATION (a) You (if you are an individual); EXPENSES—INCREASED LIMIT (b) A partner(if you are a partnership); The following replaces the first sentence in Para- (c) A member (if you are a limited liability corn- °■ graph A.4.a., Transportation Expenses, of pany); SECTION III — PHYSICAL DAMAGE COVER- (d) An executive officer, director or insurance AGE: manager(if you are a corporation or other or- We will pay up to $50 per day to a maximum of ganization); or : $1,500 for temporary transportation expense in- (e) Any "employee" authorized by you to give no- curred by you because of the total theft of a coo- Lice of the "accident"or"loss". ered "auto"of the private passenger type. CA 73 53 03 10 ®2010 The Travelers indemnity Company. Page 3 of 4 Includes copyrighted material of Insurance Services Office,Inc.with its permission. 001720 COMMERCIAL AUTO M. BLANKET WAIVER OF SUBROGATION such contract. The waiver applies only to the The following replaces Paragraph A.5., Transfer person or organization designated in such Of Rights Of Recovery Against Others To Us, contract. of SECTION IV — BUSINESS AUTO CONDI- N. UNINTENTIONAL ERRORS OR OMISSIONS TIONS: The following is added to Paragraph B.2., Con- 5. Transfer Of Rights Of Recovery Against cealment, Misrepresentation, Or Fraud, of Others To Us SECTION IV—BUSINESS AUTO CONDITIONS: We waive any right of recovery we may have The unintentional omission of, or unintentional against any person or organization to the ex- error in, any information given by you shall not tent required of you by a written contract prejudice your rights under this insurance. How- signed and executed prior to any "accident" ever this provision does not affect our right to col- or"loss", provided that the"accident" or"loss" lect additional premium or exercise our right of arises out of operations contemplated by cancellation or non-renewal. Page 4 of 4 ©2010 The Trave:ers Indemnity Company. CA T3 53 03 10 Includes copyr'ghted material of Insurance Services Office, Inc.with its permission. POLICY NUMBER: BA3D892937 J COMMERCIAL AUTO ISSUE DATE: 09.01 _ 2013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION This endorsement modifies insurance provided by the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM SCHEDULE 1. Name: Any person or organization for whom the named insured as agreed by written contract to furnish this endorsement. Address: 2. Number of Days Notice: 30 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) PROVISIONS We will mail notice of cancellation or material limitation of these coverage forms to the person or organization shown above. We will mail the notice at least the Number of Days indicated above before the effective date of our action. CA T3 25 09 99 Page 1 of 1 TRAVELERS J WORKERS COMPENSATION AND ONE TOWER SQUARE EMPLOYERS LIABILITY POLICY HARTFORD, CT 06183 ENDORSEMENT WC 42 03 04(A) - 001 POLICY NUMBER: UB-4D40282-2 TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. Specific Waiver Name of person or organization © Blanket Waiver ,,_ Any person or organization for whom the Named Insured has agreed by written contract to furnish this — waiver. gag • 2. Operations: MEEE ALL TEXAS OPERATIONS 3. Premium: NEMMM -� The premium charge for this endorsement shall be 02. percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations describe. MEE O= --- 4. Advance Premium: $SEE SCHEDULE mmilmm DATE OF ISSUE: 09-13-13 ST ASSIGN: Page 1 of 1 028154 TRAVELERS J WORKERS COMPENSATION AND ONE TOWER SQUARE HARTFORD, CT 06183 EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 06 01 (00) — 001 POLICY NUMBER: . UB-4D40282-2 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the Insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancelation or other material change of the policy, we will mall advance notice to the person or organization named In the Schedule. The number of days advance notice Is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named In the Schedule. SCHEDULE 1. NUMBER OF DAYS ADVANCE NOTICE: 30 (or**) 2. NOTICE WILL BE MAILED TO: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTE CONTRACT THAT NOTICE OF CANCELLATION OR MATERIAL LIMITATIONS 0 THIS POLICY WILL BE GIVEN, BUT ONLY IF : i . YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OR MATERIAL LIMITATION OF THIS POLICY; AND omeme 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS m-- SCHEDULE . mama mmma ** Number of days Notice specified In the Certificate of insurance to all holders of such certificates. ■ aMMMM o"� MMMM m-� DATE OF ISSUE: 09-13-13 ST ASSIGN: 028188 TRAVELERS J WORKERS COMPENSATION AND ONE TOWER SQUARE HARTFORD, CT 06183 EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 06 01 (00) — 002 POLICY NUMBER: UB-4D40282-2 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the Insurance provided by the policy because Texas Is shown In item 3.A. of the Information Page. in the event of cancelation or other material change of the policy, we will mall advance notice to the person or organization named In the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or Indirectly to benefit anyone not named in the Schedule. SCHEDULE 1. NUMBER OF DAYS ADVANCE NOTICE: 30 (or**) 2. NOTICE WILL BE MAILED TO: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. THIS ENDORSEMENT DOES NOT APPLY WHEN THE REASON FOR CANCELLATION IS NON-PAYMENT OF PREMIUM. ** Number of days Notice specified in the Certificate of Insurance to all holders of such certificates. DATE OF ISSUE: 09-13-13 ST ASSIGN: