Loading...
HomeMy WebLinkAboutC2008-510 - 12/9/2008 - Approved Star Operations S P E C I A L P R O V I S I O N S S P E C I F I C A T I O N S A N D F O R M S O F C O N T RAC T S A N D B O N D S F O R TRAFFIC SIGNAL INSTALLATION PART 1 - GOLLIHAR & AIRLINE, AYERS & PORT AVENUE PART 2 - PARK ROAD 22/WHITECAP AND SH361/COMMODORES .:EI LNV ENGINEERING Ic:. 801 Navigation, Suite 300 Coxpus Christi, TX- 78408 horj~ (361) 883-1984 ~y~t•••~ a,i: (361) 893-1986 ` G" . a•/3•oB QA*Q.ICVeunewl~Y ~~~ I' SHINER .~ MvS~a.~Y 555 N. CARANCAHUA, STE 1650 CORPUS CHRISTI, TX 76478 Phone: 361-857-2211 Fax: 361-657-7234 T~._«..~~ .,, f ! ~ FOR Q. , ir ~ 1 '• C~ Q' ~P S TRAFFIC DEPARTMENT -~~~~ E CZTY OF CORPUS CHRISTI, TEXAS Phone: 361/826-3500 ~ ~ Fax: 361/826-3501 (~.acT Ciry of Corpus _ ° :..... Chnsti AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRIST2, TEXAS Phone: 361/826-3500 ' Fax: 361/826-3501 PROJECT NO: 6453 & 6454 DRAWING NO: STR 795 & 796 2008-510 M2008-324 12/09/08 (Revised 7/5/00) TRAFFIC SIGNAL INSTALLATION PART 1 - GOLLIHAR & AIRLINE, AYSRS & PORT AVENUE PART 2 - PARR ROAD 22/WHITECAP AND SH361/COI+aiODORSS PROJECT NOS. 6454 & 6453 Table of Contents NOTICB TO BIDDERS (Revised 7/5/00) NOTICH TO CONTRACTORS - A (Revised Sept. 2000) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/s/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A-11 Cooperation with Public Agencies (Revised 7/s/00) A-12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 Disposal/Salvage of Materials ;r i--^,-~iely Qzii22 NOT IISSD A-18 Schedule and Sequence of Construction A-19 Construction Project Layout & Control A-20 Testing and Certi£iCation A-21 Project Signs A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) _ ,.a iu^,.,^ ^~~~^^~ NOT USHD A-24 Surety`BOnds ,._~_„ ~,.^.•~..___.-:-- NOT IISSD (6/11/98) A-26 Supplemental Insurance Requirements +~-: • = c,... *+_ ^' ^ NOT IISHD A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents _: ~:.: ^,. _.._,.,.a _~ .~_ - NOT IISSD A-36 Other Submittals (Revised 9/18/00) M^ ..s.___.. c...,. _ra NOT USED A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities NOT USBD A-40 Amendment to Section B-6-6: Partial Estimates "a••~ ^^ NOT IISSD A-42 OSHA^RUles & Regulations A-43 Amended Indemnification & Hold Harmless (9/96) A-44 Change Orders (4/26/99) -45 As-Built Dimensions and Drawings (7/5/00) ~ ~~-~ ^` NOT IISHD r TOC 1 OF 3 A-47 Pre-Construction Exploratory Excavations (7/5/00) A-48 Overhead Electrical Wires (7/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00) A-50 Re-routing of Traffic During Construction A-51 Amended "Prosecution and Progress" PART 8 - GSNSRAL PROVISIONS PART C - FSDSRAL WAGS RATSS AND RSQIIIRSMSNTS PART T - TSCHNICAL SPSCIFICATIONS 400 Excavation and Backfill for Structures 416 Drilled Shaft Foundations 420 Concrete Structures 421 Hydraulic Cement Concrete 440 Reinforcing Steel 441 Steel Structures 442 Metal for Structures 445 Galvanizing 447 Structural Bolting 448 Structural Field Welding 449 Anchor Holts 500 Mobilization 502 Barricades, signs & Traffic Handling 506 Temporary Erosion, Sedimentation, and Environmental 529 Concrete Curb, Gutter and Combined Curb and Gutter 531 Sidewalks 618 Conduit 620 Electrical Conductors 621 Tray Cable 624 Ground Boxes 628 Electrical Services 636 Aluminum Signs 656 Foundations for Traffic Control Devices 666 Ref lectorized Pavement Markings 666 Prefabricated Pavement Markings 677 Eliminating Existing Pavement Markings and Markers 678 Pavement Surface Preparation for Markings 680 Installation of Highway Traffic Signals 682 Vehicle and Pedestrian Polycarbonate Signal heads 684 Traffic Signal Cables 655 Roadside Flashing Beacon Assemblies 686 Traf £ic Signal Pole Assembly (Steel) 687 Pedestal Pole Assemblies 688 Pedestrian Detectors and Vehicle Pool Detectors 835H04 Controller Cabinet Assembly (Bond 2004 Project) 835V-4 Video Detection Rack Mounted CPU System 866 Adjustable Polycarbonate LED Traffic Signals 927 Traffic Signals LED 987 Uninterruptible Power Supply 988 Led Countdown Pedestrian Signal 29555 Ethernet Switch for Traffic Signals 6007 Removing Traffic Signals 6266 Video Imaging Vehicle Detection System 8098 LED Internally Lighted Street Name Signs 8155 Battery Back-up System for Signal Cabinets Controls * Note - All references to "Texas Department of Transportation" or any derivation thereof will be substituted with "City of Corpus Christi". Additional specifications not contained herein can be found in the Texas Department oP Transportation Standard SpeciPicationa £or Construction and Maintenance o£ Highways, Streets, and Bridges 2004. These specifications may be viewed and downloaded for no charge via the following Internet address: iic gip://www.dot.state.tx.us/business/soecifications.htm TOC 2 OF 3 PART W - DRAWINGS LIST OF DRAWINGS PART 1 LIST OF DRAWINGS PART 2 NOTICE AGRHEMEN'P PROPOSAL/DISCLOSDRB STATBMBNr PERPORMANCE BOND PAYNSNT BOND TOC 3 OF 3 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the_City of Corpus Christi, Texas for: TRAFFIC SIGNAL INSTALLATION: Part 1 - GOLLIHAR & AIRLINE, AYSRS & PORT AVENQS; consists of insta ing six tra >_c signa po es wit 28 t roug 55' mast arms, two 8-phase full actuated controllers, 10 ground boxes, ILSN signs, traffic signals, pedestrian signals, VIVDS Camera assembly, conduit & accessories, ADA ramps, sidewalk and curb and gutter; in accordance with the plans, specifications and contract documents. Part 2 -PARR ROAD 22/wHITSCAP AND SH361/COMMODORES consists of the removal of an existing traffic signal at 2 separate locations and the installation of a new traffic signal at these same locations, in accordance with the plans, specifications and contract documents; Bids will be received at the office of the City Secretary until 2:00 pp..-m. on Wednesda , October 29, 2008 and then publicly opened rte. Any i receive a er c osing time will be returned unopened. A pre-bid meeting is scheduled for 10:00 a.m. on Wednesda Oy ctobes 22, 2008 and will be conducted by t:~Fe~. The ocation o t e meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. A bid bond in the amount of 5~ of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non- responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no/100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non-refundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Kevin Stowers -Interim Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 9. Underground Hazard 5. Products/ Completed Operations - Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden 6~accidental ^ REQUIRED discharge; to include long-tern X NOT REQUIRED environmental impact for the disposal of contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements ~ REQUIRED X NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and. Supplemental - Insurance Requirements REQUIRED X NOT REQUIRED Page 1 of 2 C ?he City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. O The name of the Project must be listed under "description of operations" on each certificate of insurance. O For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 826-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 Texas Administrative Code TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER li0 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context cleazly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (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 workers' compensation 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 (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction--Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor--A person bidding for or awazded a building or construction project by a governmental entity. (4) Coverage--Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement--A written agreement on form TWCC-81, form TWCC-82, form TWCC-83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project--Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the govemmental entity. (7) Persons providing services on the project ("subcontractor" in §406.096 of the Act)--With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regazdless of whether that person contracted directly with the contractor and regazdless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity famishing persons to perform services on the project. Page 2 of 11 "Services" includes but is not limited to 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. (8) Ptroject--Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project aze covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by pazagraph (7) of this subsection; (2) as part. of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those requu•ed to accommodate the specific document in which they are contained or to impose stricter standazds of documentation: Attached Graphic Page 3 of 11 ci) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the govemmental entity: (A) 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 (B) 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; (5) retain all required certificates of coverage on file for the duration of the project and for one yeaz thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten 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; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold Type and text in at least 19 point normal type, and shall be in both English-and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coveragd showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one yeaz thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten 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 (II) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A)-(H) of this pazagraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract 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 aself-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." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one yeaz thereafter; (G) notify the govemmental entity in writing by certified mail or personal delivery, within ten 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 (H) contractually require each person with whom it contracts, to perform as required by this subpazagraph and subpazagraphs (A)-(G) of this pazagraph, with the certificate of coverage to be provided to the person for whom they aze providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declazed to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into'on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who aze required pursuant to Texas Civil Statutes, Article 66750, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, § 1.20).. This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this § 110.110 adopted to be effective September 1, 1994, 19 Texlieg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 T28S 110.110(d)(7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. " Page 8 of 11 T28S110.110(c)(7) Article .Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate')- Acopy 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. 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. Persons providing services on the project ("subcontractor" in §406.096) -includes all persons or entities performing a[I or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and f ling of any coverage agreements, which meets the statutory reguirements 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 mustprovide a certifcate 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, fele 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 ftle certificates of coverage showing coverage jor all persons providing services on the project; and (2) no later than seven days ajler receipt by the contractor, a new certifrcate of coverage showing extension of coverage, if the cove7kge period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 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 ver fy 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 arty coverage agreements, which meets the statutory requirements of Tezas Labor Code, Section 401.011(44) jor all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end ofthe coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certiftcate 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 cert ~cate 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 certiftcate of coverage ends during the duration of the project; (S) 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 aself-insured, with the commission's Division ofSelf- Page 10 of 11 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. Page I I of 11 PART A SPECIAL PROVISIONS TRAFFIC SIGNAL INSTALLATION PART 1 - GOLLIHAR & AIRLINE, AYERS & PORT AVENUE PART 2 - PARR ROAD 22/WHITECAP AND 9H361/COMMODORES PROJECT NO. 6453 & 6454 SECTION A - SPECIAL PROVISIONS A-1 Time sad Place of Receiving Proposals/Pre-Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2.00 p m Wedaeaday October 29, 2008. Proposals mailed should be addressed in the following manner: City of Corpus Christi City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL- TRAFFIC SIGNAL INSTALLATION Part 1 GOLLIHAR & AIRLINB, AYERS 6 PORT AVENUE, Part 2 PARR ROAD 22/WHITECAP AND SH361/COMMODORES PROJECT NOS. 6453 & 6454 A pre-bid meeting will be held on Wedaesday, October 22, 2008, beginning at 10:00 a.m. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will include a discussion of the project elements. No additional or separate visitations will be conducted by the City. A-2 Definitioas and Abbreviations Section 8-1 of the General Provisions will govern. A-3 Deacriptioa o£ Project TRAFFIC SIGNAL INSTALLATION: Part 1 - GOLLIHAR & AIRLINE, AYSRS & PORT AVENUE; consists o£ installing six traffic signal poles with 28' through 55' mast arms, two B- phase full actuated controllers, 10 ground boxes, ILSN signs, traffic signals, pedestrian signals, VIVDS Camera assembly, conduit & accessories, ADA ramps, sidewalk and curb and gutter; Part 2 -PARR ROAD 22/WHITECAP AND SH361/COMMODORSS~ consists of the removal of an existing traffic signal at 2 separate locations and the installation of a new traffic signal at these same locations, All in accordance with the plans, specifications and contract documents; A-4 Method o£ Award The bids will be evaluated based on the following ordet of priority, subject to availability of funds: 1. Base Bid Part 1, and Base Bid Part 2 iadividually, or combined, or 2. Saee aid Part 1 plus additive altaraate 1, sad Base Bid Part 2, iadividually or combined, Sectioa A - SP (Revised 12/15/04) Page 1 of 25 The City intends to award the contract to single or multiple contractors within the available project funding. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5~ Bid Hond (Must reference Traffic 3igaal Installation, Parc i - as (A Cashier's Check, certified check, money order or bask draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement A-6 Time of Completion/Liquidated Damages The working time for completion of the Project will be 120 calendar days for Part 1 sad 120 calendar days for Part 2 or 240 days i£ awarded to one contractor. An additional 30 days will be allowed for the Part 1 Additive Alternate iE awarded. The Contractorshall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. Days Allocation £or Raia: The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule and for each stage of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. MONTH DAYS MONTB DAYS January 3 Days July 3 Days February 3 Days August 4 Days March 2 Days September 7 Days A ril 3 Days October 4 Days May 4 Days November 3 Days June 4 Days December 3 Days This project is essentially a construction contract for a period of Calendar Days, as defined in Section A-6, and as detailed elsewhere in the contract documents. Damages for exceeding the time allotted shall be as described below. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, Section A - SP (Revised 12/15/04) Page 2 of 25 which damages by their nature are not capable of precise proof. The Director of Engineering Services (CityEngineer) may withhold and deduct from monies otherwise due the Contractor from the monthly pay estimate the amount of liquidated damages due the City. A-7 Workers Compeasatioa Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. in accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A-8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. A-9 Acknowledgment o£ Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so- will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for heavy construction. ^` -^^ " ~^« Mi.nimnn Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimwn hourly wage rates for Nueces County, Te~.s as set out in Part C. The Contractor and any subcontractor must rot pay less than the specified sage rates to all laborers, ~.orlm~z, and mechanics enployed by then in the execution of the Cantract. The Ccntractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion t]~eseof, for each laborer, xorkman, or mechanic enployed, if such person is paid less than the specified rates for the Section A - SP (revised 12/15/04) Page 3 of 25 classification of cork perfoxmed. The Contractor and each suhc~tsactor must keep an acctir<ate record showing the Hanes and classifications of all laborers, worlmien, axri mechanics e~loyed by than in coru~ection with the Project and showing the actual wages paid to each vorker. The Contractor will Hake bi-wee]c1y certified payroll suklAittals to the City x~,g;,,~+-. The Contractor will also obtain copies of such certified payrolls fran all subcontractors alai others working on the Project. These dawnents will also be sutxnitted to the City FYninr~r bi-weekly. (See section for Mimrity/Minority Business Enterprise Particig3tion Eblicy for additional resn,~+A*~nts COnrnr,,,ng the proper form and content of the payroll submittals.) One and one-half (135) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sun9ays or holidays. (See Section 8-1-1, Definition of Terms, and Section B-7-6, Working Hours.) A-11 Cooperation wlth Public Agencies (Fevised 7/5/00). The Contractor shall cagxxxate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty-eight (48) hour notice to arty applicable agency when work is anticipatedto proceed in the vicinity of arty facility by using the Dig Tess at 1-600-344-8377, the Lone Star Notification O~npany at 1- 800-669-8344, and the Verizon DigAlert at 1-800-483-6279. For the Contractor's convenience, the following telephone rnmbers axe listed. sty F4n-ixuwr 826-3500 Project Engineer I.NV FFTSGIIffitBG Dan S. Ieyendecker, P.E. 863-1984 883-1986 (fax) Rubal T. Perez, Jr., P.E. 883-1984 863-1986 (fax) Traffic ~*+~ring 626-3540 Police Departrent 882-1911 - Water Department 826-1880 (880-3140 after hours) Wastewater Department 026-1918 (880-3140 after hwrs) Gas ~t 885-6900 (885-6900 after hours) Storm Water Department 826-1861 (880-3140 after hours) Parks & Recreation Department 826-3461 Streets & Solid Waste Services 857-1970 A E P 299-4833 (693-9444 after hours) S B C/At&T 881-25ll (1-800-824-4424, after hours) City Street Div. for Traffic Signal/Fiber Optic Lxate 857-1946 857-1960 Cablevision 857-5000 (857-5060 after hours) ACSI (Fiber Optic) 867-9200 (Pager 600-724-3624) EMC (Fiber Optic) 813-1124 (Pager 888-204-1679) ChoiceCOm (Fiber Optic) 881-5767 (Pager 850-2981) CAPf2DCR (Fiber Optic) 512/935-0956 (Mobile) Brooks Fiber Optic (hAN) 972-753-4355 A-12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. it is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is Section A - SP (Revised 12/15/09) Page 4 of 25 his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings; the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 Area Access and Tra££ic Coatrol Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Earricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All costs for traffic control will be paid for according to the bid item in the proposal. A-14 Constructioa Bquipment Spillage sad Trackiag The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed. without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Hxcavatioa and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. Section A - SP (Revieed 12/15/04) Page 5 of 25 All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. eessa~-~ ~emevals~-neltxd' ng bat net „'"' s~aewal#s, 7 A-16 Disposal/Salvage o£ Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the nits by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A-17 Field Office NOT II3HD A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on CALENDAR days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre-Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re-Submission: Revise and resubmit as required by the City Engineer. 5. Monthly Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. The detailed updated construction progress schedule shall be submitted with the monthly pay request. For each calendar day that any work remains incomplete after the time specified in the Contract £or completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500.00 per-' calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, Section A - SP (Revised 12/15/04) Page 6 of 25 which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Hngineer) may withhold and deduct from monies otherwise due to the Contractor the amount of liquidated damages due to the City £rom the monthly pay estimate. Days Allocation for Raia The contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule for each part of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the Power Street Stormwater Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days Completion shall be based on satisfactory work, completed, tested, in accordance with the plan, specifications, and contract documents and connected to the existing system, and accepted by the City for the entire project. Certificate of Completion The requirements to issue the Contractor a Certificate of Completion are the £ollowiag (Project Acceptance Procedures Check List): (1) Final inspection (Contractor shall have red lined set ready to submit to City with all corrections/notes-Engineering Services to coordinate As-BUilt plan preparation with A/E Consultant). (2) Inspector prepares final quantities, contractor evaluation form, and project summary. (3) Inspector/Engineer verifies that all submittals, payrolls, Inspection Reports, As-BUilts, O&M manuals (in electronic format as required), SCADA documentation, and other Field Information are complete. (4) Contractor reviews and agrees to final quantities or differences agreed upon by Contractor and Inspector. (5) Final estimate reviewed by City Construction Engineer. (6) City Construction Engineer submits to Engineering Administrative Asst., the final estimate and Contractor evaluation form and Project Acceptance Procedures Check List. (7) Final payment checklist: (a)~ Affidavit that all bills have been paid, "Waiver of Lien" (b) Submittal of all remaining payrolls (c) Submittal of MBE letter on what Contractor has actually subcontracted through end of project (8) Final Acceptance Memorandum prepared by Administrative Assistant (9) Administrative Asst. reviews for completeness, funding availability, prepares financial paperwork (10) Administrative Asst. submits to director of Engineering Services/Operating Department Head for approval and forwarding to Asst. City Manager (11) Final Acceptance memo returned from Asst. City Manager Section A - SP (Revised 12/15/09) Page T of 25 (12) Authorization for payment (AFP) prepared and submitted to Accounting Department (13) Contractor receives final payment after City Council (if required or Asst. City Manager accepts project. (14) Administrative Asst. sends letter to Contractor informing him or her when one-year warranty date begins (Acceptance Memorandum). City acceptance of the project will be described in as Acceptance Memoraadum to the Coatractor. The warranty will begin on the date that the Acceptance Memorandum is issued to the Contractor. A-19 Constructioa Pro iect Layout sad Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion ofthe City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party or is house independent Registered Professional Land Survey or is house(R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party or is house Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required Streets• All curb returns at point of tangency/point of circumference Curb and gutter flow line - both sides of street on a 200' interval; Street crowns on a 200' interval and at all intersections. Wastewater: Seoiiort A - SP (Revised 12/15/04) Page 8 of 25 water• Stoxmwater• _ i • ,., ,..._ ..,.,., e __ _a ci _.. is ..~ ,miens.,. _a ,.~ A-20 Testing sad Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A-21 Project Signs The Contractor must furnish and install 1 Project sign at the project location as indicated on the following drawings. (Attachment I) The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer. A-22 Minority/Minority Business Enterprise Pazticipatioa Policy (nevised 10/99) Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 2989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. Definitions Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons Section A - SP (Revised 12/15/04) Page 9 oP 25 include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, mustbe entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. Seotioa A - SP (Revised 12)15/04) Page 10 of 25 Goals The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Huaiaeas Hnterprise (Percent) Participation (Percent) 45 ~ 15 ~ These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23~ Inspection Required (Revised 7/5/00) (NOT vsHn) - l l F...... .. it _a Fe A-24 Surety Honde Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follows: "NO surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10~) of the Surety Company's capital and surplus with reinsurers) authorized to do business in the State of Texas. The amount of the bond reinsured Sactioa A - SP (Revised 12/15/04) Page 11 0£ 25 by any reinsures may not exceed ten percent (10%) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsures authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsures that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsures must be listed in the Federal Eegister as holding certificates of authority on the date the bondwas issued." A-25 Sales Tax Sxemptioa (NOT IISED) -l.. 1._ ~ 4. _F /~_... _.... _1l _...' _i 1Ti - _F T - ll.. g p~ ~g~a~e-egaee-aa ._,.. -.a 6the~ C-ha~ge~s„ ".,. _ _, ~,...... 4,._ ,.4. _ a ..,..____=, = _,,....__^,T~ 3 _, 4 _ - _, _,..,. ..a ... _,.. ~~ ~esa,le eerkf€ieate to the '- "'' -'~' ,,:„ _,: A-26 3uoplemeatal Insurance Requiremeata For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: -~ In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: Section A - SP (Revised 12/15/09) Page 12 oP 25 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section 8-6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A-27 Responsibility for Damage Claims NOT IISED .]...i....t , hl .. ml... L... ~...] ..l 1 Section A - SP (Revised 12/15/04) Page 13 of 25 A-28 Conaideratioae for Contract Award and Sxecutioa To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City P ~yineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has notbeen paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Admiaiatration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five (5) yeaze recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) yeaze recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field actnialatratioa staff is a prerequisite to. the City Brigiaeer'a obligationto execute a contract for this Project. If such approval is not obtained, the award may be rescinded. - Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City k'ngineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. Section A - 9P (Revised 12/15/04) Page 14 of 25 A-30 Amended "COnsiderat ioa of Contract' Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the CityEngineercloes not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A-35-K, if applicable. Section A - SP (Revised 12/35/04) Page 15 of 25 10. Within five (5) days following bid opening, submit is letter form, iafolatatioa identifying type of entity sad state, i.e., Texas (or other state) Corporation or Partnership, sad name(s) sad Title (a) of individual(s) authorized to execute contracts on behalf of said entity. A-31 Amended Policy oa Bxtra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for airy extra work for which a change order has not been signed by the Director of IIlgineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Execution of Ceatract" Requiremeata Under "General Provisions and Requirements for Municipal Construction Contracts" 5-3-5 Execution of Contract add the following: The award of the Contract may be rescinded at airy time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of arty kind, including for breach of contract, against the City, nor is the City obligated td perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry nut the provisions of this Contract. Contractor is reminded to attend the Pre-Bid Meeting referred to in Special Provision A-1. A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ABTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. 35 City Water Facilities: Special Requirements (NOT USED) wer)e~--ar €a 'n ' =Y--C=tr ..:,~•. •`'° g r .-pe~ P _ a ,.~. , ... ~~~ .f .. ..1 r ~.. ...; n.. ..., uF ~j ~ ~I,..~ ~~ .. G~YTC ~~=,e~P~eg~ram-w#.}.}-be .n~.l _ L... u~t~vr .....i -_ ..u u..... Z C-c, - yr ---- Section A - 9P (Revised 12/15/04) Page i6 of 25 ._L 41.J Jr.. G....J IJ / _G_.n ~it,3~ ~ eq ~a3gmen~ seed - _ _ __ _ ___.L Y ,.._ lTaf$ena~ ~-a _~a^ _ _ __ „n.,_ _ _, eex~s~m-fe n~er earz s~~e~e mast; ~e - _° ~„ --- `L_ r. g~e~an Qe blue e~ v~h~~e ^''- r 6 >=a2~ei'-5rn-i-=-p~ey'de ^, ,._L., c.. _ _ _ e, f~~ I 9ectioa A - SP (Revised 12/15/04) Page 17 of 25 ..L...: .. .. 1 .n.i - /..... .. Gt.. ... .•.a - ...i L.. ..3 ~. _ ~L•. rL.. _ _ .. bL.. F. A F ., ,..~•<.. ~ ~'~ } a3i•' a ra- r t=em ~He ~ Fre99-p rcii~ ~=-p -~ rr L.. 3 , . . e 5 ~~ ..c, . 4 an3--n en~a ~~-kae epeei Fr nE " ^ F•., ,.. r s- .-..s-_' _..., -"'' __a CT He e~ma e ;,e ~ a~ e 3~ maFr~a~n- ~ePa ~~~-sa • , ~ ~ .. 4J ..L - a - .. o r _- Z E the - 8 =~~ e~ Ana-F ree-a ~ L.. Section A SP (Revised 12/15/09) Page 18 of 25 A-36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options,- and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. I Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers~to promptly report, thru Contractor, any inability to comply with provisions. Section A - SP (Revised 12/15/04) Page 19 of 25 Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise the related equipment will not be approved for use on the project. A 37 Amended "Arrangement and Charge for Water Furnished by the City" NOT IISBD 6 ~5-F~~amiemenP- ~13e Een rae6e=-melt L_ _ ._«„~. ..a _ „~ n.L. .. ...~.~... ^'^-^a3ae the-gre-eeasEr~uet#en-meeting. ""'- ^^- - ~- - -~--= c =_ ---- ----- A-38 Worker's Compensation Coverage for The requirements of "Notice to Contractors 'B'" are incorporated by reference in this Special Provision. A 39 Certificate o£ Occupancy and Final Acceptance NOT IISSD ~ F ..r_ _ 3G 2$e A-40 Amendment to Section H-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial- Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-41 Ozone Advisory NOT IISED , A-42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHArules and regulations while performing any and all City-related projects and or jobs. Section A - SP (Revised 12/15/04) page 20 of 25 A-43 Amended Indemnification ~ Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injuxy to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. A-46 Disposal of Highly Chlorinated water (7/5/00) NOT IISED t~tr-~,.~-wa~e~~=emu ,....,.,.. ..F _ :1., .i. ..M ...-~.-. SecCion A - SP (Revised 12/15/04) Page 21 of 25 ~~, a.. ..F a: L_ r~4d_ ~~p- a: ..r ..t ..f .a A-47 Pre-Construction Hxploratory 8xcavationa (7/5/00) Prior to any construction whatsoever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20-feet of proposed ~_-_-_-_- traffic signal foundations of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. F....~ Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate etates: location thereof, distance to thepavement centerline and elevations of the top of existing pipelines. Contractor shall perform no construction work oa the project until all exploratory excavations have been made is their entirety, the results thereof reported to the Bagiaeer and until Contractor receives Sngineer'a approval of report. Hxploratory excavation shall be considered subsidiary to the various bid Ztema. -ia F.. A-48 Overhead Slectrical P/irea (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with CP&L and inform CP&L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guaranty" (e/z9/oo) Under "General Provisions and Requirements for Municipal Construction Contracts", B-B-il Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." Section A - SP (Revived 12/15/09) Page 22 of 25 A-50 Re-routiag of Traffic Duriag Conetructioa For each location, traffic control plans have been provided in the drawings. Minor modifications may be required to conform to specific site conditions. Should the Contractor desire to deviate from the provided traffic control details, it shall be the Contractor's responsibility to provide revised traffic control details to the City Traffic Engineer for approval. The plans shall be prepared by a registered engineer in the state of Texas. The plans should be submitted for approval two weeks in advance prior to its implementation. The Traffic Control Plan submittals should be on the ataadard 22^ x 34" plan sheets sad should be readable, legible, clean, proportionate sad iE possible to scale; sad shall meet the City of Corpus Christi's "Uniform Harricadiaq Standards sad Practices". Any additional cost incurred due to preparation of a revised Traffic Control Plan shall be the Contractor's responsibility. No additional payment will be made. The Contractor shall secure the necessary permit from the City's Traffic Department. Any cost associated with the implementation of the traffic control plan shall be subsidiary to other items in the contract. A-51 Amended "Prosecution and Progress°. Under "General Provisions and Requirements 'for Municipal Construction Contracts", B-7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. if funds, for any reason, are not appropriated in any given year, the .City may direct suspension or termination of the contract. if the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract. section A - SP (Revised 12/15/04) Page 23 of 25 SSIHMITTAL TRANSMITTAL FORM PROJECT: OWNSR: CITY OF CORPUS CHRISTI SNGINSSR: LNV ENGINEERING CONTRACTOR: 3DSMITTAL DATE: APPLICABLE SPSCI OR DRAAIING SUBMITTAL NOMBSR: SUBMITTAL Soction A - SP (Aeviead 12/15/09) Page 24 oP 25 SUBMITTAL TRANSMITTAL PORM PROJECT: OWNRR: CITY OF CORPUS CHRISTI SN6INERR: HDR/SHINER MOSELEY ENGINEERING CONTRACTOR: SUBMITTAL DATB: SUBMITTAL NUbffiHR: APPLICABLB SPECIFICATION OR DRANINO SUBMITTAL Section A - Se (Revised 12/15/04) Page 25 of 25 ~ <D ~ W ~ - __---,...-._1-. .__~_. ~. i __~. v_ ----- ~ ' I i l ~ ^ ---i~--- i ___.. _ .. W ~ ~ o `O O ^ 0] Z O w~ i o e• ~ U ~ x 2 U ~ U ~ ~o ° vz z \ ~ ~ a c~ ~ ~Y U 3m _ ~ ~ O ~ CJ ~ \ .- I CV ~_ ^ .- In ~ V1 W.-, W^ Uv Uv O^ ON ~ro ~rn a~ as n. ^ w ~- ,,, 7 W ~ W W ~ i~ a~ a~ 1 ~L~ ~ _Z N tc ~ \ .~ ~ ~ 4 _ ~., F --I -_. -_. ____- N (~ o ~Z m W WO. a. ~~ ~~~, /p QU Yj\ U O ^ W ¢ 0] ^ i /~ V OW mU ~ J o ~ I I 2= W~ v . a --~ ~ 4 r _ .. _ ., ^. ® V _. -------~-- . .: -+_--- -- i i a° I ~.''~; cp X r, ~,- v 'r ~`-' f i ;_-~: ~~ I~ ~_ ` 'I i' 'II ATT~-C H IUI E N T 1 .ai r..,, _ ,1 A G R E E MEN T THE STATE OF TEXAS § COUNTY OF NUECES ~ THIS AGREEMENT is entered into this 9TH day of DECEMBER, 2008, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Star Operations, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $745,176.50 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: TRAFFIC SIGNAL INSTALLATION PART 1 - GOLLIHAR 6 AIRLINE, AYERS 6 PORT AVENUE ppgT 2 _ pp,Rg ROp,D 22/WfiITECAP 6 SH 361/COMMODORES PROJECT NO. 6453 ~ 6454 (TOTAL BASE BID PART 1-A, PART 1-B+ADD ALT#1, PART 2: $795,176.50) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 PART 1 - GOLLIHAR S AIRLINE, AYERS & PORT AVENUE PART A. PORT AVENUE & AYERS I II III IV V ITEM 4UN T Description Unit Total I price MOBILIZATION, COMPLETE IN PLACE ~ ~S~ $ 2 ~~ ~~ Al 1 LS l --.. FER LUMP SUM,. - A2 1 LS TRAFFIC CONTROL, COMPLETE IN ~~+~ $ f~~y~~~ PLACE PER LUMP SUM. A3 1 LS PLANM COMPLETELINTPOLACERPERNLUMP ~~25•_ $'1'LS.~ SUM. CONTROLLER 6 PHASE FULL-ACTUATED W/INTERNAL TIME BASE 00 ~ O_o " A9 1 EA COORDINATOR/BCT (T52- L,f)fb_ I O(X). $ I , CABINET)W/FOUNDATION, COMPLETE IN PLACE PER EACH. AS 1 EA SIGN R3-1 (30" X 30"), COMPLETE ~ ~®,~ $ '1V ~pO IN PLACE PER EACH. 1 EA SIGN R3-2 (30" X 30"), COMPLETE ~ ~O ~~ $ ~~ O' A6 IN PLACE PER EACH. 1 EA SIGN R3-8 SPECIAL (36" X 60") , $ qd,'~~ $ ~® ~ A7 COMPLETE IN PLACE PER EACH. 1 EA SIGN R10-6L SPECIAL (24" X 36"), $ „ C ~ ~ $ 35'0= A8 COMPLETE IN PLACE PER EACH. SIGN R10-6R (29" X 36"), COMPLETE O', ~~~~ ~ $~ A9 1 EA IN PLACE PER EACH. - 10 1 EA SIGN R5-1 (30" X 30"), COMPLETE ~ 3~5 q0 oa $ ~5' A IN PLACE PER EACH. SIGN R10-9 (12" X 9"), COMPLETE ~ EJe~ °_'~ lV $ t~~'~ All 9 EA IN PLACE PER EACH. 12 1 EA ILSN SIGN 6 SINGLE (LED), ' r P 2s'LOO~ $ a~~®~ - A PLACE PER EACH. COMPLETE IN A13 3 EA GROUND BOX, TYPE "A" WITH APRON, ~ ' c^ p? ~`- $ e Q v~ ~ 'P-~`d--- COMPLETE IN PLACE PER EACH. 19 2 EA GROUND BOX TYPE "C", COMPLETE IN ~ p ~®,?c O $ ~~.~~ o~ A PLACE PER EACH. LED PEDESTRIAN SIGNAL LAMP UNIT ~ 0_7 oD - 15 9 EA COMPLETE IN PLACE PER (SYMBOLS) SSp $ ~ a.~ A , EACH. 16 9 EA PEDESTRIAN PUSH BUTTON, COMPLETE ~ ~ ~~~~~ O' $ ~~~ A IN PLACE PER EACH. REVISED Proposal Form ADDENDUH NO. 2 Page 3 of 20 ATTACFASENT N0. 1 PAGE 3 OF 20 A17 2 EA 8' PEDESTRIAN POLE, COMPLETE IN ~ ~_ ~ S ~^~~~ PLACE PER EACH. - A18 18 EA SIGNAL FACE, SECTION 12" LENS (POLYCAnsONATE) W/BACKPLATE, o7 ~ g0 - ®~ $ layer COMPLETE IN PLACE PER EACH. A19 6 EA 12" LED TRAFFIC SIGNAL LAMP COMPLETE IN PLACE PER (RED) ~ 00 I~. l1 OD S ~12U•~ , EACH. A20 4 EA 12" LED TRAFFIC SIGNAL LAMP (AMBER), COMPLETE IN PLACE PER i. O`~ IZS• a~ S SCX~ EACH. A21 2 EA 12" LED TRAFFIC SIGNAL LAMP (AMBER W/ ARROW), COMPLETE IN ~{~ o0 '1S. 00 S I&~ ' PLACE PER EACH. A22 9 EA 12" LED TRAFFIC SIGNAL LAMP (GREEN), COMPLETE IN PLACE PER ~ e_7 0~ O~ S 4CX~ EACH. A23 2 EA 12" LED TRAFFIC SIGNAL LAMP (GREEN W/ARROW), COMPLETE IN ~ _ 07 "~ S ~~®O'~ PLACE PER EACH. A29 6 EA HORIZONTAL BRACKET ASSEMBLY (ASTRO-BRACKET), COMPLETE IN 1. o_~ B I~JO oO S aC~® PLACE PER EACH. A25 1 EA POLE GALVANIZED W/28' MAST ARM ( ILSN) , COMPLETE IN PLACE PER oa ..E7o ~ ~J o~ S ~~ 2-CX~ EACH. _~ A26 1 EA POLE GALVANIZED W/55' MAST ARM, e~ I~ i 1.21.) ~ S ~^'~ DSO. o~ COMPLETE IN PLACE PER EACH. A27 11.9 LF REINFORCED DRILLED SHAFT 29" DIAMETER (TYPE A), COMPLETE IN ~~ S O~~AO 00 PLACE PER LINEAR FOOT. A28 13.2 LF REINFORCED DRILLED SHAFT 36" DIAMETER (TYPE A), COMPLETE IN oss ~ ~Q.- 'DD S o1~~g~)iO• PLACE PER LINEAR FOOT. A29 21.9 LF REINFORCED DRILLED SHAFT 98" DIAMETER (TYPE A), COMPLETE IN ~ 3~~~ ~ S~D PLACE PER LINEAR FOOT. A30 30 LF 1-1/9" PVC CONDUIT (SCHEDULE 40), COMPLETE IN PLACE PER LINEAR 07 T ~. o.°S S ~I®• FOOT. A31 5 LF 3" PVC CONDUIT (SCHEDULE 40), COMPLETE IN PLACE PER LINEAR Sb ~ ~~. e 5(3 S tl~• - FOOT. REVISED Proposal Form ADDENDUM NO. 2 Page A Of 20 ATTACF-~NT N0. 1 PAGE 9 OF 20 3" PVC CONDUIT (SCHEDULE 40) ER 07 ~S ~ _ O~ S ~ ~ ~~• A32 65 LF (BORE), COMPLETE IN PLACE P _ _ e - LINEAR FOOT. 9" PVC CONDUIT (SCHEDULE 40), $b $O A33 35 LF COMPLETE IN PLACE PER LINEAR ~ I~'•-_ $ FOOT. 9" PVC CONDUIT (SCHEDULE 40) ~ ~J'.~ ~_ A39 60 LF COMPLETE IN PLACE PER (BORE) 4Z• S 2 ~S ~• , LINEAR FOOT. _ 1/C #6 (BARE), COMPLETE IN PLACE 7S Sa PER LINEAR FOOT. 1/C #6 XHHW POWER CABLE (POWER ~ IS ®_~ ~~S A36 100 LE' CABLE TO CONTROLLER)X2, COMPLETE '. • $ IN PLACE PER LINEAR FOOT. 1/C #B XHHW (INSULATED), COMPLETE ~ ~ 1,8 S .~~~ 00 A37 205 LF IN PLACE PER LINEAR FOOT. 3/C #12 XHHW (ILSN), COMPLETE IN _ ~' ~ 0= $ ~~ A38 60 LF ' ' PLACE PER LINEAR FOOT. 5/C #19 SIGNAL CABLE, COMPLETE IN $ ! a'S ~ $a ~- - A39 399 LF $ 1 1 pLACE PER LINEAR FOOT. 90 130 LF 7/C #19 SIGNAL CABLE, COMPLETE IN ~ 4.fas ^^ Sb $ d~~• A pLACE PER LINEAR FOOT. A91 125 LF 16/C #14 SIGNAL CABLE, COMPLETE ~ ~ ~~ S •~'3'~ $E? IN PLACE PER LINEAR FOOT. A92 1 EA VIVDS PROCESSOR UNIT, COMPLETE IN ~ ~~°® S QA~~oO _l~ pLACE PER EACH. VIVDS CAMERA ASSEMBLY, COMPLETE ' ~®ti ~ ~s~ 09 S ~ A93 3 EA ~ B w IN PLACEPER EACH. VIVDS SET-UP SYSTEM (FIELD SET-UP o ' 07 A99 1 EA COMPLETE IN PLACE PER COMPUTER) _ ~ I I5~ S ~ e ~S® , ~ EACH. VIVDS COMMUNICATION CABLE ~ 11 Lpb ~ 03 _ ~ 2 A45 295 LF COMPLETE IN PLACE PER (COAXIAL) tl. • $ , LINEAR FOOT. 3/C #12 (VIDEO)(POWER CABLE), Cob _~ A96 295 LF COMPLETE IN PLACE PER LINEAR !! i• S "!~ 2• FOOT. SERVICE ENTRANCE WEATHER HEAD, ~ ~~ ®~ S S"a°O? A97 1 EA COMPLETE IN PLACE PER EACH. REVISED Proposal Fozm ADDENDUM NO. 2 Pdge 5 Of 20 ATTACFASENT NO. 1 PAGE 5 OF 20 ®~ o~ A98 5 EA COPPERWELD GROUND ROD & CLAMP. $ ~ $ ~~ COMPLETE IN PLACE PER EACH. INSTALLATION OF HIGHWAY TRAFFIC 1 ~_ O~ 1 EA COMPLETE IN SIGNAL (ISOLATED) I,IOO. $ l,tC)O. A49 , PLACE PER EACH. ELECTRICAL SERVICE TYPE D ~ ~_ W 35 - I 1 EA (120/140) 060 (NS) 6S (E) TS (0) Z 3$~ 0. $ 2 ~ A50 , I COMPLETE IN PLACE PER EACH. A51 1 EA BATTERY BACK-UP SYSTEM, COMPLETE p ~~dJ ~ o~ $~t=--- IN PLACE PER EACH. PREFABRICATED PAVEMENT MARKING GO ~ ~~ ~_ $ F COMPLETE IN 24" WHITE SOLID) • $~ - A52 29 L , ( PLACE PER LINEAR FOOT. O~ TOTAL PART A: $ I \5 ~Y~7(J . " (Bid Items Al-A52) REVISED Proposal Form ADDENDUM N0. 2 Page 6 of 20 ATTACFAfENT N0. 1 PAGE 6 OF 20 PART 1 - GOLLIHAR 6 AIRLINE, AYERS & PORT AVENUE PART B. GOLLZHAR ROAD & AIRLINE ROAD I II III IV V ITEM T 4UN Description Unit Total I price MOBILIZATION, COMPLETE IN PLACE ~ i ~,,,~°~ $~~~°~ B1 1 LS !~- PER LUMP SUM. TRAFFIC CONTROL, COMPLETE IN 0 ~ ~ l2 QXY~°~ $ 9Z B2 1 LS ~00 ~ PLACE PER LUMP SUM. STORM WATER POLLUTION PREVENTION °.7 ~ ' oD ' B3 1 LS PLAN, COMPLETE IN PLACE PER LUMP _ ~25.~__ ~aS._= $_ SUM. CONTROLLER 8 PHASE FULL-ACTUATED W/INTERNAL TIME BASE o7 00 B9 1 EA COORDINATOR/BCT (TS2-CABINET), ~ Q)(X)~ ~ $ I~ ~~ - + _ ~ WITH FOUNDATION, COMPLETE IN PLACE PER EACH. BS 1 EA SIGN R3-8 (36" x 60"), COMPLETE ~ Ct® °? ! $ e ® pO -1 IN PLACE PER EACH. SIGN R10-12 (29"X30"), COMPLETE ~ p/~ °O $ ~$® o~ B6 2 EA ~ IN PLACE PER EACH. _ - B7 8 EA SIGN R10-4 ~(12" X 9"), COMPLETE # ~ ~®~ ~ $ ~a-~ IN PLACE PER EACH. BB 9 EA ILSN,SIGN 6' SINGLE (LED), ~ a,~rn°~ $ pp~ ~~y~~ ~y6 °`~~ COMPLETE IN PLACE PER EACH. B9 1 EA GROUND BOX TYPE A WITH APRON, °~ ~~ DO $ ~~~~ COMPLETE IN PLACE PER EACH. GROUND BOX TYPE C, COMPLETE IN ~ 8~ ®~ $ ~ L~l.~lJ ~ B10 9 EA O ' PLACE PER EACH. LED PEDESTRIAN SIGNAL LAMP UNIT k o~ ° hh og ° B11 8 EA SYMBOLS), COMPLETE IN PLACE PER ( 5S~ $ ~'s~yV . EACH. B12 8 EA PEDESTRIAN PUSH BUTTON, COMPLETE ~ `~ ~ Q` 1 $4 ~~09 IN PLACE PER EACH. B13 1 EA 8' PEDESTRIAN POLE, COMPLETE IN #~ 'Y $ ~~°® PLACE PER EACH. SIGNAL FACE, SECTION 12" LENS ~ ~ y~ °~ B19 92 EA (POLYCARBONATE) W/BACKPLATE, ~ $ ~13'~tJ COMPLETE IN PLACE PER EACH. REVISED Proposal Form ApDENDUM N0. 2 Page % of 20 ATTACIMENT NO. 1 PAGE 7 OF 20 5 10 EA 12" LED TRAFFIC SIGNAL LAMP COMPLETE IN PLACE PER (RED) & ~ •~ ~~ e a-~ o~ S l~ B1 , EACH. 10 EA 12" LED TRAFFIC SIGNAL LAMP COMPLETE IN PLACE PER ' (AMBER) b o_~ 1 I~• o~ $ B16 , EACH. 2 A 12" LED TRAFFIC SIGNAL LAMP COMPLETE IN (AMBER W/ARROW) °'J ~ ~~• °~ $ I9O B17 E , PLACE PER EACH. A 10 12" LED TRAFFIC SIGNAL LAMP COMPLETE IN PLACE PER (GREEN) ~ o' ~_ _ ~, $ E ~• B18 E , EACH. 12" LED TRAFFIC SIGNAL LAMP COMPLETE IN GREEN W/ARROW) ~ ~ `15 •'° ~_ s 0~d• B19 2 EA , ( PLACE PER EACH. 10 EA HORIZONTAL BRACKET ASSEMBLY COMPLETE IN (ASTRO-BRACKET) } o_O 'Y 1~• Oa $ ,n~~ B20 , PLACE PER EACH. _ _____ 2 EA POLE GALVANIZED W/36' MAST ARM COMPLETE IN PLACE PER ILSN) ~ _ _ _O~ t~_ ti/Y`\= $ ~~~~°o 821 , ( EACH. f - 1 EA POLE GALVANIZED W/40' MAST ARM COMPLETE IN PLACE PER (ILSN) °7 ~ ~ f~OQ ty '_1 a'~ $_4~1~ B22 , EACH. B23 1 EA POLE GALVANIZED W/49' MAST ARM (ILSN) , COMPLETE IN PLACE PER EACH. ~ _ _ O:a -~Q+c~/Y~~- $ ~~a'~ o? Jcw 2 9 LF 11 REINFORCED DRILLED SHAFT 29" COMPLETE IN DIAMETER (TYPE A) 6~ ~ ~Sb. O~ $ 1.}~;~ • a 9 B . , PLACE PER LINEAR FOOT. REINFORCED DRILLED SHAFT 36" COMPLETE IN IAMETER (TYPE A) ~ °o ZUU p ~ ?Sn~__ $~ B25 26.9 LF , D PLACE PER LINEAR FOOT. ~ REINFORCED DRILLED SHAFT 36" COMPLETE IN DIAMETER (TYPE B) °0 ~ E~~J. 0.~ $ ~'~~~•p B26 30.9 LF , PLACE PER LINEAR FOOT. 1-1/9" PVC CONDUIT (SCHEDULE 90), COMPLETE IN PLACE PER LINEAR °~ ~ Z p• 0'J S ~-9V 627 10 LF FOOT. 5 L 3" PVC CONDUIT (SCHEDULE 40), COMPLETE IN PLACE PER LINEAR ~ ~ V~° ~~ $ ~~~•~ 828 F 2 FOOT. REVISED Proposal Form ADDENDUM NO. 2 Page B of 20 ATTACFIIdENT N0. 1 PAGE 8 OF 20 9" PVC CONDUIT (SCHEDULE 40), $~ ®3 B29 20 LF COMPLETE IN PLACE PER LINEAR ~ ~~__ Q S Z-t®. _ _ FOOT. 9" PVC CONDUIT (SCHEDULE 40) ~ p7 B30 225 LF (BORE) , COMPLETE IN PLACE PER ~ -1Z~ $ ~,ySO, ° LINEAR FOOT. B31 20 LF 1/C #6 (BARE), COMPLETE IN PLACE ~ ,~ ~- r-~ ~ $ `~~ pER LINEAR FOOT. 1/C #6 XHHW POWER CABLE (POWER ~ )5 ~ ~ q O'J ~ 832 90 LF CABLE TO CONTROLLER) X2, COMPLETE •. $ ~Q. ___ IN PLACE PER LINEAR FOOT. 1/C #S XHHW (INSULATED) COMPLETE ~ ~ ~ GCS 00 ~ 833 320 LF T ~ $ o {~ INPLACE PER LINEAR FOO 3/C #12 XHHW (ILSN), COMPLETE IN ~ ~ ~ ClW o~ B39 600 LE $ PLACEPER LINEAR FOOT. 5/C #19 SIGNAL CABLE, COMPLETE IN ~i5 1o-~ ©t,~Jl o0 B35 752 LF . i $ i vV PLACE PER LINEAR FOOT. 7/C #19 SIGNAL CABLE, COMPLETE IN ~ ~ VS s15O ~~ B36 152 LF $ e~ PLACE PER LINEAR FOOT. 1® ~~ B37 420 LF 16/c #14 SIGNAL CABLE, COMPLETE ~ ~ $ '~~~~~ IN PLACE PER LINEAR FOOT. ° O 0? VIVDS PROCESSOR UNIT, COMPLETE IN ~p - ( - ~ 4 4~~ e B38 1 EA D~ e $ "° pLACE PER EACH. VIVDS CAMERA ASSEMBLY, COMPLETE $ ~ ~ B39 9 EA $ ' U IN PLACE PER EACH. VIVDS SET-UP SYSTEM (FIELD SET-UP 1 oa ® ® 690 1 EA COMPUTER), COMPLETE IN PLACE PER ~B$® e _ ~o~ $ ~„CSD, EACH. VIVDS COMMUNICATION CABLE ~ f~ (mO B91 661 LF (COAXIAL), COMPLETE IN PLACE PER I• _ $ i)~ 5 I, " LINEAR FOOT. 3/C #12 (VIDEO) (POWER CABLE), ~ (@e2 ~~ B92 661 LF COMPLETE IN PLACE PER LINEAR ~. $~ ®~`~. FOOT. SERVICE ENTRANCE WEATHER HEAD, ~® ~ ~~ e~ B93 1 EA E J. J $ COMPLETE IN PLACE P R EACH. COPPERWELD GROUND ROD & CLAMP, ~ ~® °~ ~y ~ C~ B99 6 EA $ COMPLETE IN PLACE PER EACH. REVISED Proposal Form ADDENDUM NO. 2 Page 9 of 20 ATTACFR+,ENT N0. 1 PAGE 9 OF 20 INSTALLATION OF HIGHWAY TRAFFIC cD °_~ B95 1 EA SIGNAL (ISOLATED), COMPLETE IN ~ +_ $~~.5~ _ PLACE PER EACH. ELECTRICAL SERVICE TYPE D o' ~ B96 1 EA (120/290)060(NS)GS(E)TS(0), ~ a ~~ _ $ ~~~~~ _ _ COMPLETE IN PLACE PER EACH. B97 1 EA COMPLETE BATTERY BACK-UP SYSTEM, ~ !_ [/y~- `Y =- ~ $ '_ [/y~ - - ~~~~^~ IN PLACE PER EACH. - t CONCRETE SIDEWALK (5'), COMPLETE o0 ~ ~]~~ ~ Z ~ $ `! B98 561 SF • Kl• ~ IN PLACE PER SQUARE FOOT. B99 226 SF CONCRETE CURB RAMP, COMPLETE IN $ ~~•®' $ (.~~®~~•~ PLACE PER SQUARE FOOT. REMOVE AND REPLACE CONCRETE CURB ~ N ~ B50 168 LF AND GUTTER, COMPLETE IN PLACE PER lpD•_ _ $ 10~0~ O• LINEAR FOOT. PREFAB PAVEMENT MARKING (12" ~ ~j~i - ^^ r ~ ~ ~ B51 239 LF COMPLETE IN PLACE WHITE SOLID) f®• $ dq a " , PER LINEAR FOOT. MEN 2 G B ~ E o' ~ ® ~ 0~ B52 216 LE PLACE IN SOLIp COMPLETE WHITE ~. 6. ~ $ PER LINEAR FOOT. o-y 5~ TOTAL PART B : $ ~ 1 ~' Q~~ • (Bid Items Bl-B52) REVISED Proposal Form ADDENDUM NO. 2 PdgC 30 of 20 ATTACHMENT NO. 1 PAGE 10 OF 20 PART 1 - GOLLZHAR & AIRLINE, AYERS & PORT AVENUE PART C. ADDITIVE ALTERNATIVE NO. 1 FIRE STATION SIGNALIZATON I II III IV V ITEM 4 T R~ Description - Unit i Total I ( pr ce Provide materials and labor to o~ ®p install Sign W3-3 (36"X36"), ~ 3~ _ $ 3~.~ C1 i EA (provided by City), COMPLETE IN - -- - PLACE PER EACH. Provide materials and labor to pp o0 install SIGN W11-12P (29"X18"), ~ 3S, ' ~ 3S' C2 1 EA (provided by City) COMPLETE IN PLACE PER EACH. Materials and labor to install !~ ~_ F ~~ o~ ~~~' C3 1 EA SIGN W11-8 (30" x 30") COMPLETE . $ IN PLACE PER EACH. _ Materials and labor to install ~ ~~ ~~ ~ o' C4 1 EA SIGN R10-19 (36" X 36") COMPLETE ~ i~ $ IN PLACE PER EACH. °® GROUND BOX TYPE A WITH APRON, r~ ~ ~ ~ $ ~~® CS 1 EA JIJ •~V -- COMPLETE IN PLACE PER EACH. GROUND BOX TYPE C WITH APRON, Q °~ oa COMPLETE IN PLACE PER EACH. 12" LED TRAFFIC SIGNAL LAMP 09 ~ oD ~~® C7 2 EA COMPLETE IN PLACE PER (RED) ~~. . $ , EACH. 12" LED TRAFFIC SIGNAL LAMP, o' ~ ap ~ r 2 EA COMPLETE IN PLACE PER (AMBER) IZS. $ ~ ®' _ C8 , EACH. 12" LED TRAFFIC SIGNAL LAMP o~ ~ 07 e 9 2 EA COMPLETE IN PLACE PER (GREEN) ~r $ ~W C , _ EACH. HORIZONTAL BRACKET ASSEMBLY o 7 ~ 10 2 EA COMPLETE IN (ASTRO-BRACKET) _ ~ ISO, _ $ 30® C , PLACE PER EACH. C11 1 EA POLE GALVANIZED W/29' MAST ARM, ~eeO~o' J $ ~~®PJ®.®~ COMPLETE IN PLACE PER EACH. REINFORCED DRILLED SHAFT 36" ~7~~~~ oa ®'~ C12 2 LF 13 DIAMETER (TYPE A), COMPLETE IN ~IXJ ~~ V^ . PLACE PER LINEAR FOOT. 2" PVC CONDUIT (SCHEDULE 90), e ~ ~ ®' ~ ~ ~ C13 100 LF COMPLETE IN PLACE PER LINEAR • ~ ' ' FOOT. REVISED Proposal Form ADDENDUM No. 2 Pdge 11 O` 20 ATTAC}PffiNT N0. 1 PAGE 11 OF 20 2" PVC CONDUIT (SCHEDULE 90) ~b $O C19 95 LF COMPLETE IN PLACE PER (BORE) ~ 7 ZQe• ~ S ~,E c~••_ , _~_ LINEAR FOOT. 3" PVC CONDUIT (SCHEDULE 40), S~ ~ ~ .Sd C15 155 LF COMPLETE IN PLACE PER LINEAR { l• ^ Y S tea, a "•__ FOOT. 3" PVC CONDUIT (SCHEDULE 40) {~ Z ~_ ~ ter, DO ~ C16 50 LF (BORE), COMPLETE IN PLACE PER Y J • SIe 6~L~• LINEAR FOOT. ~ 1/C #8 (INSULATED), COMPLETE IN ~ 4 ,,rr ~ S 4r C17 355 LF • ~ • pLACE PER LINEAR FOOT. 7/C #14 SIGNAL CABLE, COMPLETE IN ~ ' S~ $ ~~~ C18 210 LF pLACE PER LINEAR FOOT. OPTICOM MODEL 711 PRIORITY ~ ~ ~ C19 2 EA DETECTOR, COMPLETE IN PLACE PER ~en~ flo~Z.J ° S I ,~~ m EACH. ~ ~ OPTICOM MODEL 752 PHASE SELECTOR, ~ °~ °1~° e~"^ ~1 C20 1 EA ~ l e ~ S ~t ~Ji.J COMPLETE IN PLACE PER EACH. OPTICOM MODEL 138 DETECTOR CABLE, gs I - ay^ oO ~ C21 920 LF COMPLETE IN PLACE PER LINEAR • S d 6 • FOOT . C22 1 EA FLASHING BEACON ASSEMBLY, EACH ~ ~ pc~~ ~9`i~- r A S ~OC6JV °~ . COMPLETE IN PLACE PER COPPERWELD GROUND ROD 6 CLAMP, ®~ ,~ ~S S C~C~ ~ C23 2 EA • • - - COMPLETE IN PLACE PER EACH. C29 29 LF PREFABRICATED PAVEMENT MARKING (24" WHITE SOLID), COMPLETE IN d .~~•~~ 'P S ~~ ~ @9 PLACE PER LINEAR FOOT. TOTAL PART C : $ d~ ~~~ (Bid Items C1-C24) ~1p~ `G~+(~J, ~~ TOTAL PART 1 BASE BID (PART A + PART B) : $ ~,-te ~l O~j ~] ®O TOTAL, ADDITIVE ALTERNATIVE NO. 1 (PART C) : $ K~p ~~~• REVISED Proposal Form ADDENDUM N0. 2 Page 12 Of 20 ATTACFII~NT NO. 1 PAGE 12 OF 20 PART 2 - PARK ROAD 22/WHITECAP AND SH 361/COMMODORES I II III IV V ITEM 4iR1IT Description Unit price Total 1 1 LS MOBILIZATION, DEMOBILIZATION, AND BONDS (SH 361/COMMODORES), ~ ~; Q~ $ ~/~/~o_o ~~~.L-- COMPLETE IN PLACE PER LUMP SUM. 2 1 LS MOBILIZATION, DEMOBILIZATION, AND BONDS (WHITECAP BLVD), COMPLETE ~ ,_ _~ 6er1Y~V~ $ _ _ ~ ~~(x__ IN PLACE PER.LUMP SUM. -- 3 12 LF DRILL SHAFT (TRAFFIC SIGNAL COMPLETE IN PLACE POLE) (29IN) ~ G7 0.~• ~ $~.5~.-_ , PER LINEAR FOOT. 4 41 LF DRILL SHAFT (TRAFFIC SIGNAL COMPLETE IN PLACE POLE)(36IN) e,~ ~_ ~ ~ JVe ~ $ '~,~~•~ , PER LINEAR FOOT. 5 110 LF DRILL SHAFT (TRAFFIC SIGNAL COMPLETE IN PLACE POLE)(98IN) ¢ ~_ 'i ~~. ~ $ ~~ ~- , PER LINEAR FOOT. 6 9 MO BARRICADES, SIGNS AND TRAFFIC COMPLETE IN PLACE PER HANDLING ~ ~ ~ p(~ ~ $ l2p(X~L) y , MONTH. _ 7 165 LF CONDUIT (PVC)(SCHEDULE 80)(2"), COMPLETE IN PLACE PER LINEAR ®o I2.~ as $ '6~. oO• FOOT. 695 LF CONDUIT (PVC)(SCHEDULE COMPLETE IN PLACE 80) (2") (BORE) ~ OD Z.1• c9 $ 63~~J~S•~ 8 , PER LINEAR FOOT. 9 155 LF CONDUIT (PVC) (SCHEDULE 80) (9") , COMPLETE IN PLACE PER LINEAR ~ 5P~ ~t0• gr-~7 ~~ S ~ ~J 1• ~ FOOT. _ 10 085 LF 1 CONDUIT (PVC)(SCHEDULE COMPLETE IN PLACE 0)(4")(BORE) 8 ~ Sb ~~° ~t S6 ~ ~~e~°~~' , , . PER LINEAR FOOT. 11 70 LF ELECTRICAL CONDUCTOR (NO. 6) COMPLETE IN PLACE PER BARE 3S ~ ~• o Sb $ ~~• , LINEAR FOOT. 12 70 LF ELECTRICAL CONDUCTOR (NO. 6) INSULATED, COMPLETE IN PLACE PER ~ ~ g~ $ ~©~ ®Q' ____"__ LINEAR FOOT. REVISED Proposal Form ADDENDUM NO. 2 Page 13 of 20 ATTACHMENT NO. 1 PAGE 13 OF 20 ELECTRICAL CONDUCTOR (N0. 8) 0~ ~ 13 2,280 LF BARE, COMPLETE IN PLACE PER ~ E• ~ $ ~~~~U~ LINEAR FOOT. ELECTRICAL CONDUCTOR (NO. 8) } ~b •8 ~ ~b ~ 19 005 LF 2 INSULATED, COMPLETE IN PLACE PER ~. P• S o6~ ® , LINEAR FOOT. TRAY CABLE (3 CONDUCTOR)(12 AWG), ~ ~ I - ^ ry O~ S~ 9 a 15 1,845 LF COMPLETE IN PLACE PER LINEAR • • $ , , FOOT. GROUND BOX TY D (162922) WITH ~ Q/~~ 00 16 12 EA APRON, COMPLETE IN PLACE PER yW ~4VV $ ~e _ EACH. ELECTRICAL SERVICE TY 120/290 ` /` 2 ~ yu~ 17 2 EA 000 (NS) GS (T) EX (O) , COMPLETE IN !~ ~ n S PLACE PER EACH. REFL PAVEMENT MARK TY I a oo 18 18 EA (W) (ARROW) (100MIL), COMPLETE IN ~ d~c®o S aS~O~o PLACE PER EACH. REEL PAVEMENT MARK TY I o_a ~~ /~~y~ o~ ~ ~ 19 18 EA (W)(WORD)(100MI L), COMPLETE IN O W $ PLACE PER EACH. REFL PAVEMENT MARK TY II ~ c7 C ~_ 20 18 EA (W)(ARROW), COMPLETE IN PLACE PER IAO $ E,~ pD. EACH. REFL PAVEMENT MARK TY II ~ ~ o~ ~ oa 21 18 EA (W) (WORD) , COMPLETE IN PLACE PER ^ __I~ __ $ ~ p~~Q __ EACH. INSTALL HIGHWAY TRAFFIC SIGNAL °° O'J 22 2 EA (ISOLATED) , COMPLETE IN PLACE PER ~I ~ pi~ $ ~~p~ O~V EACH. O? p0 BACK PLATE (12IN)(3 SECTION), ~ ~~ h ~y~ 23 23 EA S COMPLETE IN PLACE PER EACH. -i BACK PLATE (12IN) (9 SECTION), ~ "'!S ~ 1~Q°~ 29 2 EA • $ COMPLETE IN PLACE PER EACH. VEHICLE SIGNAL SECTION (12ZN) LED ~ ua 25 8 EA (GREEN ARROW), COMPLETE IN PLACE ~ I~oO S ~e Z~S® - PER EACH. ~ VEHICLE SIGNAL SECTION (12IN) LED ~ tt C o7 ~6S C oa ~ ~ ~ 26 19 EA (GREEN) , COMPLETE IN PLACE PER i $ _J + EACH. REVISED Proposal Form ADDENDUM NO. 2 Pa./e 19 of 20 ATTACFR:ENT NO. 1 PAGE 14 OF 20 27 6 EA VEHICLE SIGNAL SECTION (12IN) LED COMPLETE IN PLACE (YELLOW ARROW) o~ ~ E~~•~ e`er S Q~ ~y , PER EACH. 26 19 EA VEHICLE SIGNAL SECTION (12IN) LED COMPLETE IN PLACE PER (YELLOW) oa ~ ~~~• o~ S_F~-t?' - , EACH . _.,___ VEHICLE SIGNAL SECTION (12IN) LED ~ o~ ~ ISb po 4UO ~ 29 6 EA COMPLETE IN PLACE (RED ARROW) • $ • , PER EACH. VEHICLE SIGNAL SECTION (12IN) LED 1• oo •9 ~SD ~, S a s~s~ 30 19 EA COMPLETE IN PLACE PER (RED) . . F , EACH. TRAFFIC SIGNAL CABLE (TY A)(19 }, 3.b rr - ~~ ~ P a ~I~ 31 2,300 LF AWG) (9 CONDUCTOR) , COMPLETE IN 1• • ~ & S PLACE PER LINEAR FOOT. TRAFFIC SIGNAL CABLE (TY A)(19 ~ 7O ~ ~ S ~~ 32 750 LF 1 AWG)(16 CONDUCTOR), COMPLETE IN • ` • , PLACE PER LINEAR FOOT. INSTALL TRAFFIC SIGNAL POLE ILSN 36' k~11 ~ ~~ t ~~h $ 49 ~W 33 1 EA , ) ASSEMBLY (S) 1 ARM ( _ {1 __ } - COMPLETE IN PLACE PER EACH. INSTALL TRAFFIC SIGNAL POLE ~ e ~ 39 1 EA ASSEMBLY (S) 1 ARM (36') LUM & u o S ILSN, COMPLETE IN PLACE PER EACH. 35 1 EA INSTALL TRAFFIC SIGNAL POLE ASSEMBLY (S) 1 ARM (99') ILSN, ~• ~ ~ 3~ ®, 5~~~~-_ COMPLETE IN PLACE PER EACH. INSTALL TRAFFIC SIGNAL POLE °o ~ (~ ~~ ~~ ~ ®'/ ~~ y 'l 36 2 EA ASSEMBLY (S) 1 ARM (50') ILSN, ~ y ] ~ PW.•+~~+ ~ S ~ V`~ -'Y COMPLETE IN PLACE PER EACH. INSTALL TRAFFIC SIGNAL POLE LUM & ' ~/~~ ~~ SW o~ S J UW 37 2 EA ) ASSEMBLY (S) 1 ARM (55 b ILSN, COMPLETE IN PLACE PER EACH. 1 EA INSTALL TRAFFIC SIGNAL POLE ASSEMBLY (S) 1 ARM (65') LUM & ~ ~ 2~ ®~ S J QQ• e 38 ILSN, COMPLETE IN PLACE PER EACH. 2 EA PEDESTRIAN POLE ASSEMBLY, ~~ $ ij !~ 39 COMPLETE IN PLACE PER EACH. 09 p® 2 EA REMOVING TRAFFIC SIGNALS, ~ ~T S A~p~ - 90 COMPLETE IN PLACE PER EACH. - REVISED Proposal Form ADDENDUM No. 2 Pa gE 15 Of 20 ATTACfQ~NT N0. 1 PAGE 15 OF 20 2 EA VIVDS PROCESSOR SYSTEM, COMPLETE ~ ~ ~a q~j~' 1 ~7~dV ery ~ $ z 6 '~~,-° __.~.-- 91 IN PLACE PER EACH. 42 13 EA VIVDS CAMERA ASSEMBLY, COMPLETE ~ ~ ?~~/~~ ! ~! $ ~~_,q(~, -~~~r--- IN PLACE PER EACH. ~ 2 gp VIVDS SET-UP SYSTEM, COMPLETE IN ~ ('u(~~O o ~ 93 PLACE PER EACH. VIVDS COMMUNICATION CABLE ~' ~ ~ 09 ®~~ 515 LF COMPLETE IN PLACE PER (COAXIAL) • $ p~ • 49 3, , LINEAR FOOT. 9 EA LED ILSNS (6 S) (LED), COMPLETE IN ~~ ~/" ~ $~40p 95 PLACE PER EACH. _ LED ILSNS (8 S) (LED), COMPLETE IN ~'1 ~ $ ~2~~~. 46 9 EA PLACE PER EACH. - UNINTERRUPTIBLE POWER SUPPLY, ~~~ $ fiZ AVV~~ -~-~"~~- 97 2 EA COMPLETE IN PLACE PER EACH. eo TOTAL PART 2 BID (Bid Items 1-97) REVISED Proposal Form Pr.ge 16 of 20 ADDENDUM N0. 2 ATTACFR-PENT N0. 1 PAGE 16 OF 20 BID SUMMARY BASE BID PART 1: po A B - AYERS & PORT AVENUE - GOLLIHAR & AIRLINE $ $ ~ IS I'1~.¢ ISO' ~ 034' S0 - BASE BID PART 1 (A+B) $ ~~, 5~ I~y BASE BID PART 2: 6~ PARK ROAD 22/WHITECAP & SH 361/COMMODORES $ -l~~~LP~ t• Q $a TOTAL BASE BID PART 1 + PART 2 $ X119 ~7 ~' Qo PART 1 ADDITIVE ALTERNATE $ 2Sy Z~-~ ``ll Sb BASE BID PART 1 PLUS ADDITIVE ALTERNATE $ ~~~ '~1~~' REVISED Proposal Form ADDENDUM NO. 2 PdcJe 17 of 20 ATTACHMENT N0. 1 PAGE 17 OF 20 The Contractor will commence work within ten (10) calendar days from date hey receive written work order and will complete aho same within ?,All NDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTES~~`~ City Secretary CITY OF COR~~P~~U//JJS CHRISTI BY: i'I"!~ Osca~ artinez; Assistant City Manager APPRO D~,AI IS /,TyO LEGAL By: U~W'~"~~ Asst. City Attorney ATTE~/Ta~: (If Corporation) ~WW ~/`i i ~-c eal Below) (Note: If Person signing for corporation is not President, attach copy of authorization to sign) BY : :'~~~ Pete Anaya, P.E. Director of Engineering Services P.O. Box 4100 (Address) CORPUS CHRISTI, TX 78469 (City) (State)(ZIP) 361/852-2120 * 361/852-2122 (Phone) (Fax) 3 ~r cauwc(~ srca~~a^~ Agreement Page 2 of 2 nnvm~f a mm~n P R O P O S A L F O R M F O R TRAFFIC SIGNAL INSTALLATION PART 1 - GOLLIHAR & AIRLINE, AYERS & PORT AVENUE PART 2 - PARK ROAD 22/WHITECAP & SH 361/COMMODORES PROJECT NO. 6453 & 6454 DEPARTyENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS REVISED Proposal Form ADDENDUM NO. 2 Page 1 of 20 ATTACFQ~NT N0. 1 PAGE 1 OF 20 P R O P O S A L Place: CbRPUS C1+R1511 Date: ~-~rj'08 Proposal of STAR ®PL-RRT10~15 ~~er- ' a Corporation organized and existing under the laws of the State of TrX1~S OR a Partnership or Individual doing business as T0: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: TRAFFIC SIGNAL INSTALLATION PART 1 - GOLLIHAR b AIRLINE, AYERS & PORT AVENUE PART 2 - PARK ROAD 22/WHITECAP S SH 361/COMMODORES PROJECT NO. 6453 6 6454 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: REVISED Proposal Form ADDENDUM N0. 2 Page 2 of 20 ATTACI¢1ENT N0. 1 PAGE 2 OF 20 PART 1 - GOLLIHAR & AIRLINE, AYERS & PORT AVENUE PART A. PORT AVENUE & AYERS I II III IV V ITEM QTY & UNIT Description Unit Price Total Al 1 LS MOBILIZATION, COMPLETE IN PLACE ~Z,'LSU.°. $ Z;ZSa•~~ PER LUMP SUM. A2 1 LS TRAFFIC CONTROL, COMPLETE IN ~L~~x~2~ $ 'Zi~~~o~ PLACE PER LUMP SUM. A3 1 LS PLANM COMPLETELINTPOLACERPERNLUMP ~~IZS•- $ ~IZS.o SUM. A9 1 EA CONTROLLER 8 PHASE FULL-ACTUATED W/INTERNAL TIME BASE COORDINATOR/BCT (TS2- CABINET)W/FOUNDATION, COMPLETE IN PLACE PER EACH. o~ ~~ ,OCR Oo $ ~~~~~• AS 1 EA SIGN R3-1 (30" X 30"), COMPLETE ~ qD,~ $ q~ o0 '1 IN PLACE PER EACH. 1 EA SIGN R3-2 (30" X 30"), COMPLETE ~ qO _~ $ ~~ 07 A6 IN PLACE PER EACH. 1 EA SIGN R3-8 SPECIAL (36" X 60"), 90 ~ qd.' OO $ Q~.._ A7 - COMPLETE IN PLACE PER EACH. 1 EA SIGN R10-6L SPECIAL (29" X 36"), $ ~5 -' $ 31~5.~' A8 COMPLETE IN PLACE PER EACH. A9 1 EA SIGN R10-6R (29" X 36"), COMPLETE ~ 3~S - a.o $~ IN PLACE PER EACH. 10 1 EA SIGN RS-1 (30" X 30"), COMPLETE $ 35'00 $ ~5 =0 A IN PLACE PER EACH. ll 9 EA SIGN R10-9 (12" X 9") , COMPLETE ~ 40 °_~ $ ~~o.'a? A TN PLACE PER EACH. A12 1 EA ILSN SIGN 6' SINGLE (LED) , ~ 2~•1~~ $ a ~~~~ ~ COMPLETE IN PLACE PER EACH. A13 3 EA GROUND 80X, TYPE "A" WITH APRON, .~~_C^~ ~ $ ~ pC~~~ -'!-~'"~--- COMPLETE IN PLACE PER EACH. A19 2 EA GROUND BOX TYPE "C", COMPLETE IN 8~o O° $1 ~ o? J-i PLACE PER EACH. A15 9 EA LED PEDESTRIAN SIGNAL LAMP UNIT COMPLETE IN PLACE PER (SYMBOLS) ~ o_D SSp o;J $ ~,2.(~U - , EACH. A16 9 EA PEDESTRIAN PUSH BUTTON, COMPLETE ~ ~ ~~5. O~ $ ~(~ IN PLACE PER EACH. REVISED Proposal Form ADDENDUM N0. 2 PdcJf 3 Of 20 ATTACFPIENT N0. 1 PAGE 3 OF 20 A17 2 EA 8' PEDESTRIAN POLE, COMPLETE IN ~ ~ ~~-- ~ $ t ZC)O - PLACE PER EACH. A18 18 EA SIGNAL FACE, SECTION 12" LENS (POLYCARBONATE) W/BACKPLATE, o7 ~ $~ - °~ S I~y~'IZ~ s COMPLETE IN PLACE PER EACH. 19 6 EA 12" LED TRAFFIC SIGNAL LAMP COMPLETE IN PLACE PER (RED) ~t O~ ~ IU. u ~ S `~' A , EACH. 20 4 EA 12" LED TRAFFIC SIGNAL LAMP COMPLETE IN PLACE PER (AMBER) 1. O~`~ i IZS. ~_ $ ~~ A , EACH. A21 2 EA 12" LED TRAFFIC SIGNAL LAMP COMPLETE IN (AMBER W/ ARROW) ~ o~ 9S. 09 $ ?iSZ.. - , PLACE PER EACH. 22 9 EA 12" LED TRAFFIC SIGNAL LAMP COMPLETE IN PLACE PER (GREEN) i• e_~ a )~d ~~~0~7 S~~___ A , EACH. A23 2 EA 12" LED TRAFFIC SIGNAL LAMP (GREEN W/ARROW), COMPLETE IN Orj ~ ~iS O_O S ~~~ PLACE PER EACH. 29 6 EA HORIZONTAL BRACKET ASSEMBLY COMPLETE IN (ASTRO-BRACKET) ~ o~ 150 °~ s Ry0 A , PLACE PER EACH. A25 1 EA POLE GALVANIZED W/28' MAST ARM COMPLETE IN PLACE PER (ILSN) o~ ~ rJ~ V~ pO S S• a-~ , EACH. A26 1 EA POLE GALVANIZED W/55' MAST ARM, $ ~~~ 1Sp ~ S'"~~SO•~ COMPLETE IN PLACE PER EACH. A27 9 LF 11 REINFORCED DRILLED SHAFT 29" DIAMETER (TYPE A), COMPLETE IN o~ ~ ~~•- oa S I,'19~. . PLACE PER LINEAR FOOT. 2 LF 13 REINFORCED DRILLED SHAFT 36" COMPLETE IN DIAMETER (TYPE A) ~ ~~ _ 00 S a~19~60• A28 . , PLACE PER LINEAR FOOT. _ 29 9 LF 21 REINFORCED DRILLED SHAFT 98" COMPLETE IN DIAMETER (TYPE A) d~ ~^ ~ Si~T A . , PLACE PER LINEAR FOOT. 30 30 LF 1-i/9" PVC CONDUIT (SCHEDULE 40), COMPLETE IN PLACE PER LINEAR 00 ~ ~• O'-~ S 20®• A FOOT. 31 5 LF 3" PVC CONDUIT (SCHEDULE 90), COMPLETE IN PLACE PER LINEAR $b ~$ I\• 56 $ YL• A FOOT. REVISED Proposal Form ADDENDUM NO. 2 Page A of 20 ATTACHMENT N0. 1 PAGE 9 OF 20 3" PVC CONDUIT (SCHEDULE 40) PER o~ ~ 3S o~ ~S• 2 S ~L A32 65 LF (BORE), COMPLETE IN PLACE • - ~ LINEAR FOOT. 9" PVC CONDUIT (SCHEDULE 40), ~ $b $O A33 35 LF COMPLETE IN PLACE PER LINEAR ~~•- S'S C~1 • FOOT. 9" PVC CONDUIT (SCHEDULE 40) t ~( ~'~ ' ~_ A34 60 LF (BORE), COMPLETE IN PLACE PER ~4 `2• S Z(S ~• LINEAR FOOT. 1/C #6 (BARE), COMPLETE IN PLACE ~ ~ "IS S 22•Sfl A35 6 LF PER LINEAR FOOT. _ 1/C #6 XHHW POWER CABLE (POWER 1• IS •R o_~ ~`5 A36 100 LF CABLE TO CONTROLLER)X2, COMPLETE ~. • S IN PLACE PER LINEAR FOOT. 1/C #8 XHHW (INSULATED), COMPLETE ~ 126 o0 S ^ yG ~ A37 205 LF • O IN PLACE PER LINEAR FOOT. 3/C #12 XHHW (ILSN), COMPLETE IN ~ ~ ~ o' S ~d A38 60 LF ~ • pLACE PER LINEAR FOOT. 5/C #19 SIGNAL CABLE, COMPLETE IN $ ~ ~ l.lr~ ~ SD _ A39 394 LF f t S pLACE PER LINEAR FOOT. A90 130 LF 7/C #19 SIGNAL CABLE, COMPLETE IN #~ ~ S ~, •$6 of PLACE PER LINEAR FOOT. A91 125 LF 16/C #14 SIGNAL CABLE, COMPLETE ~ ~ ~0 S 33'1 $7? IN PLACE PER LINEAR FOOT. VIVDS PROCESSOR UNIT, COMPLETE IN ~ ~~°~ ~o0 S e __ A92 1 EA • ll PLACE PER EACH. VIVDS CAMERA ASSEMBLY, COMPLETE $, ~Qti ~ 009 S J A93 3 EA ~ a 1 IN PLACE PER EACH. VIVDS SET-UP SYSTEM (FIELD SET-UP o~ o~ A94 1 EA COMPUTER) , COMPLETE IN PLACE PER ~ I ISM S~ !5D EACH. VIVDS COMMUNICATION CABLE ~ 11 lab _ cD e ~ ~ 2 A95 295 LF (COAXIAL), COMPLETE IN PLACE PER I. • S LINEAR FOOT. 3/C #12 (VIDEO)(POWER CABLE), ~~ ~ _~ A96 295 LF COMPLETE IN PLACE PER LINEAR ~. S ~ Z• FOOT. c~ o~ SERVICE ENTRANCE WEATHER HEAD, ~ ~JS S SS, A97 1 EA • COMPLETE IN PLACE PER EACH. REVISED PLOpO5a1 Form ADDENDUM NO. 2 Page 5 Of 20 ATTACHMENT NO. 1 PAGE 5 OF 20 oD o~ COPPERWELD GROUND ROD & CLAMP. ~ L!/~ - $ A98 5 EA ~- COMPLETE IN PLACE PER EACH. INSTALLATION OF HIGHWAY TRAFFIC 1 ~_ ~ 1 EA COMPLETE IN SIGNAL (ISOLATED) I,Ioo. $ ~~~~' A99 , PLACE PER EACH. ELECTRICAL SERVICE TYPE D y ~_ ~` 35b z 1 EA (120/190) 060(NS)6S(E)TS(0) Y 2)3~ ) $ A50 ~ , COMPLETE IN PLACE PER EACH. A51 1 EA COMPLETE BATTERY BACK-UP SYSTEM, dJ ~ O~ $ /_ ~M ~~{==--- IN PLACE PER EACH. PREFABRICATED PAVEMENT MARKING ~O ~ 42 ~_ ~ 24 LF COMPLETE IN (29" WHITE SOLID) • . $ 1,~ A52 , PLACE PER LINEAR FOOT. O~ TOTAL PART A: $ i ~S~ , ~~ . (Bid Items Al-A52) REVISED Proposal Form ADDENDUM N0. 2 Page 6 of 20 ATTACERgNT N0. 1 PAGE 6 OF 20 PART 1 - GOLLIHAR & AIRLINE, AYERS 6 PORT AVENUE PART B. GOLLIHAR ROAD & AIRLINE ROAD I II III IV V ITEM TY & 4 Description Unit Total JNIT price MOBILIZATION, COMPLETE IN PLACE ~ ~ ,.,~,~°~ $ I ~~°~ B1 1 LS '~~ PER LUMP SUM. ~ TRAFFIC CONTROL, COMPLETE IN 00 $ 12 ~p °o $ a2 UCb B2 1 LS ~ ~ PLACE PER LUMP SUM. STORM WATER POLLUTION PREVENTION o~ 1 x ' 25 °~ '1aS = s B3 1 LS PLAN, COMPLETE IN PLACE PER LUMP _ _ . _ .._ ._ _ SUM. CONTROLLER 8 PHASE FULL-ACTUATED W/INTERNAL TIME BASE o7 ~ ~ 00 - B9 1 EA COORDINATOR/BCT (TS2-CABINET), Bt(Xx~ $IZ,(Xb WITH FOUNDATION, COMPLETE IN PLACE PER EACH. BS 1 EA SIGN R3-8 (36" x 60"), COMPLETE ~ \~ o? S 9~ 00 IN PLACE PER EACH. SIGN R10-12 (29"X30"), COMPLETE ~ p/1 O° S ~$O o° B6 2 EA ~- IN PLACE PER EACH. SIGN R10-9 (12" X 9") , COMPLETE ~ I.IO ~ S Sad B7 8 EA IN PLACE PER EACH. 88 9 EA ILSN-SIGN 6' SINGLE (LED) , ~ 7 .~N~~ ~" hSA~ S ~T C~iy~~ Ju~~`6- COMPLETE IN PLACE PER EACH. - GROUND BOX TYPE A WITH APRON, ~bo7 S ~ S~ o~ B9 1 EA o . COMPLETE IN PLACE PER EACH. GROUND BOX TYPE C, COMPTETE IN ~ 8~ o, S'~ !.!(~ ~ L B10 4 EA o 4 ) PLACE PER EACH. LED PEDESTRIAN SIGNAL LAMP UNIT k o-~ " o~ B11 8 EA COMPLETE IN PLACE PER (SYMBOLS) 5SQ $ 4400 , EACH. 812 g gp PEDESTRIAN PUSH BUTTON, COMPLETE .#y ~ ~_ s4 ` 60 IN PLACE PER EACH. 8' PEDESTRIAN POLE, COMPLETE IN t~ 9 ' S ~~o? B13 1 EA f PLACE PER EACH. SIGNAL FACE, SECTION 12" LENS ((~~~~~ ~ °~ 3~®... B19 92 EA (POLYCARBONATE) W/BACKPLATE, ~L1 S 3H COMPLETE IN PLACE PER EACH. REVISED Proposal Form ADDENDUM N0. 2 Page % of 20 ATTAC}Q.fENT NO. 1 PAGE 7 OF 20 B15 10 EA 12" LED TRAFFIC SIGNAL LAMP COMPLETE IN PLACE PER (RED) k ~_ •Y ~D r~~`°~ S~ , EACH. B16 10 EA 12" LED TRAFFIC SIGNAL LAMP COMPLETE IN PLACE PER (AMBER) b o0 'T ~~• 0~ $ , EACH. B17 2 EA SCOMPLETEMIN (AMBERDW/ARROW) ~ 'lS•o0 $ ~ 109 , PLACE PER EACH. B18 10 EA 12" LED TRAFFIC SIGNAL LAMP COMPLETE IN PLACE PER (GREEN) $ o~ ~___ •~ $ ~ ~• , EACH. B19 2 EA 12" LED TRAFFIC SIGNAL LAMP COMPLETE IN (GREEN W/ARROW) ~ D~ S•" D~ $ ~~ , PLACE PER EACH. B20 10 EA HORIZONTAL BRACKET ASSEMBLY (ASTRO-BRACKET), COMPLETE IN oo ~ I5b• c~ S 'n~~ PLACE PER EACH. _______ B21 2 EA POLE GALVANIZED W/36' MAST ARM COMPLETE IN PLACE PER (ILSN) c``'`ow ~~: .7Ci~ o_o $ ~3•~~ , EACH. F B22 1 EA POLE GALVANIZED W/40' MAST ARM COMPLETE IN PLACE PER (ILSN) °7 ~T ~ l ~(~~ ty a~ $_1~~~_ , EACH. _ B23 1 EA POLE GALVANIZED W/44' MAST ARM COMPLETE IN PLACE PER (ILSN) ~ O~ ~ ~~~ QQ ~ $ O~- , EACH. ~ 29 9 LF 11 REINFORCED DRILLED SHAFT 29" COMPLETE IN DIAMETER (TYPE A) m ~ 1SP~. o~ $ ~}~;~• B . , PLACE PER LINEAR FOOT. B25 9 LF 26 REINFORCED DRILLED SHAFT 36" DIAMETER (TYPE A), COMPLETE IN ~ 07 ZUU ~ $ 5- . PLACE PER LINEAR FOOT. B26 9 LF 30 REINFORCED DRILLED SHAFT 36" DIAMETER (TYPE B) , COMPLETE IN o_o ~ I$S. ,I~ 0:7 $ cJ~~o2~;• . PLACE PER LINEAR FOOT. B27 10 LF COMPLETEVINCPLACETPERCLENEAR 40) ~ Z y.~ S ~-EO 0~ FOOT. B28 25 LF 3" PVC CONDUIT (SCHEDULE 40), COMPLETE IN PLACE PER LINEAR ~ I~• - $ 7~2.•5~ J FOOT. REVISED Proposal Form - ADDENDUM NO. 2 Page B of 20 ATTACHI~NT N0. 1 PAGE B OF 20 9" PVC CONDUIT (SCHEDULE 40)~, J• Sb $ Q m_~ ~_ ~ COMPLETE IN PLACE PER LINEAR 1~• S ` • B29 20 LF FOOT. 9" PVC CONDUIT (SCHEDULE 40) ~ uu ~_ Z ~_~ ~ 4S~ COMPLETE IN PLACE PER BORE) -l S • B30 225 LF , ( LINEAR FOOT. 1/C #6 (BARE) , COMPLETE IN PLACE ~ -3 ,5 $ "'~S•°~ B31 20 LF PER LINEAR FOOT. 1/C #6 XHHW POWER CABLE (POWER ~ IS - O~J ` ~ CABLE TO CONTROLLER) X2, COMPLETE I• S 1 • __ B32 90 LF IN PLACE PER LINEAR FOOT. 20 F 1/C #8 XHHW (INSULATED), COMPLETE Zb ~ 1• G ~ 00 S 3 0~(, B33 L 3 INPLACE PER LINEAR FOOT. 3/C #12 XHHW (ILSN), COMPLETE IN ~ 1'Sb 00 S qW __ B39 600 LF PLACE PER LINEAR TOOT. 5/C #19 SIGNAL CABLE, COMPLETE IN ~ ~ ~s S f•1i.~V ~~ 635 752 LF pLACE PER LINEAR FOOT. 2 7/C #19 SIGNAL CABLE, COMPLETE IN $' cO5 $ `a5O $~ B36 LF 15 PLACE PER LINEAR FOOT. 16/c #19 SIGNAL CABLE, COMPLETE ~ 2 10 O~ $ a f2 ~ -L~..~~~-- B37 920 LF IN PLACE PER LINEAR FOOT. 1 EA VIVDS PROCESSOR UNIT, COMPLETE IN aO ~ ~~,b~ _ o7 S (~U~ - 638 pLACE PER EACH. - 9 EA VIVDS CAMERA ASSEMBLY, COMPLETE $' '3 ~ ~ S 5 ~~ ~ ~ B39 IN PLACE PER EACH. VIVDS SET-UP SYSTEM (FIELD SET-UP d• o ~ 'P o_~ OS ~ COMPLETE IN PLACE PER TER) _ ASO a D S B90 1 EA , COMPU EACH. VIVDS COMMUNICATION CABLE } Caa 'i ~d OS'I s COMPLETE IN PLACE PER IAL) I• , ~ S B91 661 LF , (COAX LINEAR FOOT. 3/C #12 (VIDEO) (POWER CABLE) , ~ l2 ~ ~b ' PLETE IN PLACE PER LINEAR _ p 6• S ~aDS ~• 892 661 LF COM FOOT. SERVICE ENTRANCE WEATHER HEAD, SS ~ S SS•°' B93 1 EA COMPLETE IN PLACE PER EACH. COPPERWELD GROUND ROD & CLAMP, ~ ~b•~ S a4,~•~ 894 6 EA COMPLETE IN PLACE PER EACH. REVISED Piopo5dl FOim ADDENDOM NO. 2 Paqe 9 of 20 ATTACFRgNT N0. 1 PAGE 9 OF 20 INSTALLATION OF HIGHWAY TRAFFIC cp o? B95 1 EA SIGNAL (ISOLATED), COMPLETE IN ~ ~ ~ jQ()- $ SvU ~_~_ PLACE PER EACH. ELECTRICAL SERVICE TYPE D o~ v~ B96 1 EA (120/290)060(NS)GS(E)TS(0), ~ ~ ~~ S ~)yb~ _. COMPLETE IN PLACE PER EACH. B47 1 EA BATTERY BACK-UP SYSTEM, COMPLETE ~~ [~y~D7 -- G~ S~ - IN PLACE PER EACH. ~ B98 561 SF CONCRETE SIDEWALK (5') COMPLETE 00 ~• 07 S ~~,__ Z~yl~ IN PLACE PER SQUARE FOOT. CONCRETE CURB RAMP, COMPLETE IN tt pp oa Y ~ u - ~~ ~ B99 226 SF o• S l~ D , PLACE PER SQUARE FOOT. REMOVE AND REPLACE CONCRETE CURB ~ o0 00 B50 168 LF AND GUTTER, COMPLETE IN PLACE PER leb•_ $ ~p~0~0• LINEAR FOOT. PREFAB PAVEMENT MARKING (12" '~ pCi ~ ~ S'~ B51 239 LF WHITE SOLID) , COMPLETE IN PLACE IO• _" S o ~y ' PER LINEAR FOOT. PREFAB PAVEMENT MARKING (24" $ 07 00 B52 216 LF WHITE SOLID) , COMPLETE IN PLACE ~~. S ~, ~~ O PER LINEAR FOOT. r~ r ~j SU TOTAL PART B : $ ' i t„~) ®3 ! • d (Bid Items B1-B52) REVISED Proposal Form ADDEND[IM No. 2 Page 10 0£ 20 ATTACHMENT NO. 1 PAGE 10 OF 20 PART 1 - GOLLIHAR 6 AIRLINE, AYERS 6 PORT AVENUE PART C. ADDITIVE ALTERNATIVE NO. 1 EIRE STATION SIGNALIZATON I II III IV V ITEM QU T Description ~ Unit e Total I pric Provide materials and labor to o~ 00 install Sign W3-3 (36"X36"), ~ 3S $ 35, C1 1 EA (provided by City),COMPLETE IN _ PLACE PER EACH. Provide materials and labor to 00 00 C2 1 EA install SIGN W11-12P (29"X18"), ~ 35. $ 35' - (provided by City) COMPLETE IN PLACE PER EACH. Materials and labor to install y m FF 56 09 ~S~' C3 1 EA SIGN W11-8 (30" x 30") COMPLETE 1 • S IN PLACE PER EACH. Materials and labor to install _ DO ~ 5 ~ ~ 09 S:(~ r C4 1 EA SIGN R10-19 (36" X 36") COMPLETE ~ • S ' IN PLACE PER EACH. o GROUND BOX TYPE A WITH APRON, ~ ~C~°--~ S ~S~.~ CS 1 EA _ COMPLETE IN PLACE PER EACH. C 6 1 EA GROUND SOX TYPE C WITH APRON, O0 ~ 0.7 S ~® COMPLETE IN PLACE PER EACH. 12" LED TRAFFIC SIGNAL LAMP °0 ~ °7 1~® C7 2 EA COMPLETE IN PLACE PER (RED) ~Q. . S , EACH. 12" LED TRAFFIC SIGNAL LAMP { o~ ~ 5O ~ 2 EA COMPLETE IN PLACE PER (AMBER) T IZS. S 2 _ ' CII , EACH. 12" LED TRAFFIC SIGNAL LAMP 0;0 ~ ~_ Z 9 2 EA COMPLETE IN PLACE PER (GREEN) ~ ° UO S C , _ EACH. HORIZONTAL BRACKET ASSEMBLY ~ 07 7 ~_ 0 2 EA COMPLETE IN (ASTRO-BRACKET) ~~. S J~ C1 , PLACE PER EACH.' C11 1 EA POLE GALVANIZED W/24' MAST ARM, ~.O~oO J S 5}O SO,®~ COMPLETE IN PLACE PER EACH. 12 2 LF 13 REINFORCED DRILLED SHAFT 36" COMPLETE IN DIAMETER (TYPE A) ~_ ~ ~ ^^ tn~ 00 S d~V~ _ C . , PLACE PER LINEAR FOOT. 2" PVC CONDUIT (SCHEDULE 40), ~j a ~ ~ 0~ ~ a ~ C13 100 LF COMPLETE IN PLACE PER LINEAR D• S ` • FOOT. REVISED Proposal Fo rn1 ADDENDUM No. 2 Page 11 of 20 ATTACFQ~NT N0. 1 PAGE 11 OF 20 C19 45 LF 2" PVC CONDUIT (SCHEDULE 40) (BORE) , COMPLETE IN PLACE PER '4 ~_~ '4 G.~o• p 50 S ~ .~ i~- LINEAR FOOT. C15 155 LF 3" PVC CONDUIT (SCHEDULE 40) , COMPLETE IN PLACE PER LINEAR `~{ Sa ~ l`• ~,.` sd S ~a,a '__ FOOT. C16 50 LF 3" PVC CONDUIT (SCHEDULE 90) COMPLETE IN PLACE PER (BORE) a~ ~ J~• ~~ $~ ~IJ~'~ , LINEAR FOOT. C17 355 LF 1/C #8 (INSULATED), COMPLETE IN ab ~ ~ - °~ $ 11~~- PLACE PER LINEAR FOOT. C18 210 LF 7/C #19 SIGNAL CABLE, COMPLETE IN $ ~ S~ $ 31S pLACE PER LINEAR FOOT. C19 2 EA OPTICOM MODEL 711 PRIORITY COMPLETE IN PLACE PER DETECTOR c^~_ ~ ~o ~lJ °~ S ~,3UO J , EACH. C20 1 EA OPTICOM MODEL 752 PHASE SELECTOR, ~+ ~`1~ ~ $ a ~~ ~ ~ COMPLETE IN PLACE PER EACH. C21 920 LF OPTICOM MODEL 138 DETECTOR CABLE, COMPLETE IN PLACE PER LINEAR I•~S t~ o? $ 6~~• FOOT. C22 1 EA FLASHING BEACON ASSEMBLY, ~ ~ pC~~ ~~~` $ ~1~~•~ COMPLETE IN PLACE PER EACH. C23 2 EA COPPERWELD GROUND ROD & CLAMP, ,~ (.`S °~ $ C'~0.~ COMPLETE IN PLACE PER EACI{. C29 29 LF PREFABRICATED PAVEMENT MARKING (29" WHITE SOLID), COMPLETE IN ~ 35.~ J $ C ~ ~ OD D PLACE PER LINEAR FOOT. TOTAL PART C : $ oCS , a6~ D . ~ (Bid Items C1-C24)-r CO TOTAL PART 1 BASE BID (PART A + PART B, : $ ag~ ally . o~ TOTAL, ADDITIVE ALTERNATIVE NO. 1 (PART C): $ ~~ ~2•~ ~' REVISED Proposal Foxm ADDENDUM No. 2 Pa [Je 12 of 20 ATTACHMENT NO. 1 PAGE 12 OF 20 PART 2 - PARK ROAD 22/WHITECAP AND SH 361/COMMODORES I II III IV V ITEM QTY ~ UNIT Description Unit price Total 1 LS MOBILIZATION, DEMOBILIZATION, AND BONDS (SH 361/COMMODORES) , ~ ~ ~ m ~ ~ S ~ o_O _'~_QQ- 1 ,___ _ COMPLETE IN PLACE PER LUMP SUM. 1 LS MOBILIZATION, DEMOBILIZATION, AND BONDS (WHITECAP BLVD), COMPLETE ~,_ _~ 4`4~~VV- $ 4 ~ 2 IN PLACE PER LUMP SUM. I2 LE DRILL SHAFT (TRAFFIC SIGNAL COMPLETE IN PLACE POLE)(29IN) ~ ~_ 0.~• ~ $_~~~.- 3 , PER LINEAR FOOT. 91 LF DRILL SHAFT (TRAFFIC SIGNAL COMPLETE IN PLACE POLE)(36IN) C ^ 07 ~ 3 JV. 07 $ ~~~3~• 4 , PER LINEAR FOOT. 110 LF DRILL SHAFT (TRAFFIC SIGNAL COMPLETE IN PLACE POLE) (96IN) ~ ~_ '1' {yV. O~ $ ~~ 5 , PER LINEAR FOOT. 9 MO BARRICADES, SIGNS AND TRAFFIC COMPLETE IN PLACE PER HANDLING ~ oo 3~unb- ~ $ O2 cx1~ 6 , MONTH. 7 165 LF CONDUIT (PVC)(SCHEDULE 80)(2"), COMPLETE ZN PLACE PER LINEAR c~ ~2. oa $ 1 '6~_ FOOT. CONDUIT (PVC)(SCHEDULE COMPLETE IN PLACE (BORE) 2" 0 R9 ~ 2.~. 09 $ 13,S~S• 8 695 LF , ) ) ( 8 PER LINEAR FOOT. CONDUIT (PVC)(SCHEDULE80)(9"), MPLETE IN PLACE PER LINEAR ~ $~ ~~• ^ c S~ $ d~ ~ J~•~ 9 155 LF CO _ j FOOT. CONDUIT (PVC)(SCHEDULE COMPLETE IN PLACE 4") (BORE) 80 ^^ Sb ~ a,• $O $ ~3.30~~" 10 1,085 LF , ) ( PER LINEAR FOOT. '+ ELECTRICAL CONDUCTOR (NO. 6) COMPLETE IN PLACE PER BARE 3S ~ ~• Sb $ ~ `• 11 70 LF , LINEAR FOOT. 12 70 LF ELECTRICAL CONDUCTOR (NO. 6) INSULATED, COMPLETE IN PLACE PER ~ ~ $b $ 1O` •0® --___-_- LINEAR FOOT. REVISED Proposal Form ADDENDUM NO. 2 Page 13 of 20 ATTACFLLgNT N0. 1 PAGE 13 OF 20 13 7 280 LF ELECTRICAL CONDUCTOR (NO. 8) COMPLETE IN PLACE PER BARE o~ ~ ~• ~_ S_Z~2~6O _, , LINEAR FOOT. 19 005 LF 2 ELECTRICAL CONDUCTOR (NO. 8) COMPLETE IN PLACE PER INSULATED 1 3b P 1. ~ S_D S ~~ ~~• , , LINEAR FOOT. 15 845 LF 1 TRAY CABLE (3 CONDUCTOR)(12 AWG), COMPLETE IN PLACE PER LINEAR lpb ~ ~• - ^^ Q c 1 ~ S a~ "~a' , FOOT. 16 12 EA GROUND BOX TY D (162922) WITH COMPLETE IN PLACE PER APRON ~ o'er ~~ oD S ~ ~W , EACH. 17 2 EA ELECTRICAL SERVICE TY 120/290 000(NS)GS(T)EX(0),. COMPLETE IN `` ~ 1~ ~~U~ S 2~ PLACE PER EACH. 18 18 EA REFL PAVEMENT MARK TY I (W) (ARROW) (100MIL), COMPLETE IN ~ ~~o~~ n ~j o S o1~000o PLACE PER EACH. 19 18 EA REFL PAVEMENT MARK TY I (W)(WORD)(100MIL), COMPLETE IN o_o ~ ~ o~ S 3,~e()D PLACE PER EACH. 20 18 EA REFL PAVEMENT MARK TY II (W)(ARROW), COMPLETE IN PLACE PER o_~ ~ 16O a C/ ~ S 1_~ OD. _ EACH. 21 16 EA REFL PAVEMENT MARK TY II (W) (WORD) , COMPLETE IN PLACE PER ~ o~ _ 1~Q ~ _ o0 S z 03~~ __ EACH. 22 2 EA INSTALL HIGHWAY TRAFFIC SIGNAL COMPLETE IN PLACE PER (ISOLATED) aI oa ~ o (~(~(~ O~ S 3Co DY~O , i i EACH. 23 23 EA BACK PLATE (12IN) (3 SECTION), ,~ ~~ 0? S A S~9 Oa S COMPLETE IN PLACE PER EACH. ~ 29 2 EA BACK PLATE (12IN) (9 SECTION) , ~ ~s,~ $ ~5~ COMPLETE IN PLACE PER EACH. 25 8 EA VEHICLE SIGNAL SECTION (12IN) LED (GREEN ARROW), COMPLETE IN PLACE $ ~ 0~ °o S I,Z..~SO~ PER EACH. 26 19 EA VEHICLE SIGNAL SECTION (12IN) LED COMPLETE IN PLACE PER (GREEN) GG ~_ ~ ~6S °~ S 3S~- , EACH. REVISED Proposal Form ADOENOUN. NO. 2 Page 14 OL 20 ATTACFPSENT NO. 1 PAGE 19 OF 20 VEHICLE SIGNAL SECTION (12IN) LED II o~ ~ ~~ ~ ~ I 27 6 EA COMPLETE IN PLACE (YELLOW ARROW) • F S mo- , PER EACH. 28 19 EA VEHICLE SIGNAL SECTION (12IN) LED COMPLETE IN PLACE PER (YELLOW) d. ~_ `Y ~~S• c pO S ~ QQS_ , EACH. _ VEHICLE SIGNAL SECTION (12IN) LED c~ ~ lSb pO ~ 29 6 EA COMPLETE IN PLACE (RED ARROW) , $ 1W' , PER EACH. VEHICLE SIGNAL SECTION (12IN) LED ~ O:J ISD o~ so Sa 30 19 EA COMPLETE IN PLACE PER (RED) , . , , EACH. TRAFFIC SIGNAL CABLE (TY A)(19 } 1 ab - T ~~ a ~~ 31 300 LF 2 AWG) (9 CONDUCTOR), COMPLETE IN 1~ S ~ • , PLACE PER LINEAR FOOT. TRAFFIC SIGNAL CABLE (TY A) (19 }, '1_O T 2 ^ ~ S 1 32 750 LF 1 AWG)(16 CONDUCTOR), COMPLETE IN • tl. • , PLACE PER LINEAR FOOT. 33 1 EA INSTALL TRAFFIC SIGNAL POLE ASSEMBLY (S) 1 ARM (36' ) ILSN, ~ _ LL`` ,, 0'~ ll~- ~ ~ ~ $ (o~~ l COMPLETE IN PLACE PER EACH. INSTALL TRAFFIC SIGNAL POLE ~ 6 ~_° "v\~ 39 1 EA ASSEMBLY (S) 1 ARM (36') LUM & ~ , S+ c.Ll.~ ILSN, COMPLETE IN PLACE PER EACH. 35 1 EA INSTALL TRAFFIC SIGNAL POLE ASSEMBLY (S) 1 ARM (94') ILSN, ~_ ~ ~~ o~ 5~3~ - COMPLETE IN PLACE PER EACH. INSTALL TRAFFIC SIGNAL POLE pD 5Lb ~ ~~ 33 u~ ASSEMBLY (S) 1 ARM (50' ) ILSN, 11~ S . 36 2 EA ~ COMPLETE IN PLACE PER EACH. INSTALL TRAFFIC SIGNAL POLE ASSEMBLY (S) 1 ARM (55') LUM & ~ 19,5DO o~ S 3 olb 37 2 EA ILSN, COMPLETE IN PLACE PER EACH. INSTALL TRAFFIC SIGNAL POLE ASSEMBLY (S) 1 ARM (65' ) LUM & a SDU ~ ZO o0 S 5~• ~ 38 1 EA ~ _ .. ILSN, COMPLETE IN PLACE PER EACH. a' ~o 2 EA PEDESTRIAN POLE ASSEMBLY, ~ o SD U $ 'j~ ~ 39 COMPLETE IN PLACE PER EACH. 2 EA REMOVING TRAFFIC SIGNALS, ~ S,SUp y S 9t U(.X~~ ~ 90 COMPLETE IN PLACE PER EACH. _T REVISED Proposal Form ADDENDUM NO. 2 PagE 15 Of 20 ATTACFQ~NT NO. 1 PAGE 15 OF 20 VIVDS PROCESSOR SYSTEM, COMPLETE ~ 1~ $ z"'~ 5(X~.~ 91 2 EA ~ IN PLACE PER EACH. 42 13 EA VIVDS CAMERA ASSEMBLY, COMPLETE ~ ~ ~~~ri~ ! '~~ _ $ ~I__C~/~,~ -~"i1=== IN PLACE PER EACH. ~ 93 2 EA VIVDS SET-UP SYSTEM, COMPLETE IN ~ luU~O 1 $ ~ ~j/y~ ~ -~-~-~- PLACE PER EACH. VIVDS COMMUNICATION CABLE ~ ~ ~ ~ f-~ ? A ~~ ~ 515 LF COMPLETE IN PLACE PER COAXIAL) ~ $ 1~ JV. 94 3, , ( LINEAR FOOT. 95 9 EA LED ILSNS (6 S) (LED) , COMPLETE IN ~ a~~ $~Q_~ypp°~ PLACE PER EACH. 46 9 EA LED ILSNS (8 S) (LED) , COMPLETE IN Z ~u~ ~ '~~- $ ,2 PLACE PER EACH. F 47 2 EA UNINTERRUPTIBLE POWER SUPPLY, ~~5~ `~-~_ O $ Sz IvV~~ ~'~-I"~1-- COMPLETE IN PLACE PER EACH. TOTAL PART 2 BID: (Bid Items 1-97) REVISED Proposal Form Page 16 of 20 s 4 28+ t~9~1 ADDENDUM N0. 2 ATTACFRSENT NO. 1 PAGE 16 OF ZO BID SAI~II~fARY BASE BID PART 1: pp A B - AYERS S PORT AVENUE - GOLLIHAR & AZRLINE $ $ `~S{ `~~ 15O' ~ p34 sa BASE BID PART 1 (A+B) $ ~~~ ~qy 50 BASE BID PART 2: p p0 PARK ROAD 22/WHITECAP & SH 361/COMMODORES $ ~-I~o~ ~9~• O d $_~ TOTAL BASE BID PART 1 + PART 2 $ ~~~ Fa~ D' 00 PART 1 ADDITIVE ALTERNATE $ _ 256 Z~ D ' 11''~ Sd BASE BID PART 1 PLUS ADDITIVE ALTERNATE $ ~~~ -i~Z• REVISED Proposal Form AppENDUM NO. 2 Page 77 of 20 ATTACFNfENT NO. 1 PAGE 17 OF 20 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of Sa of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 120 calendar da s for Part 1 and 120 calendar da s for Par 2 or 2 ca en ar a s i awar a to one con rac or rom t e ate eslgnate y a or Or er. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this. proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number) : AAl)E~i~U~+ ~ 1 ADDen)~.tM #2 Respq~tfwlaly submitted: (SEAL - IF BIDDER IS (SIGNATURE) a Corporation) Addre-ss: P.p. PjOX ~( _ (P.O. Box) (Street) Cu~us C~+~t~sn TX z84L9 (City) (State) (Zip) Telephone: (31e1~ 852•Z12n NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. (ftevi sed August 2000) REVISED Proposal Foam ADDENDVM N0. 2 Page 18 of 20 ATTACHMENT N0. 1 PAGE 18 OF 20 P E R F O R M A N C E B O N D STATE OF TEXAS § BOND NO. 2274273 RNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Star Operations, Inc. of NUECES County, Texas, hereinafter called "Principal", and INSURANCE COMPANY OF THE WEST * a corporation organized under the laws of the State of CALIFORNIA , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of SEVEN HUNDRED 176.50 paid in Nueces truly to be administrators these presents: *INDEPENDENCE CASUALTY & SURETY CO. THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 9TH of DECEMBER 20 08 a copy of which is hereto attached and made a part hereof, for the construction of: TRAFFIC SYGNAL INSTALLATION PART 1 - GOLLIHAR & AIRLINE, AYERS & PORT AVENUE PART 2 - PARR ROAD 22/WHITECAP & SB 361/COMN~DORES PROJECT NO. 6453 6 6454 (TOTAL BASE BID PART 1-A, PART 1-B+ADD ALT#1, PART 2: $745,176.50) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty. materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. 90USAND, ONE HUNDRED SEVENTY-SIX AND 50/100 DOLLARS, lawful money of the United States, to be County, Texas, for the payment of which sum well and made we bind ourselves, our heirs, executors, and successors, jointly and severally, firmly by Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 17TH day Of DECEMBER r z~ 08 PRINCIPAL ~~ Loy! ~c1N~rZE`( (Print Name & Tit 1. CTS SURETY INSURANCE COMPANY OF THE WEST INDEPENDENCE CASUALTY & SURETY CO. By: MARY ELLEN MOORE (Print Name) The Resident Agent of the Surety in Nueces County, Texas, .for delivery of aotice and service of process is: AgeIICy: SWANTNER & GORDON INSURANCE AGENCY COntaCt PerSOII: NARY ELLEN MOORE - _ AddreS3: P O. BOX 870 CORPUS HRI~ST? TEXAS 7Rd113 - Phone Number: 361-883-1711 (NOTE: Date of Performance Bond must not be prior to date of contra ct)(Revised 3/08) Performance Bond Page 2 of 2 P A Y M E N T B O N D BOND N0. 2274273 STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Star Operations, Inc. of NUECES County, Texas, hereinafter called "Principal", and INSURANCE COMPANY OF THE WEST * r a corporation organized under the laws of the State of CALIFORNIA and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of SEVEN HUNDRED FORTY-FIVE THOUSAND ONE HUNDRED SEVENTY-SIX AND 50/100 ($745,176.50) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these preS2ntS: *INDEPENDENCE CASUALTY & SURETY CO. THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 9TH day DECEMBER 20 OB a copy of which is hereto attached and made a part hereof, for the construction of: TRAFFIC SIGNAL INSTALLATION PART 1 - GOLLIHAR 6 AIRLINE, AYERS b PORT AVENUE PART 2 - PARR ROAD 22/WHITECAP 6 SH 361/COMMODORES PROJECT NO. 6453 6 6454 (TOTAL BASE BID PART 1-A, PART 1-B+ADD ALT#1, PART 2: $745,176.50) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 17TH day Of DECEMBER r Z~ OS PRINCIPAL Q~lti LDR.! Wl'PEfFlZE`~ (Print Name 6 Title SURETY INDEPENDENCE CASUALTY & SURETY CO. _ The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: s ~r r xt~s ru,~rt^~ -- COntHCt P@r90II: MARY ELLEN MOORE Address: P.o. sox 870 CORPUS CHRISTI TEXAS 78403 Phone Number: 361-883-1711 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 MARY ELLEN MOORE (Print Name) - C~RTI~ICATE ®~ LIABILITY INSURANCE Swantner & Gordon Ina Agcy-CC PO Hox 870 Corpus Christi TX 70403-0870 Phone:361-863-1711 Fax 3b1-044-0101 INSURED Star Operations Inc.; Crystal Signs, fnc ; PO HoxH4106 Inc. Corpus Christi TX 70469-4100 THIS RIGHTS UPON THE THE COVERAGE INSURERS AFFORDING COVERAGE DATE IINLYDDnrvv( NAIC H INSURERA: into cac visa A Grv Lty rA 22829 INSURER D: Alt"tat cau ty Mutual in" cn 29335 INSURER C: r x " IMrtual x aupanco company 22945 INSURER U: INBURER E: THE POLX:IES OF INSURANCE LISTED DELOW NAVE BEGN ISSUED TO TI1E WSURED NAMED AUOVE FOR THE POLN:Y PERgO BiDICATEO. NOTW ITNSTANDINO ANY REWIIREIUENT, iERMOR CONDITION OF ANY CONTMC! OR OTHER DOCUMENT WITH RESPECT TD W MCIi T/VS CERTIFICATE MAV SE ISSUED OR AY1Y PERIAW, TILE WSIIRANCEAFFORDEO DY THE PoLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, E%CI.USIDNSAND CONDITNXiS Of SUCH POLICIES. AGGREGATE LIMITS SHOWN MAV HAVE REEN REWCGD BV PAID CUIMS. NSR' LTA DD' NSR ...-._._____-.______.... _. TYPE OF DI _.._.-~"~~POtgY NUMBER.... ....... .POLICYEFF~EOTIV~~ DATE OIYY POL(CY ._ T" DATE UNITS _ GENERAL LVIBN.ITY EACH OCCURRENL'E -. SIT GOO, OOO A ..._ COLwERCwLOENERALL1A00.fTV X DGL1000197 06/26/08 06/26/09 'DAAaTJETQRENTEV PREIAISES_(Eaoxulencel.,,.,. {50{000 _ . _ :_I CLAIMS AYIDE LJOCCIIP ! MED E%P lAlryone Pw"on) SERClndad PERSONAL dA[W WUNY ,11.000TOOO . X COntraCtlla.l GENERAL AGGREGATE _ i_2.LOO LOGO GENT. AGGREGATE APPLIES PfR: L D JR PROIlUCT3-COMPAIP AGG 62L000, OOO_ . p q ~ p POLICI' JECr LOC AUT . OLgB0.E LIAmLRY BXJED SINGLE LIMIT 1000, 000 H X ANrwro 046776099 06/26/00 06/26/09 -""""""II -- ---- ---- ---.......__. _. ALL OWNED AUTOS ~ BODLV BUURY s SCHGTAAED AUTOS IPar pas"N ___ X HIRED AUTOS BDORV INJURY X _.._ NUN~OWNED AUTOS (PU ealaslq ___ .._.._. _.____..._..._______-__._.. PROPERTY DAIMGE S (POF axM"nU CAR/WE LM80.1TY ~ ~_~ AUTOONLY-EA ACCIDL•NT ~~ $ ~ ~~ ANY AUTO . EA ACC OTHER IRAN S -- AUTO ONLV: AOG S EXCES&UNSRELLA LIA9ILITY EACH OCCURRENCE___ 4,000,000 A Xl ocWR n cvuMBMAOE PFX7003468 06/26/08 06/26/09 AGGREGATE s 4 X000 J OOO 3 OEDUCTIRI.E i X RETEMION 510 OO S NIOANFAB COMPENSATgNANO X 7gryLIMITS ._. .ER_ ,,,,,,_,_. . . ~_...... ....~ C EMPLOYEAS'LMSILTTY TSF0001158631 06/26/08 06/26/09 EACHACCIDENT E_I. . sS,000,000 ANY PROI'RIETORD'ARTNERA:XEWTIVE OFFN:ENNFAgEREXCLUDEDT / _ . . El OI4EASE: FA EMPLOYE _ SIYOOO,OOO N yyoo", 406LAbl UIIdM SPECML PRONSgNS beNw E.L. 019FASE-POUCY LaT ___ SS OOO OOO OTHER 1 DES CRIPTION OF OPERAYIONS I LOCAnON81 VEHIC LES I EXCLUSgN6 ADDED BY ENDOILSE MENT I SPECIAL PRO VISN)NS II.A.1. Traffic Signal Installation Part 1 - Gollihar S Airline, Ayers S Port Avenue Part 2 -Park Aoad 22/Whitecap and 3H361/Commodores II.A.2. The City of Corpus Christi is named as Additional Insured on all General Liability and all Auto Liability policies. CICC-CC II.B City of Corpus Christi / Engineering Services If Attn: Contract Administrator PO Box 9277 Corpus Christi TX 78469 SHOULD ANY OF THE ABDVE DESCRNED POLICIES BE CANCELLED SEFORE,~HE EXPIRA71DI GATE THEREOF. THE ISSUING INSURER WILLENDEAYOR TO MAIL 3O DAYSLYRITTEN NOTICE TO7TJE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SD SHALL aWOSE NO OBLIGATION OR LamLRV OF ANY HIND UPON THE NSURER, ITS AGENTS OR IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies}must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). ff 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). DISCLAIAAER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the cert'rficate holder, nor does if affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2007/08) P01_ICY NUMF3ER: DGL 100019% / d COMMr:fiClAt. GCNf~NAL I..IAgILITY `i'WIS ENI~ORSEML:N7' CI~IANCzES THE POL.IGY. PLEASE READ IT CAREFULLY. ~~~~~~~T~~~ w. ~~®~~ ~~ This endorsement modifies insurance provided under the following: V/ COMMERCIAL GENERAL LIAt311_I1'Y COVERAGE PART. SCWEDU4F Name of Person or Organization: Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization bo added as an additional in~ sured on your policy. (iF no entry appears above, information required to complete this endorsement will be shown in then Uectaralions as appltcablo to ihis endorsement.) WIiO IS AN INSURED (Section II} is amended io include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work"for That Insured by or for you. Name of Person or Organization: City of Corpus Christi Department of Engineering Sorvkes Attn: Contract Administrator PO Box 9277 Corpus Christi, TX 78469-9277 Named Insured: Star Operations, Inc. Polley Number: DGL 5000197 Effective Date: 6126/08-09 ~"'° Authorized Representative: `~ Managing P ner - tl CG 20 7011 86 Copyright, Insurance Services Office, Inc., 1984 Page 1 of 1 f7 I'ULICY NUMl31_R: 048776099 V ~ CUMMkRC1AL AUTO CA OA 03 00 04 Tfi1S ItiNf~nP~SFtUIC:A1'1' Cf IANrC:S'fhl~ F'©LICY. f31..~ASE~ RLAU IT GAt7CHULLY. "Phis endorsement rnodifics insurance provided un<ter the following: i v BUSINESS AlJTO GOVERAGE 1=0RM GARAGE COVERAGE 1=0RM MOTOR CARRIER COVERAGE FURM TRUCI(ERS COVERAGE FORM With respect to coverage providod by this endorsornent, tho provisions of the Covemge Forrn apply unless modi fied by the endorsement. SCIIEDULf: Nama and Address of Additional insurod: v' City of Corpus Christi Department of Engineering Services Attn: Contract Administrator PO Box 9277 Corpus Christi, TX 78469-9277 (If no entry appears above, information required to completo this endorsement will be shovm in the Declarations as applicable to This endorsement.) A. Who Is An Insured (Section 11) is amended to include as art "irtsurod" the porson(s) or organiza- tion(s) shown in the SGtedule, but only with re- spec( to trreir legal liability for acts or omissions of a person for whom Liability Coverage is afforded under this policy. B. The additional insured named in the Schedule or Declarations is not roquirod to pay for any premi- ums stated in tho policy or earned from the policy. Any return premium and any dividend, iF applica- ble, declared by us shall be paid to you. C. You are authorized to act for the additional insured named in the Schedule or Declarations in all mat- ters pertaining to this insurance. D. We will mail the additional insured named in the Schedule ar Declarations notice of arty cancella- tion of this policy. If we cancel, we will give 10 days notice to the additional insured. E. The addltional insured Hamad in Iho Schedule or Declarations will r~staln any right of recovery as a claimant under this policy. GA 04 03 UG 04 ©ISO Properties, Inc., 2003 page 1 of 1 C1 'this ondorsement changos the policy offeclive on the inception data of the policy unless another data is inclicatad below. POLICY NUMBER: DGL1D00197 d CUMMEI2CIAL GENERAL. i.lAC21Li"fY TMIS MrfNDAF25~~A~N'I" Ch1ANC;P~S'~ff•I~ I'DI..ICY. ALG:ASf12f~AD I"P CA~tLC=LILLY. Phis endorsement modifies instrranco provided under the following: COMMERCIAL GENEIZAI_ LIAf31LITY COVEf2AGl" PAf2'f LIQUOR L.IABILI'i'Y COVf;RAGI= 17AR7' PULLUTIUN LIABILffY CUVEI2AUL" PART PRODUCTS/COMPLEI'CD OP[RAl'IONS LIABILITY COVERAGG NAI2"f SCWFDULG Clty of Corpus Christi Number of Days........ 30 .,~ Department of Engineering Services °° °•°~~° Attn: ContractAdministrator PO Box 9277 Corpus Cnristl, TX 78469.9277 (If no entry appears above, information requiretl to complete this Schedule will be shown in the Declarations as applicable to this endorsement.} Paragraph 2. of CANCELLATION (Common Policy Conditions) is rrplaced by the ivllowing: 2. We may cancel This Coverage Part by mailing or delivering to the first Named Insured written notice of can- cellation ai least: a. 10 days before the effective date of cancellation if wo cancel for non payment of promium; or b. The number of days shown In thv Schedule before the effenllve data of cancellation if we cancel for any otherroasan. ar ~d~',/ J _ " _Authorized Representative Managing Partner CG 02 1219 IIG Copyright. insuranco Servicos Office, Inc., 1904 Pago 1 of 1 f7 POLICY Nl1MBEFt: 048776099 ~ ~ COMMERCIAL AU'f0 CA 02 44 00 04 1"IBIS ENDnF2Si^MCM'f CFiANC7CS TWC PtJIJCY. I~i.FASE READ IT CAF2~F"IJi,.I.Y. 'I'bis endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGr FORM TRUCKERS COVERAGE FORM With rospect to coverage provided by this endorsement, the provisions n( the Coverage 1=arm appty unless motli- fiad by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated bolow. f_rtdorsement EtFective: ()6/26!08 ~ CountersignoJd Byy~ Named Insured: Star Operations, Inc. " -_...-----.----__.,.._...____..__._..__.__-__.-. (Authorized Representative SCMEDUt.E Number of Uays' Notice 30 Name Of Person Or Organization Address Cfty of Corpus Christi Department of Engineering Services Attn: Contract Administrator PO Box 9277 Corpus Christi, TX 78469-9277 If this policy is canceled or materially changed to reduce or restrict coverage, we will mall notice of cancellation or change to the person or organization named in the Schedule. We will givo the number of day's notice indicated in the Schedule. CA 02 A4 O6 04 ~ ISO nroparlies, Inc.. 2003 Pago 1 of 1 WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 09 TEXAS NOTICE OF MATERIAL CHANGE ENbORSEMEN7 This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Intonnafion Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in Uie Schedule. The number of days advance notice Is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. 1. Number of days advance notice: 30 v 2. Notico will be mailed to: Schedule CITY OF COPRUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES p0 BOX 9277 CONTRACT ADMINISTRATOR CORPUS CHRISTI, TX 78469-9277 J This entloraemeM chan0ea the polfcyto which it is attached eifeciNe on the Inception dale of the policy unless a different date is indicated below. (The following "attecMng clauae° need 6e completed only when this endorsement Is Issued suhsequent to preparatbn of the pd(ey.) This endorsement, effedlve an December 18 , 2 008 / at 12:01 A.M. standard Ilma, forms a pan of Policy No. TSF-0001168031 20080fS26 of the Texas MutuallnsuranceCompany Issued to STAR OP ERAT 1 ONS I NC Endor~ementNO.A 3 Premium $ 0.00 '~~~ pt„y,~ J ... ..... __.~.... _.._._ Authorized~Raprasentative WC420601 (ED. 7-94) WASENORS 12-18°2000 WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY ENDORSEMENT SCHEDULE ENSIGN OF INFORMATION PAGE PAGE 2 NAME ANDADDAESS OF NSURED PCLICY NUM6ER STAR OPERATIONS INC TSF-0001158631 20080626 PO BOX 4100 CORPUS CHRISTI, TX 7846fl-4100 ISSUE DATE 12-16-2008 ITEM 3D " ENDORSEMENT SCHEDULE "" STATE NUMOER DESCRIPTION EDITION DATE 42 TM-DIV-2001 DIVIDEND ENDORSEMENT 9-24-2001 42 PC-2003 POLICY CONDITIONS ENDORSEMENT 3-26-2003 as TM-MV-2001 MUTUAL ENDORSEMENT FORM 9-20-20p1 42 TM-7RIPRA-2008 TERRORISM RISK INSURANCE PROG 1-01-2008 42 TM-TPE-2008 TERRORISM PREMIUM ENDORSEMENT i-O1°2008 42 W000 00 OOA WORKERS COMPENSATION AND EMPLO 11-04-1996 42 W000 00 O1 WORKERS COMP/EMPLOVEHS LIAO 1-01-1994 42 W000 04 06 PREMIUM DISCOUNT 1-01-1984 42 WC42 03 O1F TEXAS AMENDATORY 1-01-2000 42 WC42 04 04 GROUP PURCHASE Of WORKERS COMP 1-01-1994 42 WC42 04 07 AUDIT PREMIUM ENDORSEMENT 3-23-2002 42 WC42 04 08 NETWORK DISCOUNT 1-02-2(103 42 WC42 OB O1 TX NOTICE Of MATERIAL CHANGE 1-01-1994 42 WC42 06 01 TX NOTICE Of MATERIAL CHAN 1-01-1994 42 WC42 03 04A TX WAIVER Of RIGHT TO RECOVER 1-01-2000 This endorsement ohangeo the policy to which it N attached effective on the inception dale of the policy unless a dlHentnt date la indicated below. Rhe foaowllg "attaching clause° need be completed only when iNs endomemeM Is Issued subsequent to prepmatlon of the policy.) Tlds endorsement, effeetlw: on Oacambe r 16 , 200(1 et 12:01 A.M. standard time, loans a part of Policy No. TSF-0001150631 20080628 of theTexos Mutual Insurance Company Issued to STAR OPERATIONS I NC EndorsementNAo., ~3 Premium $ 0 , 00 ~ YL~ AutharizedJ3apresenhOVe WASENDRS 12-16-2008 WCOOM)Ot (ED. T-9a) WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 03 01 The policy to which this endorsement is attached is amended as shown below: FORM WC42 OO O1 (TK NOTICE Of MATERIAL CHANGE) IS ADDED Thk endorsement changes the polcy to which it ie attached slfeclive on the inception date of the policy udeas a different dale is Indicated below. (The fdbvring "attachng clause' need be completed only when this endorsement is Issuetl subsequent to preparation of the pdicyJ This entlasement, eftedive on December 10 , 2008 al 12:01 A.M. standard time, tams a part d PdicyNo. TSF-0001158631 20080826 Issued to STAR OPERATIONS I NC Premium $ 0.00 WC890J01 (E0. 7-94) of the Texas Mutual Insurance Company Endorsement No. 3 ___ _._ . ............_ P AutharlxedHte rasentatlve WASENORS 12-182008