Loading...
HomeMy WebLinkAboutC2018-616 - 9/11/2018 - Approved C2018-616 9/11/18 M2018-158 Haas-Anderson Construction 00 52 23 AGREEMENT This Agreement,for the Project awarded on September 11,2018, is between the City of Corpus Christi (Owner) and Haas-Anderson Construction, Ltd (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Rodd Field Road Improvements—Yorktown Boulevard to Saratoga Boulevard(Bond 2014) Project No. E15112 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: UA Engineering, Inc. 820 Buffalo St. Corpus Christi,TX 78401-2216 2.02 The Owner's Authorized Representative for this Project is: Joshua Senecal, P.E.—Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Road#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 48810 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 141840 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 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion,and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if Agreement 00 52 23-1 Rodd Field Road Improvements-Project No. E15112 Rev06-22-2016 SCANNED PROJECT NO, E15112 RODD FIELD RD IMPROVEMENTS YORKTOWN TO SARATOGA (BOND 2014) VOLUME #1 SPECIFICATIONS AND PLANS CONTRACT DOCUMENTS FOR CONSTRUCTION OF RODD FIELD ROAD IMPROVEMENTS YORKTOWN BOULEVARD TO SARATOGA BOULEVARD (BOND 2014) CITY PROJECT NO, E15112 LF ....... .JE . EY C.. OYM . ................................. �. 1983 .,��• LJA ENGINEERING �''��*10019133 � bNAL IMI pNIN NII Ir NEENRom � some= III June 21, 2018 C ii-ty of coq.)-Us Chri.st"I" LJA Engineering 820 Buffalo St./ Corpus Christi, TX / (361) 887-8851 5656 S. Staples St., Suite 230/ Corpus Christi, TX/(361) 991-8550 Record Drawing Number STR 943 June 21, 2018 00 01 00 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 01-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev 01-13-2016)—Base Bid No. 1 00 30 01 Bid Form (Rev 01-13-2016)— Base Bid No. 2 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 0S Disclosure of Interest (Rev 01-13-2016) 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience (Rev 06-22-2016) 00 52 23 Agreement (Rev 06-22-2016) 00 61 13 Performance Bond (Rev 01-13-2016) 00 61 16 Payment Bond (Rev 01-13-2016) 00 72 00 General Conditions (Rev 3-23-2015) 00 72 01 Insurance Requirements(Rev06-22-2016) 00 72 02 Wage Rate Requirements(Rev 06-12-2015) 00 72 03 Minority/ MBE/ DBE Participation Policy(Rev01-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 01 11 00 Summary of Work(Rev 01-13-2016) 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures (Rev 03-11-2015) 01 29 01 Measurement and Basis for Payment (Rev 01-13-2016) 01 31 00 Project Management and Coordination (Rev01-13-2016) 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register(Rev7/3/2014) 01 33 02 Shop Drawings 01 33 03 Record Data Table of Contents 000100-1 Rodd Field Road Improvements-Project No. E15112 Rev 06-22-2016 Division/ Title Section 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 01 35 00 Special Procedures 01 40 00 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications Division 02 Sitework 021020 Site Clearing and Stripping 021040 Site Grading 021080 Removing Abandoned Structures 022020 Excavation and Backfill for Utilities 022021 Control of Groundwater 022022 Trench Safety for Excavations 022040 Street Excavation 022060 Channel Excavation 022080 Embankment 022100 Select Material 022420 Silt Fence 025202 Scarifying and Reshaping Base Course 025205 Pavement Repair, Curb, Gutter, Sidewalk& Driveway Replacement 025210 Lime Stabilization 025223 Crushed Limestone Flexible Base 025404 Asphalts, Oils and Emulsions 025412 Prime Coat 025424 Hot Mix Asphalt Concrete Pavement (Class A) 025608 Inlets 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks and Driveways 025614 Concrete Curb Ramps 025620 Portland Cement Concrete Pavement Table of Contents 000100-2 Rodd Field Road Improvements-Project No. E15112 Rev 06-22-2016 Division/ Title Section 025680 Colored Concrete Pavement for Cycle Tracks 025802 Temporary Traffic Controls During Construction 025803 Traffic Signal Adjustments 025805 Work Zone Pavement Markings 025807 Pavement Markings(Paint and Thermoplastic) 025813 Preformed Thermoplastic Striping, Words, and Emblems 025816 Raised Pavement Markers 025818 Pavement Markers (Reflectorized) (TxDOT D-4200) 025828 Bituminous Adhesive for Pavement Markers(TxDOT D-6130) 026201 Waterline Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 026206 Ductile Iron Pipe and Fittings 026210 Polyvinyl Chloride Pipe (AWWA C900 and C905 Pressure Pipe For Municipal Water Mains and Wastewater Force Mains) 026214 Grouting Abandoned Utility Lines 026402 Waterlines 026404 Water Service Lines 026409 Tapping Sleeves and Tapping Valves 026411 Gate Valves for Waterlines 026416 Fire Hydrants 027200 Control of Wastewater Flows (Temporary Bypass Pumping Systems) 027202 Manholes 027203 Vacuum Testing of Wastewater Manholes and Structures 027205 Fiberglass Manholes 027402 Reinforced Concrete Pipe Culverts 027404 Concrete Box Culverts 027602 Gravity Wastewater Lines 027604 Disposal of Waste from Wastewater Cleaning Operations 027606 Wastewater Service Lines 027611 Cleaning and Televised Inspection of Conduits 028200 Mail Box Relocation 028340 Chain Link Security Fence Table of Contents 000100-3 Rodd Field Road Improvements-Project No. E15112 Rev 06-22-2016 Division/ Title Section Division 03 Concrete 030020 Portland Cement Concrete 032020 Reinforcing Steel 037040 Epoxy Compounds 038000 Concrete Structures Division 05 Metals 050200 Welding 055420 Frames, Grates, Rings, and Covers Part T Technical Specifications 022410-T Storm Water Pollution Prevention 028020-T Seeding TxDOT Special Specifications 4014 Interlocking Articulating Concrete Blocks Traffic Signal Specifications(Traffic Signal Specifications prepared by HDR Engineering,Tim Grimes, P.E., PTOE) General Notes (Traffic Signals) 600 Traffic Signal Standards&Specifications 416 Drilled Shaft Foundations r � "" t 601 Traffic Signal Controller Unit i*r.. "..' ..ian F...• 1M TN ;.. 615 Traffic Signal Cabinet and Assemblies P 100 4 ;ww, 618 Conduit tssioiau�- 620 Electrical Conductors 6.21.201 621 Tray Cable 624 Ground Boxes 628 Electrical Services 635 Internally Illuminated Street Name Sign 655 Controller Foundation 680 Installation of Highway Traffic Signals 682 Vehicle and Pedestrian Signal Head Table of Contents 000100-4 Rodd Field Road Improvements-Project No. E15112 Rev 06-22-2016 Division/ Title Section 683 LED Pedestrian Signal Countdown Module 684 Traffic Signal Cables 686 Traffic Signal Pole Assemblies (Steel) 927 Traffic Signals LED 1195 Battery Back-Up System for Signal Cabinets 6007 Removing Traffic Signals 6025 Radar Presence Detection Device 688 Pedestrian Detectors and Vehicle Loop Detectors Appendix Title 1 Rock Geotechnical Report (Dated: 3-22-16) 2 Rock Geotechnical Supplement(Dated: 6-13-17) 3 LJA Subsurface Utility Engineering Letter Report (Dated: 8-1-16) 4 SWPPP- Notice of Intent Form END OF SECTION Table of Contents 000100-S Rodd Field Road Improvements-Project No. E15112 Rev 06-22-2016 DIVISION 00 Procurement and Contracting Requirements 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi,Texas (Owner) is requesting Bids for the construction of the following Project: Rodd Field Road Improvements—Yorktown Boulevard to Saratoga Boulevard(Bond 2014) Project No. E15112 A. This Project includes the reconstruction of approximately 7,500 LF of Rodd Field Road from Saratoga Boulevard to Yorktown Boulevard and 1,700 LF of Yorktown Boulevard from Bay Drive to Geiger Drive with new HMAC (Base Bid 1) or Concrete (Base Bid 2) pavement and new curb, median, concrete sidewalk, and cycle track. Also included are improvements and upgrades to the Storm Water, Water, Wastewater, Gas, and Lighting infrastructure, and Traffic Signals. Bidders may submit bids on either Base Bid 1 or Base Bid 2 or both. Additive/Alternate No. 1 includes the purchase and delivery of Traffic Signal materials only estimated to construct a new signal at the Brooke Road and Rodd Field Road intersection. No additional Contract time will be allotted for any Additive/Alternate. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$16,445,000 for Base Bid No. 1 (H MAC), $19,900,000 for Base Bid No. 2 (Concrete), and $250,000 for Additive/Alternate No. 1. The Project is to be substantially complete and ready for operation within 810 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2:00 P.M. on Wednesday,July 18, 2018 to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. Invitation to Bid and Instructions to Bidders 002113- 1 Rodd Field Road Improvements-Project No. E15112 Rev 01-13-2016 3.02 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid - Rodd Field Road Improvements—Yorktown Boulevard to Saratoga Boulevard (Bond 2014) Project No. E15112 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at 2:00 P.M. on Wednesday,July 18, 2018 at the following location: City Hall Building— City of Corpus Christi Third Floor, Engineering Services Smart Board Conference Room 1201 Leopard Street Corpus Christi,Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on 10:00 A.M. on Monday,July 9, 2018 at the following location: City Hall Building— City of Corpus Christi Third Floor, Engineering Services Smart Board Conference Room 1201 Leopard Street Corpus Christi,Texas 78401 Invitation to Bid and Instructions to Bidders 002113-2 Rodd Field Road Improvements-Project No. E15112 Rev 01-13-2016 ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6—EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents,Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data,that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents,Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. Invitation to Bid and Instructions to Bidders 002113-3 Rodd Field Road Improvements-Project No. E15112 Rev 01-13-2016 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8—BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder's name and the job name and number and delivered as required in Article 3. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition,that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Invitation to Bid and Instructions to Bidders 002113-4 Rodd Field Road Improvements-Project No. E15112 Rev 01-13-2016 Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. Invitation to Bid and Instructions to Bidders 002113-5 Rodd Field Road Improvements-Project No. E15112 Rev 01-13-2016 ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days,thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 0045 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder's responsibilities,the Bidder's safety record, the Bidder's indebtedness to Owner,the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest Invitation to Bid and Instructions to Bidders 002113-6 Rodd Field Road Improvements-Project No. E15112 Rev 01-13-2016 in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16—MINORITY/ MBE/DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE/ DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/MBE/ DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 10 days.The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in Invitation to Bid and Instructions to Bidders 002113-7 Rodd Field Road Improvements-Project No. E15112 Rev 01-13-2016 SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER's CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at h1t!QjJwww.1: Eli :3 i; , i / overnment/city-secretary/conflict- disclosurelindex. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www,ethics.state.tx.us. ARTICLE 24-REJECTION OF BID 24.01 The following will because to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 8. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. Invitation to Bid and Instructions to Bidders 002113-8 Rodd Field Road Improvements-Project No. E15112 Rev 01-13-2016 B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate,through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of(i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources,workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. Invitation to Bid and Instructions to Bidders 002113-9 Rodd Field Road Improvements-Project No. E15112 Rev 01-13-2016 END OF SECTION Invitation to Bid and Instructions to Bidders 002113-10 Rodd Field Road Improvements-Project No. E15112 Rev 01-13-2016 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1—INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises—Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations $1,000,000 Per Occurrence Hazard $2,000,000 Aggregate 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, $1,000,000 Combined Single Limit Non-Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability/ $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental ❑X Required ❑ Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation>3 ft Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges ❑ Required X Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required ❑X Not Required Insurance Requirements 007201-1 Rodd Field Road Improvements-Project No. E15112 Rev 06-22-2016 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A-VIII or better. D. Furnish copies of endorsements and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out(redact) any confidential premium or pricing information contained in any endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to Insurance Requirements 007201-2 Rodd Field Road Improvements-Project No. E15112 Rev 06-22-2016 meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. The expected coverage is that which would be included in a commercially available ISO Commercial General Liability policy and should provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; and 4. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. If required by Paragraph 1.01, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. Provide Installation Floater insurance that is a broad form or"All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; Insurance Requirements 007201-3 Rodd Field Road Improvements-Project No. E15112 Rev 06-22-2016 f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. Industry standard ISO Contractual Liability coverage will meet this obligation. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. E. For Projects with a Contract Value that exceeds $5,000,000, purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first-dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for Owners Indemnitees as defined in Article 1 of the General Conditions; and 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third-party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The Insurance Requirements 007201-4 Rodd Field Road Improvements-Project No. E15112 Rev 06-22-2016 completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion;terrorism;vehicle impact; aircraft; smoke; theft;vandalism and malicious mischief, mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations;water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by Insurance Requirements 007201-5 Rodd Field Road Improvements-Project No. E15112 Rev 06-22-2016 endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner-furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.05 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable Insurance Requirements 007201-6 Rodd Field Road Improvements-Project No. E15112 Rev 06-22-2016 property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.06 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2—EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of"Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Insurance Requirements 007201-7 Rodd Field Road Improvements-Project No. E15112 Rev 06-22-2016 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. If requested by the Owner, provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Contractor may block out(redact) any proprietary information or confidential premium pricing information contained in any policy or endorsement furnished under this Contract. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi—Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi,TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3—TEXAS WORKERS' COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81,TWCC-82,TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. 2. Duration of the Project- includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted Insurance Requirements 007201-8 Rodd Field Road Improvements-Project No. E15112 Rev 06-22-2016 directly with the Contractor and regardless of whether that person has employees. This includes,without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include,without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project,to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all of its employees providing services on the Project, for the duration of the Project; Insurance Requirements 007201-9 Rodd Field Road Improvements-Project No. E15112 Rev 06-22-2016 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage,the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements 007201-10 Rodd Field Road Improvements-Project No. E15112 Rev 06-22-2016 003000 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance w4h the Drava Specificati and Contract D ants®this Bid Proposal is submitted by' 0�,q I (type or print name of company) on:Wednesday,July 18,2018 at 2:00 P.M.for ield Road Improvements— Yorktown Boulevard to Saratoga Boulevard (Bond 2014)—Project No. E15112 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below)to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid- Rodd Field Road Improvements®y t levard to Saratoga Boulevard (Bond 2014) Project No. ElSI12 All envelopes and packages(including FDX envelopes) must clearly identify,on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. ARTICLE 2—BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with Owner on the form included in the Contract Documents,to perform all or specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents, 2.02 Bidder accepts all of the terms and conditions of SECTION 00 2113 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2® 3 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete or in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt #3 67R re r?- 11 - 19 U r Bid Ackno, —Z 003000-1 Q 5-- Rodd Field Road Improvements-Project No. E15112 Rev 01-13-2016 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 or . 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information,observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods,techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations,tests,studies,or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents,and Bid Acknowledgement Form 003000-2 Rodd Field Road improvements®Project No. E15112 Rev 0113-2016 all additional examinations, investigations, explorations,tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities,or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the or . 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider thea oun id,the Bidder's responsibility,the Bidder's safety record,the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder.The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids,to waive any and all irregularities in the Bids, or to reject non-conforming, non-responsive or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Bid Acknowledgement Form 003000-3 Rodd Field Road improvements-Project No. E15112 Rev 01-13-2016 ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the or required to be substantially completed within 810 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 840 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. 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 For to accompany all materials included in the submitted Bid. Bids is 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. Bid Acknowledgement Form 003000-4 Rodd Field Road Improvements-Project No. E15112 Rev 01-13-2016 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 intheir Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the idder® 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 oft e 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 oft eir Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy oft e Bidder's enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 11-BID SUBMITTAL 11®0 This Bid is submitted by: Bidder: ed yp or printed full legal nann—epf iidd@r) ZlItt By: (individual's signature) Name: (typed or printed) Title: Haas-Anderson Management.,V- (typed or printed) Attest: e- m �fin Ivi=TV-51's signature) State of Residency: ---------------- Federal Tax Id. No. Address for giving notices: Ad,JVJ Jf �r-;,54, 7' Phone: Email: pt16 (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder,or if the authorized individual is a representative of a corporation, partnership,or joint venture.) Bid Acknowledgement Form 003000-5 Rodd Field Road Improvements-Project No. E15112 Rev 01-13-2016 END OF SECTION Bid Acknowledgement Form 003000-6 Rodd Field Road Improvements-Project No. E15112 Rev 01-13-2016 00 30 01 BIO FOR ProjectRodd FieldImprovements®Yorktown Boulevard to SaratogaBoulevard 2 1 ) Name. Project E15112 Number. Owner: City of Corpus Christi Bidder: Haas-Andersen Construction,Ltd. OAR. TBD Designer. UA Engineering,Inc. Base Bid No. 1 4 HMAC Pavement (tern 6 RIPON UNrT iE®QUA 7Y ':<rrNITPRICE EN6E® ®ll Part 1A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1A1 Mobilization(Max.5%of Project Total) LS 1 7,16,000.00 $ 710, .00 1A2 Bonds&Insurance LS 1 '303,000.60 $ 303, .00 1A3 Storm water Pollution Prevention Plan LS 1 �$,; 1;000.00:,$ 1,000.00 1A4 Traffic Control Plan and Preparation LS 1 $; 30,000.00 $ , 30,000.00 1A5 Traffic Control Mobilization/Adjustments LS 1 $; -25,000.00' $ 25,000.00 SA6 Traffic Control Items(Signs,Barricades,Channelizing Devices,etc.) MO 27 $ 11;000.00 $ 297,000.00 IA7 Message Boards for Traffic Control(4 Total) EA 4 $�, 20,00000, $: 80,000.00 1A8 Temp Traffic Signals for Traffic Control MO 10 %$ 1;000.00: $ - 10,000.00 1A9 Temp Pavement for Traffic Control SY 5,000 $ 26 00 $, 130,000.00 1A10 Ozone Action Day DAYS 7 $�, ' . 106:00 $ 700.00 1A11 Inlet Protection EA 36 $ 253.00; $ 9,108.00 1Al2 Slit Fence LF 1,406 $ 450- $ -' 6;327.00 1A13 Revegetation(Hydromulch) SY 34,942 $ 0.95 $ 33,194.90 SUBTOTAL PART 1A-GENERAL(Items IA1 thru 13) 1,63'5,329.90 Part SB-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1131 Site Clearing and Stripping AC 19 $ 581.00 $ 11,039.00 iB2 Site Grading AC 7.3 $ 5,520.00, $ 40,296.00 1133 Remove Curb and Gutter LF 578 $ 6.00 $ 3,468.00 1134 Remove Concrete Header Curb LF 788 $ 0-`9-0 $ 709.20' 1135 Remove Concrete Pavement SY 17,724 $, 11.DD $. 194,964.00 1116 Remove Concrete Driveway SY 1,965 $ 1600,°$` 31,440.00 1117 Remove Asphalt SY 17,584 $! 2.15 "$ 37,805.60; Bid Form-Base Bid No.1 Page 1 of 12 Rodd Field Road Improvements-Yorktown Boulevard to Saratoga Boulevard(Bond 2014)-Praj.No.E15112 Rev 01-13-2016-00 30 01 00 30 01 RIO FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDEDAMOUNT 1138 Remove Misc.Concrete SY 2 $' 16.00 $ 32.00 1139 Obliterate Pavement Markings LF 2,066 $ 1.30 $ 2,685.80 11310 Obliterate Word and Arrow Pavement Markings EA 8 $ 65. $ 520LOO 11311 Remove Existing Sign EA 51 $ 55.00 .$ 2,805.00 1612 Remove Existing Metal Guard Rail LF 236 $ 5.50 $ 1,298.00' 11313 Remove&Relocate Existing Mailbox EA 5 $ 276.00 $ 1,380Z0 11314 Remove Existing Bollard EA 5 $' '83.00 415.00 IB15 Remove Existing Chainlink Fence LF 131 $ 11.00 $ 1,441:00'1 SB16 Remove Tree EA 2 $ 551.00 $ 1,10100Y IB17 Remove Existing Pipeline LF 100 $ 276. $ " ',,27,600.00 11318 Install Chainlink Fence LF 96 $ 53.00 '$ 5,0, 11319 Street Excavation(1'B.O.C.-2'Approx.Avg.Depth,Incl.Medians) SY 89,633 $ 5.10 "$ 457,12830' 11320 8"Lime Stabilized Subgrade Preparation(1'B.O.C.) SY 75,492 $ 5.75""$" 4348079.00' 11321 TX-5 Geogrid(1'B.O.C.) SY 75,492 $ "" 3.05 $ 230,250.601 11322 11"Type A,Grade 1-2 Crushed,Limestone Base per TxDOT Std.Spec.Item No.247 Sy 75,492 $!" 17.75- $ 1,339,983. IB23 Prime Coat(0.20 Gallons/SY) GAL 15,099 $ 3.75 -$ 56,621.25' 11324 5"Type'B'HMAC SY 69,270 !$ 20.90; $ 1;447,743:0®: 11325 2.5"Type'D'HMAC SY 69,270 $ 12.80 1B26 Type'B'Header Curb LF 17,459 $ 9.05" $ 158,C603i95� 11327 6'Colored&Textured Concrete Cycle Track SF 94,022 $ 7.85 "$ 738,072:70 -77 1B28 Concrete Mow Strip SF 16,977 $ 23.00, $ 390,471".00 11329 Concrete Median Cap SF 17,386 $; 12.00 $ 268,632.00 IB30 Concrete Driveway SF 27,031 $ 7.85 $ 212,193:35 11331 2"Type'D'FIMAC,(Driveways) SY 175 $i 15.00 $ 2,625.00 8"Type A,Grade 1-2 Crushed,Limestone Base per TxDOT Std.Spee.Iters No.247, 1B32 (Driveways) SY 206 $" 25.00 $ 5,156.00P 1B33 TX-5 Geogrid(1°B.O.C.),(Driveways) SY 206 $ 3.55 $ 731.30 1B34 Subgrade Preparation(1'B.O.C.),(Driveways) SY 206 $ 4.70 $ 8."20 IB35 Full-Depth Pavement Repair SY 26 $ 66.00 $ 1;k6.00 11336 4"PVC Schedule 80 Sleeve for Irrigation LF 624 $ 17.60 "$ 10;60&00 , 1B37 Reflective Pavement Markings TY.1(W)(24")(SLD)(100 rail)-Stop Bar LF 442 $ 4.75 $ 2,099.50 11338 Reflective Pavement Markings TY.1(W)(24")(SLD)(100 rail)-Crosswalk LF 1,397 $ 4.75 $" 6,635.75 Bid Farre-Base Bid No.1 Page 2 of 12 Rodd Field Road Improvements-Yorktown Boulevard to Saratoga Boulevard{Bond 2014)-Proj.No.E15112 Rev 01-13-2016-00 30 01 00 30 01 BID FORM Item DESCRIPTION UNIY ESTIMATED QUANTITY UNITPRICE I EXTENDEDAMOUNT 1339 Reflective Pavement Markings TYA(W)(24")(SLD)(100 mil)-Gore LF 73 $ 4.75 $ 346.75 1B40 Reflective Pavement Markings TY.1(Y)(24")(SLD)(100 mil)-Gore LF 127 $ 4.75 $ 603.25 1841 Reflective Pavement Markings TY.1(W)(12")(SLD)(100 mil)-Crosswalk LF 1,770 $ 2.65 $ 4,690.50' 1842 Reflective Pavement Markings TYA(W)(12")(SLD)(100 mil) LF 312 $ 2.65 $ 826.80 1B43 Reflective Pavement Markings TY.1(W)(B")(SLD)(100 mil) LF 7,133 $ 1.60 $ : 11,412.80 IB44 Reflective Pavement Markings TYA(Y)(4")(SLD)(100 mil) LF 20,063 $ 0.70 $ 14,047.601 1345 Reflective Pavement Markings TY.1(Y)(4")(BK )(100 mil) LF 20 $ 1.05 "$" 21.00 1346 Reflective Pavement Markings TY.1(W)(4")(SLD)(100 mil) LF 1,472 $' '0.70 "$ 11030.40 1847 Reflective Pavement Markings TY.1( )(0)(BKN)(100 mill LF 4,573 $'' 0.70 $ 3,204;60 IB43 Prefabricated Pavement Markings TYA(W)(Word)"Only"(100 mil) EA 413 $ 158.00 $ 7,5341.00' 1349 Prefabricated Pavement Markings TY.1(W)(Left Turn Arrow)(100 mil) EA 39 90.00 $, 3,510.00 1350 Prefabricated Pavement Markings TY.1(W)(Right Turn Arrow)(100 mil) EA 9 $' 105.00" `$ 945.00 1851 Prefabricated Pavement Markings TY.1(W)(Merge Arrow)(100 mil) EA 4 $ 579.00"$; 316.00 1852 Prefabricated Pavement Markings TY.1(W)(U-Turn Arrow)(100 mil) EA 1 $ 211.00" "$" 211.00', 11353 Prefabricated Pavement Markings TYA(W)(Bike Symbol)(100 mill EA 36 $ 205.00 $" 7,380.00 1854 Prefabricated Pavement Markings TY.1(W)(Straight Arrow)(100 mill EA 25 '100.00 $ 1355 Prefabricated Pavement Markings TY.1(W)(Merge Arrow)(100 mill EA 11 $' 1'84.60, $ 2,024.00 1356 Delineator Curb and Flexible Posts LF 253 $" 6100 ,$" 15,939.00 1357 Raised Reflective Pavement Markings(TYII-A-A)Yellow EA 168 $;. 3.95 $" 663.60 1356 Raised Reflective Pavement Markings(TYII-C-R)White/Red EA 565 $, 3195 '$ 2,231.75' 1359 Raised Reflective Pavement Markings(TYII-B-B)Blue EA 39 $; 3.95='$"" 154.05 1860 Keep Left(114-8b)(Mod)(13"x24")(Incl.Metal Pole and Foundation) EA 1 $ 395 00'-$ 395.00' IB61 U-Turn(M5-3T)(30"x24")(Incl.Metal Pole and Foundation) EA 1 $' 395.00 :$," 395.00' 1862 No U-Turn(R3-4)(24"x24")(Incl.Metal Pole and Foundation) EA 1 $ 395. $ 395.00' 11363 Stop Sign(111-1)(30"x30")(Ind.Metal Pole and Foundation) EA 1 $ 448.00 $ 448.00' Combo otoSign (R1-1) (30"x30") /Street Name Sign (Incl. Metal Pole and 1864 Foundation) EA 7 $ 632.100' $ 4,424.00' 1B65 Speed Limit Sign(132-1)(24"x30")(Incl.Metal Pole and Foundation) EA 7 $ 395.00 $ 21765.00' IB66 Right Lane Must Turn Right(R3-7R)(Incl.Metal Pole and Foundation) EA 1 $ 395. $ 395.00 1067 Merge Right(114-7)(12"x13")(Incl.Metal Pole and Foundation) EA 1 $; 34100, $ 342.00 1366 Do Not Enter(R5-1)(30"x30")(Incl.Metal Pole and Foundation) EA 3 $ 395.66," $ 1,185.00 1869 One Way(R6-1R)(36"x12")(Incl.Metal Pole and Foundation) EA 3 $ 395.00'°"$ 1,1835.00' Bid Form-Base Bid No.1 Page 3 of 12 Rodd Field Road Improvements-Yorktown Boulevard to Saratoga Boulevard(Bond 2014)-Proj.No.E15112 Rev 01-13-2016- 00 30 01 00 30 01 BID FOR Item DESCRIPTION UNIT ESIRMATED QUANITrY UNIT PRICE EXTENDEDAMOUNT 1870 One Way(R6-2L)(18'°x24'°)(Incl.Metal Pole and Foundation) EA 3 $' 395.00 $ 1,185.00 1871 Light Ahead(W3-3)(30"x30")(Incl.Metal Pole and Foundation) EA 1 421. $ , 421.00 1672 Lane Control Sign(Incl.Metal Pole and Foundation), EA 9 $; - 474.00 $ 4,266.00 1873 Combo Cycle Track Lane Control Sign (119-7 MOD) (12"x18")/Use Pedestrian EA 12 $', 627.00 $ 7,524. 00 Crossing Sign(119-5 MOD)(12'°x18")(Incl.Metal Pole and Foundation), 1874 Combo Cycle Track Lane Control Sign(119-7)(12"x18")/Cycle Track Lane Control EA 23 627.00 ,$ 14;421.00' Sign(R9-7 MOD)(12"x18'°)(Incl.Metal Pole and Foundation) 1675 Combo School Zone Speed Limit Sign (24"'x30"'), School Time Plaque (S4-IP) EA 1 $ 5 .00 $ 5 (24"x10'°),Begin Plaque(133-90)(24"x8")(Incl.Metal Pole and Foundation) 00.00 1876 Comb® School Zone Speed Limit Sign (24"x30"), School Time Plaque (S4-1P) EA 1 $: 500.00 $ (24"x10°')(Incl.Metal Pole and Foundation) IB77 Combo School Zone Speed Limit Sign (24"x30"), Begin Plaque (113-90)(24"x81 EA 1 $ so 1 0.00, $ j 500. 00 (Incl.Metal Pole and Foundation) 11378 Solar School Speed Limit 35 When Flashing Sign(SS-1)(24"x48")(Incl.Metal Pole EA 2 1$ 6,160.00 $ 12,320.00, and Foundation) 1879 Combo Speed Limit Sign (R2-1) (24'"x30"°) and End School Zone Plaque (S5-2) EA 2 $ 5 $ 1, (24""x30"')(Incl.Metal Pole and Foundation) 000.06 11380 Existing Street Name Sign to be Relocated(Incl.Metal Pole and Foundation) EA 2 $ 42t,.'00, $ 842.00 1881 Airline Road/Slough Road Sign(24°'x48") EA 2 $ 474.00 $; 1882 No Parking(118-3)(30"00")(Incl.Metal Pole and Foundation) EA 43 $ 369.010, $ 1S,867.60 11383 No Parking w/Right Arrow(138-3aT 1)(24"x30")(Incl.Metal Poles and Foundation) EA 9 $ 395:00 "$ 3;555.00' 11384 [No Parking w/Left Arrow(R8-3aTL}(24"x30")(Incl.Metal Poles and Foundation) EA 9 $�; ,395.00 $ 3;555.00 11385 1.5"Type'D'NMAC Overlay SY 5,000 $;, 9.35 %$.,' 46;750.00' 11386 Allowance for unanticipated Street Improvements LS1 $ 50,000.00 $ 50,000.00 SUBTOTAL PART 113-STREET IMPROVEMENTS(Items 1131 thru 11386) $ 7,212;181.60 Part 1C-RTA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1C1 Concrete Bus Pad SY 220 $', 187.00 $ " 41,14b.00 1C2 Concrete Shelter Pad SF 900 $'! 11. $ 9, 00' SUBTOTAL PART 1C-RTA IMPROVEMENTS(Items 1C1 thru 1C2) $ 51,040.00 Part 1 -AOA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1D1 Remove Existing Concrete Sidewalk SF 2,106 $ 1.20 $ 2,527.20 1D2 5'Concrete Pedestrian Sidewalk SF 86,422 $ 6.75, $ 583,348.50' 1D3 Sidewalk Ramp SF 6,758 $ 'R-100, $ 121, .00 1D4 Sidewalk Retaining Curb LF 50 $' 83.00 $ 4,150.00' 105 Sidewalk Drain EA 3 $ 2,210,00 $ 6,630.00, SUBTOTAL PART 1D-ADA IMPROVEMENTS(1D1 T RU IDS) $ 718,299.70'' Bid Form-Base Bid No.1 Page 4 of 12 Rodd Field Road Improvements-Yorktown Boulevard to Saratoga Boulevard(Bond 2014)-Proy.No,E15112 Rev q1-13-2016-00 30 01 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDEDAMOUNT Part 1E-DRAIMAGE IMPROVE TS(per SECTION 0129 01 M EASUREMENT ANO BASIS FOR PAYMENT) 1E1 Remove Existing Concrete S.E.T. EA 43 $ 267.00 $ 11,481.00' 1E2 Remove Existing Grate Inlet EA 2 $ 533.00 $ 1,066.00 1E3 Remove Existing Post Inlet EA 2 $ 533.00 $ 1,066.00 1E4 Remove Existing Storm Manhole EA 1 $' 800.00 .$ 800.00 1E5 Remove Existing Headwall EA 16 $ 481.00 $" 7,696.00,' IE6 Remove Existing 12`°RCP LF 122 $ 25.00 $ ' 3,050.00! 1E7 Remove Existing 15"RCP LF 256 $ 30.00 $ 7,680.00 1E8 Remove Existing 18"RCP LF 662 $ 36.00 ;$ 2.3,832.00 1E9 Remove Existing 18"HDPE LF 20 $ 27.00 1E10 Remove Existing 21"RCP LF 42 $I B8.00 $. 1,596. 1E11 Remove Existing 24"RCP LF 1,362 $' 47.00 $ 11 1E12 Remove Existing 24"HDPE LF 38 $`, 47.00,'$ 1,596.00i' 1E13 Remove Existing 36"RCP LF 54 $ '63.00,=$" "3;672.00, 1E14 Remove Existing 48"RCP LF 38 $ 90.00 :$ 3;420.00 1E15 Remove Existing 5'x2'Box Culvert LF 477 $ 71: $ 33;867. 1E16 Plug 18"RCP EA 1 $, `1,850.00 i$ 1650:00' 1E17 Plug 24"RCP EA 1 $ 1;850.00 is 1;850.00 1E18 Repair Existing Box Culvert Wall EA 2 $" 2,290.00 °$" 40580.00: 1E19 18"Class III RCP LF 1,189 $ 120.00" ;$ 142,680.00' 1E20 24"Class III RCP LF 768 $ 236.00 $ 176, 1E21 30"Class III RCP LF 393 $ 152.00 $ 59,736.00 1E22 36"Class III RCP LF 2,159 $ 220.00" '$ 474,980:00 1E23 42"Class III RCP LF 1,233 $ 273.00 $ 336,609.00 1E24 48"Class III RCP LF 2,195 $ 267.00 ii86,065.00 SE25 54"Class III RCP LF 79 $"; 304.00 $ 24,016.00 1E26 60"Class III RCP LF 550 $; 342: $ 188,100.00 1E27 66"Class III RCP LF 450 $' 403.00 $ 181,350.00'' 1E28 9'xS'Reinforced Box Culvert LF 717 $ 710, $ 509,070.00 1E29 Pipe Trench Safety LF 9,733 $ 2:25 21, 99.25' 1E30 4'DiarneIerTY®A'ManhoIe EA 2 $ 4,590.00 $' 9,180.00 Old Form-Base Bid No.1 Page 5 of 12 Rodd Field Road Improvements-Yorktown Boulevard to Saratoga Boulevard(Bend 2014)-Proj.No.E15112 Rev 01-13-2016-00 30 01 00 30 01 BID FORA Iters DESCRIPTION UNIT ESTIMATEDQU UNITPRICE N AMOUNT 1E31 S'DiameterTY'A'Manhole EA 1 $ 4,590.00 $ 4,590.00 IE32 3'x3'Manhole Riser EA 1 $ 3,310.00 $ 3,310.00 1E33 4'x4'Type D Junction Box EA 1 $ 5,220.00: $ 5,220.06 IE34 4'x5'Type D Junction Box EA 2 $ 6,200.00 $ 12,400.00 1E35 4'x6°Type B Junction Box EA 3 $ 6,040.00 $ 18,120.00 1E36 4'x6'Type D Junction Box EA 5 $i 6,690.00 $. 33,450.00 IE37 5'x5'Type D Junction Box EA 1 $i 6,320.00, $ 6,320.00, 1E38 S'x6°Type D Junction Box EA 2 $ 6,730.00 $. 13,460.00 1E39 5'x7°Type C Junction Box EA 1 $ 7,140.00,-$' 7,140.00 1E40 5°x8'Type C Junction Box EA 1 $ 7,870.00, $ 7,870.00'' 1E41 6'x6'Type D Junction Box EA 1 $ 6,540.W $ 6,540. 1E42 7'x6'Type B Junction Box EA 1 $ 020.00, , $ 8,620.W 1E43 7'x6°Type D Junction Box EA 1 $ 8,690'-00,,;_$ i,690.00 1E44 4.5'x11.5'Junction Box/Manhole EA 1 $ 22, :00�`$. ",22,8013.00, 1E45 12'x11.5'Junction Box/Manhole EA 1 $; 38;SOo OO $ 3g,500.W 1E46 Manhole/Junction Box Trench Safety EA 25 $ 331.001 $ 8,275.00 IE47 Adjust Stormwater Manhole Ring and Cover EA 25 $ 1,04000' $ .,26,000.00' IE48 5'Curb Inlet EA 28 $i-` 3,590.00"`$ 100,520.00'. IE49 5'Curb Inlet with Throat Extension EA 8 $ 4,890.001,$ 39;120.00. IE50 3'x3'Post Inlet EA 2 $; 3,860.00''$ 7,720.00; 1E51 4'x4'Post Inlet EA 1 $ '4,150.00, 1E52 System'F'Outfall Structure EA 1 $ 3,310. b 3,31000' 1E53 Concrete Headwall EA 1 $ 18,800.06'$ 18,1800.00' 1E54 Concrete Win all EA 2 $ 10,3 .00 .$ 20,;, Q0` 1E55 9'x5'°Box Culvert Outfall and Wingwall Repair EA 1 $ 5,380.60,,$, 5,380.00` 1E56 42"RCP Outfall Penetration Repair EA 1 $ 3,020.00 3,020.00r 1E57 48"RCP Outfall Penetration Repair EA 1 $ 3,020.'00 $ 3,020.00 1E58 54"RCP Outfall Penetration Repair EA 1 $I 3,020.00 $ 3,020.00 IE59 Concrete Articulated Matting SF 3,513 14.00 ' , 49,ik2.00 IE60 TxDOT Type PR 1 Pedestrian Rail LF 120 $- '137.00 $ 16, 1E61 Std.6"Curb and Gutter LF 18,693 $ 17. $ 317,781.00 Bid Form-Base Bid No.1 Page 6 of 12 Rodd Field Road Improvements a Yorktown Boulevard to Saratoga Boulevard(Bond 2014)-Proj.No.E15112 Rev 01-13-2016 m 00 30 01 00 30 01 BID FORM Item DESCRIPTION @1NIT TED QUA UNIT PRICE' ®AMOUNT 1E62 Allowance for Unanticipated Drainage Improvements LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART 1E-DRAINAGE IMPROVEMENTS(1E2 THRU 1E62) $ 3,731,749.25 Part 1F a WATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) SFS Remove and Salvage Existing Fire Hydrant EA 9 $; 1,120.00 $ 10,080.00 1F2 Remove Water Meter EA 3 $ 224.00' $ 672,00 1F3 Cut,Cap,and Abandon Water Service EA 2 $ 218.00 $ 436.00 SF4 Remove Existing 1"Copper Waterline LF 91 $' 14.00 _$" 1,274.00 1FS Remove Existing 6"PVC Waterline LF 21 $, 23.00 ,$ 48100 IF6 Remove Existing 8"ACP Waterline LF 19 $ 27.00°$ 513.00 1F7 Remove Existing 8"PVC Waterline LF 68 $< 33.0'0,-$ 2,244.00, IFS Remove Existing 12"PVC Waterline LF 290 $ 31."" $ 8, 1F9 Grout-Fill and Abandon Existing 12"ACP Waterline LF 2,375 $.., 19.00 $' 45;12.5.00! 1F10 1"PE Water Service(Incl.Service Saddle,Corp Stop,PE,and Reconnection) LF 93 $ 25.00" $ 2,32S.0& 1F11 2"PE Water Service(Incl.Service Saddle,Corp Stop,PE,and Reconnection) LF 310 $ 27.00 $ 8,370.00 1F12 6"C900 PVC Waterline LF 34 $' " 32.00 1; 1F13 8"C900 PVC Waterline LF 40 $ 36.00"$ 1,440'.00, 1F14 B"DIP Waterline(Class 350) LF 60 $! „ 77.00 $ 4,620.00' 1F15 12"C900 PVC Waterline LF 2,774 46.E "$;" 127;604.001 1F16 12"DIP Waterline(Class 350) LF 294 $ 104.00 $" "30,576.00; 1F17 16"DIP Waterline(Class 350) LF SO $"'; 275.00" $- 2,750.00 1F18 Pipe Trench Safety LF 3,212 $ OSS' $ ;11766. 1F19 6"DIP 45°Bend(Class 350) EA 2 $ 376.00- 1F20 8"DIP 45°Bend(Class 350) EA 12 $ 452.00, $ 5,424.00' 11`21 12"DIP 45'Send(Class 350) EA 35 $! 717.00" -$ X25,095.00' 1F22 6"Gate Valve&Box EA 1 $' 524.00 $ 824.00: 1F23 8"Gate Valve&Box EA 1 $ 1,180.00 11`24 12"Gate Valve&Box EA 12 $ 2,270.00 $ 27;240.00 11`25 Fire Hydrant Assembly EA 21 $ "4,440.00' $" 240.00 1F26 12"x6"Tee EA 1 $ 688.00 $ 6 L:E�12-xB'Tee EA 2 $ 790.00 $ 1,580.00 BEd Farre-Base Bid No.1 Page 7 of 12 Rodd Field Road Improvements-Yorktown Boulevard to Saratoga Boulevard(Bond 2014)-Proj.No.E151.12 Rev 01-13-2016-00 30 01. 00 30 01 BID FOR Item DESCRIPTION UNIT E nMATED QUANTITY UND'PRICE EXTENDED AMOUNT 1F28 12"Tee EA 1 904.00 $ 904.00 1F29 12"x16^Tee EA 1 $ 1,400.00 $ 1,400.00 1F30 12"Crass EA 2 $ 1,240.00 $ 2,480.00 11`31 12"x6"Tapping Sleeve&Valve EA 9 $ 3,810.00°_$ 34,290.00 IF32 12"Tapping Sleeve&Valve EA 1 $ 6,790.00 $ 6,790.00 1F33 12"Cap with Restrained Joints EA 5 452.00 $ 2,260.00 1F34 Adjust Water Valve Box EA 15 $ 926.00 13,890.00 1F35 Connect to Exist.16"DIP WL(Includes All Req'd Fittings) EA 1 5,190.00 $ 5,190.00 11`36 Connect to Exist.12"PVC WL(includes All Req'd Fittings) EA 2 $ 2,650.00 $ 5,300.00 11`37 Connect to Exist. 12"ACP WL(Includes All Req'd Fittings) with Omni Coupling EA 1 $ 2,660.00 $ 2,6 60.00 System. 1F38 Connect to Exist.8"PVC WL(Includes All Req'd Fittings) EA 1 $ 2,470.00 2,470.00, 11`39 Connect to Exist. 8" ACP WL (Includes All Req'd Fittings) with Omni Coupling EA 2 $ 2®5 $ 5,1 System 1F40 Connect to Exist.6"PVC WL(Includes All Req'd Fittings) EA 1 $' 2,380.0o $ 2,380.00 kIF4151FWAT5ERIMP!ROVEMENTS e EA 5 $ 1,650. 8,250.00, pated dater Improvements LS 1 $ 250 : -$'„ ,25,000.00, EMENTS(1F1 THRU SF42) $ 524,823:60' Part 1Ga-WASTEWATER IMROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1G1 8"C900 DR18 PVC(0'-6') LF 20 $ §1 1-00 $ ".00 1G2 8"SDR26 PVC(0'4) LF 38 $ 53. $ . 2"014.00 ---------------- 1G3 8"SDR26 PVC(6'-8') LF 146 $ 56. $ 8,'176.00 1G4 Pipe Trench Safety LF 204 $ 1.10 $ 224.40 SG5 4'Diameter Manhole EA Z $ 7,470. $ 7;470. 1G6 Manhole Trench Safety EA 1 $ 545000 $ 545.00 SG7 Adjust Wastewater Manhole Ring and Cover EA 1 $ 1,670.00' $ 1,670.00 1G8 Connect to Existing Wastewater Manhole EA 1 $; 11600.00s $ 1, iG9 Allowance for Unanticipated Wastewater ImprovementsLS 1 51 $ 5,000.00 SUBTOTAL PART 1G®WASTEWATER IMPROVEMENTS(1G1 THRU 1G9) $ '27,9i9.40 Part 1H-GAS IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1HZ Gas Line Trench Excavation,Bedding,&Backfill LF 1,581 $ 19. $ 30,039. iH2 Pipe Trench Safety LF 1,581 $ 1.10 $ 1,739.10',, Bid Form-Base Bid No.1 Page 8 of 12 Rodd Field Road Improvements-Yorktown Boulevard to Saratoga Boulevard(Bond 2014)-Proj.No.E15112 Rev 01-132016-00 30 01 00 30 01 BIO FOR Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 11-13 Adjust Existing Gas Valve Box EA 4 $ 927.00 3,708.00+ 11-14 Allowance for Unanticipated Gas Improvements LS 1 $ 51000.00 $ 5,000.00 SUBTOTAL PART 11-8-GAS IMPROVEMENTS(11-11 THRID 11-14) $ 40,486.10 Part 11-I.T.INFRASTRUCTURE IMPROVEMENTS(per SECTION 0129 OS MEASUREMENT AND BASIS FOR PAYMENT) 111 Pull Box for 2"LT. EA 7 $ 1,950.00 $ ', 13,650.00 112 2"Blank I.T.Conduit LF 9,175 $ 8.15 $ 74,776.25': SUBTOTAL PART 11-I.T.INFRASTRUCTURE IMPROVEMENTS(111 THRU 112) $ 88,426.25 Part 1J-TRAFFIC SIGNAL IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) IJl Drill Shaft(TRF Sign.Pole)(24 in) LF 60 236.00, $ 14,160.00 1J2 Drill Shaft(TRF Sign.Pole)(48 in) LF 132 $ 706.00 $ 93,192.00 1.13 Traffic Signal Controller Unit EA 1 $; 5,260.W $ 5,260.00 1J4 Traffic Signal Cabinet and Assemblies EA 1 $, 16, $ 16,80„ .00 115 CONDT(PVC)(SCHD 40)(2") LF 405 S 8.40 "S, 3,4'02.00 1J6 CONDT(PVC)(SCHD 40)(4") LF 905 Is 19.00 $ 17;19S.00 137 CONDT(PVC)(SCHD 40)(2")(BORE) LF 520 $! '22.00 $ 11, .00' 1.18 CONDT(PVC)(SCHD 40)(4")(BORE) LF 1,040 S ',32.'00 "$'' 33,280:00' IJ9 Elec.Condr.(NO.6)Bare LF 10 $; 1.50= is.00; 1.110 Elec.Condr.(NO.6)Insulated LF 20 $ - 1.60 $ 32.00 JJ11 Elec.Condr.(NO.8)Bare LF 2,860 $ 1.25 $ ', 3,575'.00, 1.112 Elec.Condr.(NO.8)Insulated LF 1,410 1.173 Tray Cable(3 Condr.)(12 AWG) LF 4,225 $ 2.30 $. 9,92835 1.114 Ground Box TY D with Apron EA 11 $ 1,160.00":$ 12,760.00 1,115 Elec.Srv.TY T 120/240 000(NS)SS(E)PS(U) EA 1 $' 8,270. $- 8;170.00 1J16 ILSN(LED)BS EA 3 $; 4,950.00 $ 14,850.001 1,117 NEMA Type Controller Foundation EA 1 $ 2,639.00 ,$ 2,630.00 1J18 Install HWY TRF SIG(Isolated) EA 2 $- 21,100.'00 $ 42,200.00, IJ19 LED Luminaire EA 3 $' 526.00 $ 1,578.00, 1.120 Left Turn Yield On Flashing Yellow Arrow(R10-171r)(36"x42") EA 2 $ 474.00 $ 948.00 1.121 Left On Green Arrow Only(RSO-5)(30"x36") EA 5 $ 411.00 $ 2,055.00 1.122 No Turn On Red From This Lane(R10-11d)(30"x42") EA 1 $ 421.00 $ 421.00 Bid Form-Base Bid No.1 Page 9 of 12 Rodd Field Road Improvements-Yorktown Boulevard to Saratoga Boulevard(Bond 2014)-Proj.No.E15112 Rev 01-13-2016-00 30 01 00 30 01 RIO FOR Item DESICRIPTION UNIT TED QUANTITY UNITPRICE EXTENDEDAMOUNT 1.123 Mandatory Movement Lane Control Sign(113-51_)(30"06") EA 2 $ 411.00 .$ 822.00 1124 Mandatory Movement Lane Control Sign(113-5R)(30"x36") EA 2 $ 411:00 $ 522.00 1.125 Removing Traffic Signals EA 1 $ 3,690.00 $ 3,690.00 1126 Install 12 Inch Vehicle Signal Section with Slotted Rack Plate(3 Section) EA 23 $ 132.00, $ 3,036.00' 1.127 Install 12 Inch Vehicle Signal Section with Slotted Rack Plate(4 Section) EA 2 $' 147. $ 294.00 1.128 Install Pedestrian Signal Section(16 Inch)with LEO Countdown EA 15 $ 621.00 "$ 11,178.00, 1129 LED Countdown Pedestrian Signal Module(16 Inch) EA 15 $ 621.00 $ 11,175.00 1.130 TRF SIG CBL(TY A)(14 AWG)(4 Condr.) LF 564 $ 1.60 $ 902.40'' 1,131 TRF SIG CBL(TY A)(14 AWG)(5 Condr.) LF 1,165 $ 1.90" 2,213.50'i 1,132 TRF SIG CRL(TY A)(14 AWG)(7 Condr.) LF 394 $' 2` $ 798.0 1133 TRF SIG CBL(TY A)(14 AWG)(16 Condr.) LF 1,430 3.70 `$ 5,291.00' 1.134 INS TRF SIG PL AM(S)1 Arm(55')LUM&ILSN EA 1 $ 27,600.00 I$ 27',600.00 1.135 INS TRF SIG PL AM(S)1 Arm(65') EA 3 $ 26,000.00 1J36 INS TRF SIG PL AM(S)1 Arm(65')LUM die ILSN EA 2 $ '28;61 00.06 $ 57,2 .00. 1.137 PED Pole Assembly EA 10 $,i z $" 9,480.66,,i 1138 PED Detect Push Button(APS) EA 17 $! 842.00 "$. 14,314°00': 1139 PED Detector Controller Unit EA 2 $ 4,420.00"`$ 51540.00' 1140 LED Traffic Signal Module-VEH SIG SEC(12 IN)LED(GRN) EA 15 $ 263.00„ $ 4,734.00' ]J41 LED Traffic Signal Module-VEH SIG SEC(12 IN)LED(GRN ARW) EA 7 $ ' "" 263.00" 1.142 LED Traffic Signal Module-VEH SIG SEC(12 IN)LED(YEL) EA 15 $" 263.00 $ 4,734.00 1.143 LED Traffic Signal Module-VEH SIG SEC(12 IN)LED(YEL ARW) EA 9 $ "°" 263.Ob $ 2,367.60, 1144 LED Traffic Signal Module-VEH SIG SEC(12 IN)LED(RED) EA 173 $ 263.00,''$ 4,734.x. 1.145 LED Traffic Signal Module-VEH SIG SEC(12 IN)LED(RED ARW) EEA 7 $ 263. = $ 1;841.00 1146 Battery Back-UP System For Signal Cabinets 1 $ 5,420.00 $ 51420.00' 1.147 RADAR Presence Detector(WAVETRDNIX) EA 7 $" :?,270.00 $ 56,890.00 1.148 RADAR Detector Comm&Power Cable(CAT 5-E 4C Twisted Pair,24AWG) LF 3,534 $ 3.15" $ 12,077.10 1.149 RADAR Advance Detection Device(WAVETRDNIX) EA 7 $ 7,370. "" $ 51,"590.00 1.150 Pan-Tilt-Zoom CCTV Camera(in Place)(CDHU) EA 1 $' " ",5,6 '$ 5t690.00 1151 CCTV Carrera#15 2C Cable Power LF 255 1.05" $ 299.25 1.152 CCTV Camera Coaxial Cable Communication LF 2735 $": 1005 :$" 299.25 1.153 Allowance for Unanticipated Traffic Signal Improvements LS 1 2S,000.00 $ 2500000 Bid Form-Base Old No.1 Page 10 of 12 Rodd Field Road Improvements-Yorktown Boulevard to Saratoga Boulevard(Band 2014)-Proj.No.E15112 Rev 01-13-2016-00 30 01 00 30 01 BIO FOR Item DESCRIPTION UNIT ESTI DQU UNITPRICE MiTENDED AMOUNT SUBTOTAL PART 11-TRAFFIC SIGNAL IMPROVEMENTS(111 THRID 1153) $ 705,919.75. Part 1 -LIGHTING IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1K1 CONDT(PVC)(SCH 40)(2") LF 9,670 $! 8.15 $ 78,810.50 1K2 CONDT(PVC)(SCHD 40)(2")(BORE) LF 927 $ 22. $ 20,394.00 1K3 Ground Box TY A(122311)W/Apron EA 68 $ 895.00, $ 60,860.00 SUBTOTAL PART 1K-LIGHTING IMPROVEMENTS(11 THRU 1K3) 160,06450 Additive/Alternate Part 1L-BROOKE ROAD TRAFFIC SIGNAL IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1L1 Allowance for Brooke Road Traffic Signal Improvements LS 1 $ 01 $ 40,000.00 1L2 Allowance for Brooke Road Street Improvements LS 1 $ $ 90,000.100 rg rel SUBTOTAL PART 1L-BROOKE ROAD TRAFFIC SIGNAL IMPROVEMENTS(1L1 THRID 11.2) r Ufa Bid Form-Base Bid No.1 Page 11 of 12 Rodd Field Road Improvements-Yorktown Boulevard to Saratoga Boulevard(Bond 2014)-Proj.No.E15112 Rev 01-1.3-2016-00 30 01 V, 00 30 01 BID FORM Item F DESCRIPTION UNIT TED.QUA '..UNITPRICE DnENDED AMOUNT —B:ase Bid . I- �-Bid SUBTOTAL PART 1A-GENERAL(Items IAi thru 1A13) $! 1,635,329. SUBTOTAL PART 1B-STREET IMPROVEMENTS(Items 181 thru 1B86) $ 7,212,181. SUBTOTAL PART 1C-RTA IMPROVEMENTS(Items 1C1 thru IC2) $; 51,1340.00 SUBTOTAL PART 1D-ADA IMPROVEMENTS(Items SDI thru IDS) $ 718;299.70 SUBTOTAL PART IE-DRAINAGE IMPROVEMENTS(Items 1E1 thru SE62) $ 3,731,749.25; SUBTOTAL PART IF-WATER IMPROVEMENTS(Items 1F1 thru IF42) $ 524,823: SUBTOTAL PART 1G-WASTEWATER IMPROVEMENTS(Items 1G1 thru 1G9) $ 27,919:40 SUBTOTAL PART 1H-GAS IMPROVEMENTS(Items 1H1 thru 11-14) - ;486.10' SUBTOTAL PART 11-I.T.INFRASTRUCTURE IMPROVEMENTS(Items 111 thru 112) $,'` 88;426.25 SUBTOTAL PART 1J-TRAFFIC SIGNAL IMPROVEMENTS(Items 111 thru 1153) $ 705,919.751 SUBTOTAL PART 1K-LIGHTING IMPROVEMENTS(Items 1K1 thru 1K3) 160$'064.50, TOTAL PROJECT BASE BID NO.1(PARTS 1A THRU 1K) $ 14,896,240.05-' SUBTOTAL PART 1L-BROOKE ROAD TRAFFIC SIGNAL IMPROVEMENTS(Item 1LI THRU 11-2) 3 , TOTAL PROJECT BASE BID NO.1+ADDITIVE/ALTERNATE NO.1(PARTS IA THRU iL) 6, .05 Contract Times Bidder agrees to reach Substantial Completion in 810 days Bidder agrees to reach Final Completion in 840 days Bid Foray-Base Bid No,I Page 12 of 12 Redd Field Road improvements-Yorktown Boulevard to Saratoga Boulevard(Bond 2014)..Pro).No,E15112 Rev 01-13-2015-00 30 01 003002 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies tat e 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 y 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 toobtain 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. El Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State o /Bidder(includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is int e 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: Cara any a e: (typed or printed) (signature--attach evidence of authority to sign) Name: e 6 (typed or printed) Title: ;! idEnt, Haas-Anderson Management, Business address: , w Phone: Email: SECTIONEND OF Compliance to State Law on Nonresident Bidders 003002-1 Rodd Field Road Improvements-Project No. E15112 11-25-2013 00 30 05 City i SUPPLIER NUMBER TO BE ASSIGNED BYrnT— PURCHASING DIVISION C of CITY OF CORPUS CHRISTI us nsti DISCLOSURE OF INTEREST iof Corpus Christi Ordinance 17112,as amended,requires all persons or firms seekin to do business wiz the Citoprovide the following information. Every uestion must be answered. I the question i not applicalie, answer with "NA". See reverse side or Filing Requirements, Certifications and definitions. COMPANY NAME: 41e6 100 6d, STREET ADDRESS: Li 0.-—a CITY: ZEN FIRM I : I. o o tion 2. Partnership . Sole Owner . Association 0 5. Other DISCLOSURE QUESTIONS If additionala i ecs l the reverse side oft i r e separate t. 1. to each ` l the Ci of Corpus Christi having an "ownershipinterest" constituting 3%or more of the ownership in the ove named"firm." Name N'A Job Title and Cityt(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 �IA Title . State the names of each"board member" of the City of Corpus Christi having an "ownership intere " constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee 4. State the names of each employee r officer o "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and i interest" constituting 3°o or more of the ownership in the above named"firm." Name /V A Consultant City of Corpus Christi 003005-1 Disclosure of Interest Rev 01-13-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economicbenefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter it. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certif y that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted tote City of Co7us Christi,Texas as changes occur. A Certifying Person: Title: Ft�sklevot, aas-Anderson Management,I.C. crm CW Nna) Signature of Certifying Date: Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain,whether professional, industrial or commercial,and whether established to produce or deal with a product or service, including but not limited to,entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. CitV of Corpus Christi 0030OS-2 Disclosure of interest Rev 01-13-2016 003006 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi®Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: Rodd Field Road Improvements—Yorktown Boulevard to Saratoga Boulevard (Bond 2014) ®Project No. E15112 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official oremployee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed or printed) PrI-1 �dcM, �,iaas.Andei%on imanagement,L-C. Title: Business address: Phone: Email: END OF SECTION Non-Collusion Certification 003006-1 Rodd Field Road Improvements-Project No, E15112 11-25-2013 FILED In the Office of the SecretaR,of State of Texas CET CA. OF-A-MENDMENT DEC 19 2001 TOT Corporations Section CERTIFICATE OF 1,DETED PARTMRSHIP OF HAAs-ANDERSON CONSTRUCTION 11,LTD- Pursuallt to the provisions of Section 2.02 of the Texas Revised Limited Partnership Act, The undersigned limited partnership desires to amend its certificate of limited partnership and for that puq)osc submits the following certificate of amendment. 1. The name of the limited partnership is HAAS-ANDERSON CONSTRUCTION 11,1 TD- 2. The certificate of lh-nited partnership is amended as follows: The new name of the limited partnership is HAAS-ANDERSON CONSTRUCTION,LTD. 3. This amendment to the certificate of limited partnership shall be effeedve on Janua.-,v 1, 2002. Signed this 17' day of 2001. I-IAAS-ANERSON MANAGE MENT, L.C., General Partner By: D HAAS, President FILED In the Office of the Secretary of State Of TLm)(,qS CERVMXCATE OR MOF MUM)PARTNERSHT DEC- 0 6 2001 MAS-ANDBRSON CONSTRUCTION LL, LTD. COrPorations Sectic)n The undersigned, desiring to form a.Limited Parme;rshlp pursuant to the TO=Reviseil Limited Partnership Act as set forth in Article 61321®1 of the -1cXas Revised Civil Statute' ("Act"), does hereby certify: 1. n,6 name oF the firij,under which said IkAted partnership is to be conduct-A i,- HAAS-ANDERSON CONSTRUCTION ri, LTD, 2. The; ad ss of the registered office and the name and address of the reglycreil aLrem.for service OrpTocesg is: RngLs=d—A-ae—nt Dpi YL 0.H-AAS I d&1 HOLLY ROAD CO US CHRMT1,TEX.-M 78415 3. The address of the principal ofrice.III tkis United Sjatj;s where Partnership record i are to be kept is 1401 HOLLY ROAD, CORPUS CHRXSTI,T=AS 79415. 4. The nranc, mailing address, and street address of the; business of each general partner is., Naine Address HAAS-MMI Mil"TAGEMMIT3 L.C. 1401 HOLLY ROAD CO OS CEMSTI,TEIDIS 78415 IN WLTNESS WIMEOF, the Versigned has executed this Cordficate of Lhalteil Pamersh(D to be eff -tiveasortibe Cdayof A-t-g.LL�,2001, eL 1�6 GENERAL PARTNER: )ffAAS-ANDFRS0N,- :-vjjkNAGHMLNT$ L.0, By: DARRYL,b.HAA-9.President AndtoldlITAC Lid CeMwO BID BOND TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 KNOWN ALL BY THESE PRESENTS, That w , Haas-Anderson Construction, Ltd. , as Principal, and TravelersI nd Surety Company of America, as Surety, are held and firmly oun unto City of Corpus Christi, as Obligee, in the sum of Five Percent (5%) of Amount Bid by Principal Dollars ( Five Percent ( %) of Amount Bid Principal) for to payment of which we bindourselves, and our successors and assigns, jointly and severally, as providedherein. Principal has submittedor is about to submit a bidto the Obligee on contract for Project No. E15112 Rodd Field Road Improvements - Yorktown Boulevard to Saratoga l v r (Bond1 ) ("Project"). THEREFORE, the condition of this bond is that if Obligeeaccepts Principal's i , and Principal enters into a contract with Obligee in conformance with the terms of the bid and providessuch bond or bonds as may be specified in the bidding or contract documents, then this obligation shall be void; otherwise Principal and Suretywill pay t Obligee the difference between the amount of Principal'si the amount for which Obligee shall in good faith contract with another person or entity to performthe work covered rinci I' bid, but in no event shallSurety's Principal's liability the penal sum of this bond. Signed this 18 day of July, 2018. Construction, . (Principal) Icy: .._...................::`..:: :. , .. ............................. ........ Do e 1 .D. s ­ i1cP9u Priiaas„Anderson ,ALL Geow ” Partner Travelers Casualty and Surety Company of America M By Eac��as, AttorFact ........ ,..www ... ............. ---------- Travelers Casualty and Surety i TRAVELERSI' Travelers Casualty and Surety Company ® it Marine�....,,...... _. ... ...... _.... .wn,. POWER F ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Lacy Rodgers of Corpus Christ! Texas their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESSE E F,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017, XV HWnMft cow State of Connecticut By: City of Hartford as. Robert L.Raney,Se or Vice President On this the 3rd day of February,2017,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. My Commission expires the 30th day of June,2021 aria C.Tetreault,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St.Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attomeys®in®Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, reconizances, contracts of indemnity, and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER LV , that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RE LVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b) duly executed (under seal, if required)by one or more Attomeys®in®Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHERE LV ,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary, and the seal of the Company may be affixed by far-simile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate hearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St.Paul Fire and Marine Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this � day of e*� 2wamm,Dowd 9 Kevin E.Hughes,Assi taut Secretary To vetify f fie authenticity of this Power ofa ey®please call us at 1® 1 /ease refer to the above-namedAftorney4n-Fact and the details of the bond to whiche power is attached. STPAUL TRAVELERS IWORTANT NOTICE TO.OBTAWIMPORNUTIO 0RAWaA LN -CQDVIAM: You may contact Travelers Casualty& Surety Company of America,Travelers Casualty &Surety company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers and 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 ora condition of the attached document and is given to comply with Section 2253-021, Government Code,and Section 53.202,Property Code,effective September 1,2001. 00 52 23 AGREEMENT This Agreement, for the Project awarded on September 11,2018, is between the City of Corpus Christi (Owner) and Haas-Anderson Construction, Ltd (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Rodd Field Road Improvements—Yorktown Boulevard to Saratoga Boulevard (Bond 2014) Project No. E15112 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: UA Engineering, Inc. 820 Buffalo St. Corpus Christi,TX 78401-2216 2.02 The Owner's Authorized Representative for this Project is: Joshua Senecal, P.E.—Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Road#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 16,; 8110 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,-1::-:1::--'1-,840 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General 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 Agreement 005223- 1 Rodd Field Road Improvements-Project No. E15112 Rev 06-22-2016 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$2,000 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$2,000 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid +Add Alt#1 $ 15,236,240.05 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. 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. Agreement 005223-2 Rodd Field Road Improvements-Project No. E15112 Rev 06-22-2016 C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; Agreement 005223-3 Rodd Field Road Improvements-Project No. E15112 Rev 06-22-2016 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations,tests, studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations,tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. 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 Agreement 005223-4 Rodd Field Road Improvements-Project No. E15112 Rev 06-22-2016 financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-5 Rodd Field Road Improvements-Project No. E15112 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI Dignauy a19n by Rebecca Hberca Digitally signed by Jeft Edmonds Rebecca Huerta DN Rebecca Hb—e=Cay&Cep Cm ss eb=C,ty DN cn=Jeff Edmonds,o,e—Engineering, seQerary,ema,r-rebeccab@ccfe.aa.com,c—us email=jeffreye@cctexas.com,c=US Date.2018.09.24 15.10.35-05'00Date:2018.09.24 09:29:45-05'00' Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services M2018-158 APPROVED APPROVED AS TO LEGAL FORM: 9/11/18 BY COUNCIL DN telly_'M by Kent Mcllyar R H/M L Digitally­H/ML by RH/ML tl DN-.cn RH/ML o-CM1y sevetary ou Cty Secrefary, USn Kent Mcllyar o ou emal kenMc@cctexea.com, maiF-monpuel@cctexea.com c US Date'.2018.09.21 19'.14'.04-05'00' Date.2018.09.24 10.39.54-05'00' Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR Haas-Anderson Construction, Ltd Darryl O. Haas Digitally signed by Darryl O.Haas arr (Seal Below) By: Y Date:2018.09.1810:26:00-05'00' Note: Attach copy of authorization to sign if Title: President, Haas-Anderson Mgmt. L.C., General Partner person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief P.O. Box 7692 Financial Officer Address Corpus Christi,Texas 78467 City State Zip 361/853-2535 Phone Fax dcullen@haas-anderson.com EMail END OF SECTION Agreement 005223-6 Rodd Field Road Improvements-Project No. E15112 Rev06-22-2016 00 61 13 PERFORMANCE BOND BOND NO. 106915121 Contractor as Principal Name: Haas -Anderson Construction, Ltd Mailing address (principal place of business): P.O. Box 7692 Corpus Christi, TX 78467 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: Project No. E15112 Rodd Field Road Improvements — Yorktown Boulevard to Saratoga Boulevard (Bond 20141 Award Date of the Contract: September 11, 2018 Contract Price: $15,236,240.05 Bond Date of Bond: September 13, 2018 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: Travelers Casualty and Surety Company of A Mailing address (principal place of business): 9601 McAllister Freeway, Suite 700 San Antonio, TX 78216 Physical address (principal place of business): 9601 McAllister Freeway, Suite 700 San Antonio, TX 78216 Surety is a corporation organized and existing under the laws of the state of: Connecticut By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 210-525-3963 Telephone (for notice of claim): 210-525-3963 merica Local Agent for Surety Name: Keetch & Associates Address: P.O. Box 3280 Corpus Christi, TX 78463-3280 Telephone: 361-883-3803 Email Address: Lpokrant@keetchins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number 1-8002523439 Performance Bond E15112 Rodd Field Rd — Yorktown to Saratoga (Bond 2014) 006113-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Signature:. ,,,,7:70 -/L__ Surety if k_ Signature:CP\112.—kilk, Name: %2 6 . /-4-c,-- Name: Lonna Pokrant Title: P7.... ra? C as sAPdenoirt Managmemt, 1-,2.. Title: Attoney-in-Fact Email Address: cIA.;.aS 1lc,ns-,-,.4Jk.,'Sa.I. c 4,.,. Email Address: Lpokrant@keetchins.com (Attach Power of Attorney and place surety seal below) • END OF SECTION Performance Bond E15112 Rodd Field Rd — Yorktown to Saratoga (Bond 2014) 006113-2 7-8-2014 TRAVELERS _I Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Lonna Pokrant of Corpus Christi Texas , their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. State of Connecticut By: City of Hartford ss. 'RobertRaney, hTor Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 ((l0.n,,.-e., C. '.l tf1 Marie C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this day of upleinkr.00 it Kevin E. Hughes, Assistant To verify the authenticity of this Power of Attorney, p/ease call us at 1-800-421-3880. Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached ST PAUL Wr TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3057 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. 00 6116 PAYMENT BOND BOND NO. 106915121 Contractor as Principal Name: Haas -Anderson Construction, Ltd Mailing address (principal place of business): P.O. Box 7692 Corpus Christi, TX 78467 Owner Name: City of Corpus Christi, Texas Mailing address (principa! place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: Proiect No. E15112 Rodd Field Road Improvements — Yorktown Boulevard to Sarato a Boulevard (Bond 20141 Award Date of the Contract: September 11, 2018 Contract Price: $15,236,240.05 Bond Date of Bond: September 13, 2018 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: Travelers Casualty and Surety Company of Ame Mailing address (principa! place of business): 9601 McAllister Freeway, Suite 700 San Antonio, TX 78216 Physical address (principal place of business): 9601 McAllister Freeway, Suite 700 San Antonio, TX 78216 Surety is a corporation organized and existing under the laws of the state of: Connecticut By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 210-525-3963 Telephone (for notice of claim): 210-525-3963 Local Agent for Surety Name: Keetch & Associates Address: P.O. Box 3280 Corpus Christi, TX 78463-3280 Telephone: 361-883-3803 Email Address: Lpokrant@keetchins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number. 1-800-252-3439 Payment Bond Form E15112 Rodd Field Rd — Yorktown to Saratoga (Bond 2014) 006116-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Princip. /i�� Signature: Surety Signature: c-, & P +, Name: 22 6). 1/„._ c Name: Lonna Pokrant Title: c ;J ,,.;,air; fi?«,5n NiarlIKUP4M-, LC- Title: Attoney-in-Fact Email Address: = _• - t''"r; r Email Address: Lpokrant@keetchins.com d FAc,,s Q A ... s - do 4a /s o •1 • c 3 �` (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form E15112 Rodd Field Rd — Yorktown to Saratoga (Bond 2014) 006116-2 7-8-2014 TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Lonna Pokrant of Corpus Christi Texas , their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. State of Connecticut By: City of Hartford ss. 'Robert L. Raney, Set'ttor Vice President On this the 3rd day of February, 2017. before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 ,� �`�loN`R' -1 Marie C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this day of 3eptinwoor Kevin E. vW Hughes, Assistant To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached. ST PAUL Wr TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3057 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 9/13/2018 Catto &Catto LLP One Alamo Center 106 S.St.Mary's Street,Suite 800 San Antonio TX 78205 Nancy Pruski 210-222-2161 210-222-1618 npruski@catto.com Travelers Indemnity Co.of CT 25682 Great American Insurance Co.16691Haas-Anderson Construction Ltd PO Box 7692 Corpus Christi TX 78467-7692 Phoenix Insurance Co.25623 Travelers Indemnity Company 25658 Charter Oak Fire Insurance Co.25615 1992057910 C X 1,000,000 X 300,000 5,000 1,000,000 2,000,000 X Y Y CO7J905445 9/1/2018 9/1/2019 2,000,000 D 1,000,000 X X X Y Y BA7J777824 9/1/2018 9/1/2019 A X X 1,000,000YCUP7J9415619/1/2018Y 9/1/2019 1,000,000 X 10,000 E X N Y UB7J940299 9/1/2018 9/1/2019 1,000,000 1,000,000 1,000,000 B Excess Liability TUE139924102 9/1/2018 9/1/2019 Each Occurrence Aggregate $19,000,000 $19,000,000 See Attached... City of Corpus Christi -Engineering Services Attn:Sylvia Arriaga -Construction Contracts Admi 1201 Leopard St.-City Hall,Third Floor Corpus Christi TX 78469-9277 ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: 1 2 Catto & Catto LLP Haas-Anderson Construction Ltd PO Box 7692 Corpus Christi TX 78467-7692 25 CERTIFICATE OF LIABILITY INSURANCE POLLUTION LIABILITY: (Claims-made Form) Insurer: Colony Insurance Company Policy Number: CPLUS307456 Eff Date/Exp Date: 9/1/2018 to 9/1/2019 Each Pollution Condition Limit: $5,000,000 Policy Aggregate Limit: $5,000,000 Commercial General Liability Policy includes a blanket automatic additional insured endorsement that provides additional insured status only when there is a written contract requiring such status. Form CGD6040813-Blanket Additional Insured (Contractors)/Form CGD6040813-Contractors Extend Endorsement (Blanket Additional Insured-Owners, Managers or Lessors of Premises; Blanket Additional Insured-Lessors of Leased Equipment; Blanket Additional Insured-State or Political Subdivisions-Permits Commercial General Liability Policy includes a primary and non-contributory provision only when there is a written contract that requires it. Form CGD6040813 -Blanket Additional Insured-Automatic Status if Required by Written Contract (Contractors) 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 CGD31611-Contractors Xtend Endorsement Commercial General Liability Policy includes an endorsement providing 30 days' notice of cancellation to be furnished to the certificate holder except for 10 day notice of nonpayment of premium. Form ILT400 1209. Commercial General Liability Policy includes Form CGD3161111-Contractors Xtend Endorsement. Contractual Liability-With respect to operations performed 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. Business Auto Policy includes a blanket automatic additional insured insurance that provides additional insured status when there is a written contract that requires such status. Form CAT3530215-Business Auto Extension Endorsement 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 CAT3530215-Business Auto Extension Endorsement Business Auto Policy includes an endorsement providing 30 days' notice of cancellation to be furnished to the certificate except 10 day notice of nonpayment of premium where required by written contact. Form ILT405-Blanket Notice of Cancellation (30 days) Business Auto Policy includes endorsement for Motor Carrier Policies of Insurance for Public Liability Under Sections 29 & 20 of the Motor Carrier Act of 1980 - MCS-90 Business Auto Policy includes Endorsement CA20701013 Coverage for Certain Operations in Connection with Railroads where required by written contract. 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 WC420304(B) - Texas Waiver of Our Right to Recover from Others Endorsement. Workers Compensation Policy includes an endorsement providing 30 days' notice of cancellation to be furnished to the certificate holder except 10 day notice of nonpayment of premium where required by written contract. WC420601 (00)-Texas Notice of Material Change Endorsement-Blanket Notice of Cancellation (30 Days) Workers Compensation Policy includes Longshore and Harbor Workers' Compensation Act Coverage Endorsement Form WC000106A. Umbrella Liability: Form UM00011103 Except for the terms, definitions, conditions and exclusions of the policy, the coverage provided by this policy shall follow the terms, definitions, conditions and exclusions of the applicable underlying insurance. Underlying policies are General Liability, Auto Liability and Employers Liability. Umbrella Liability Policy provides Waiver of Transfer of Rights or Recovery when required by written contract - Form UM04880708. Umbrella Liability Policy provides 30 days' notice of cancellation to be furnished to the certificate holder except 10 day notice of nonpayment of premium where required by written contract-Form ILT405-Blanket Notice of Cancellation (30 days) Pollution Liability Policy includes a blanket automatic additional insured provision that provides additional insured status only when there is a written contract, written agreement or permit requiring such status. Form CPLUS001-1215. Pollution Liability Policy includes a primary and non-contributory provision only when there is a written contract that requires it. Form CPLUS001-1215. Pollution Liability Policy includes a provision providing waiver of subrogation when the insured has waived rights of recovery against the person, entity or organization prior to a claim or loss. Form CPLUS001-1215. ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: 2 2 Catto &Catto LLP Haas-Anderson Construction Ltd PO Box 7692 Corpus Christi TX 78467-7692 25 CERTIFICATE OF LIABILITY INSURANCE Project:E15112 Rodd Field Rd Improve —Yorktown Blvd to Saratoga Blvd (Bond 2014) Owner:City of Corpus Christi -Engineering Services Haas-Anderson Construction, LtdThe Charter Oak Fire Insurance CompanyPolicy #CO7J0544509/01/2018 - 09/01/2019 Haas-Anderson Construction, LtdThe Charter Oak Fire Insurance CompanyPolicy #CO7J90544509/01/2018 - 09/01/2019 CO7J90544508/27/2018 CO7J90544508/27/2018 Haas-Anderson Construction, LtdTravelers Indemnity CompanyPolicy #BA7J77782409/01/2018 - 09/01/2019 BA7J77782408/27/2018 09/01/201809/01/201908/27/2018 UB7J940299Travelers Indemnity Company of America08/27/201809/01/2018UB7J940299Haas-Anderson Construction, Ltd. UB7J94029908/27/2018 UB7J94029908/27/2018 Haas-Anderson Construction, LtdTravelers Indemnity Company of ConneticutPolicy #CUP7J94156109/01/2018 - 09/01/2019 CUP7J90544508-27-2018