Loading...
HomeMy WebLinkAboutC2011-106 - 1/25/2011 - Approved2011 -106 M2011 -031 01/25/11 Texas Sterling Construction (Vol, 1) STOR C DOtstMity.5 L's 3Sfi� (Revised 7/5/00) KOSTORYZ ROAD, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT No. 6489 TABLE OF CONTENTS NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage for Building or Construction Projects for Government Entities SECTION 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 7/5/00) 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 A -17 Field Office A -18 Schedule and Sequence of Construction A -19 Construction Project Layout and Control A -20 Testing and Certification A -21 Project Signs A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A -23 Inspection Required (Revised 7/5/00) (NOT USED) A -24 Surety Bonds A -25 Calcs Tax Exemption (NO LONGER APPLICABLE) (6/11/98) A -26 Supplemental Insurance Requirements • A -27 Responsibility for Damage Claimo (NOT USED) A -28 Considerations for Contract Award and Execution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 -35 _ - _ (NOT USED) TOC Page 1 .of 5 A -36 Other. Submittals A -37 Amended "Arrangement and Charge for Water Furnished by the City" A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A -39 Certificate of Occupancy and Final Acceptance (NOT USED) A -40 Amendment to Section B -8 -6: Partial Estimates A -41 Ozone Advisory A -42 OSHA Rules & Regulations A -43 Amended Indemnification & Hold Harmless A -44 Change Orders A -45 As -Built Dimensions and Drawings (7/5/00) A -46 Disposal of Highly Chlorinated Water (7/5/00) A -47 Pre - Construction Exploratory Excavations (7/5/00) A -48 Overhead Electrical Wires (7/5/00) A- 49 Amended "Maintenance Guaranty" (8/24/00) A -50 Bypass Pumping Operations A -51 Protection of Existing Facilities A -52 Video Documentation A -53 Trench Safety A -54 Confined Space Entry Requirements A -55 Internal Combustion Engines for Generators A -56 Re-routing of Traffic During Construction A -57 Qualifications of Manufacturer's Field Service Representatives A -58 Errors and Omissions A -59 Lack of Information A -60 Amended General Provisions B -2 -7 Preparation of Proposal A -61 Measurement and Payment of Subsidiary Items of Work A -62 Prequalification Requirements A -63 Dewatering /Well Pointing A -64 Finish Elevations of Manholes A -65 Storage, Access and Security A -66 Storm Water Pollution Prevention A -67 Texas Commission on Environmental Quality General Permit Compliance A -68 Dust Control A -69 Noise Control and Working Hour Restrictions A -70 Other Accessibility Requirements A -71 RTA Contract Documents A -72 AT &T Conduit Agreement A -73 Amended Prosecution and Progress A-74 Potentially Contaminated Soils ATTACHMENT I - PROJECT SIGNS ATTACHMENT II - TELEVISED INSPECTION REPORT DATA. REQUIREMENTS AND VIDEO RECORDING LABELING REQUIREMENTS ATTACHMENT III - AT &T CONDUIT AGREEMENT SECTION B - GENERAL PROVISIONS SECTION C - FEDERAL WAGE RATE AND REQUIREMENTS TOC Page 2 of 5 SECTION S 022022 022060 025803 026201 026202 026214 026413 027203 028300 050200 - STANDARD SPECIFICATIONS Trench Safety for Excavations Channel Excavation (8-11) Traffic Signal Adjustments Waterline Riser Assembly (8-79) Hydrostatic Testing of Pressure Systems (S -89) Grouting Abandoned Utility Lines (8 -3) Butterfly Valves for Waterlines (S -85B) Vacuum Testing of Sanitary Sewer Manhole and Structures Fences Relocation Welding SECTION T - T-000100 T- 000200 T- 021020 T- 021040 T- 021080 T- 022020 T- 022040 T- 022080 T- 022100 T- 022150 T- 022420 T- 025205 T- 025220 T- 025225 T- 025230 T- 025404 T- 025412 T- 025414 T- 025416 T- 025424 T- 025426 T- 025604 T- 025608 T- 025610 T- 025612 T- 025614 T- 025616 T- 025802 T- 025805 T- 025807 T- 025813 T- 025816 T- 025818 T- 025820 T- 025828 T- 025830 T- 025832 T- 025833 T- 025834 T- 025835 TECHNICAL SPECIFICATIONS Submittal Transmittal Form Remove& Relocate Traffic Signs, Mail Boxes, Roadway Signs, Light & Traffic Signal Poles Site Clearing and Stripping Site Grading Removing Old Structures Excavation. & Backfill for Utilities, Culverts & Sewers Street Excavation Embankment Select Fill Material Cement Stabilized Sand Silt Fence Removing & Replacing Pavements Crushed Limestone Flexible Base Geogrid Reinforcement Proof Rolling Asphalts, Oils, & Emulsions Prime Coat Aggregate for Surface Treatment & Seal Coats Seal Coat Hot Mix Asphalt Concrete Pavement Ride Quality for Pavement Surfaces Concrete Pavement Inlets Concrete Curb & Gutter Concrete Sidewalks & Driveways Concrete Curb Ramps Cleaning and Sealing Joints and Cracks (Rigid Pavement) Temporary Traffic Controls During Construction Abbreviated Pavement Markings Pavement Markings Preformed Striping & Emblems Raised Pavement Markers and Traffic Buttons Pavement Markers (Reflectorized) Traffic Buttons Bituminous Adhesive for Pavement Markers Aluminum Signs Small Roadside Sign Supports and Assemblies Metal for Structures Galvanizing Cleaning & Painting Steel TOC Page 3 of 5 T- 025836 T- 025837 T- 026206 T- 026210 T- 026402 T- 026404 T- 026409 T- 026411 T-026416 T- 027202 T- 027205 T-- 027402 T- 027404 T- 027602 T- 027604 T- 027606 T- 027610 T- 027618 T-028020 T- 028040 T- 028320 T- 028500 T- 029000 T- 030020 T- 032020 T- 033020 T- 037040 T- 038000 T-- 055420 T-070020 T-- 101100 Structural Bolting Foundations for Traffic Control Devices Ductile Iron Pipe and Fittings Polyvinyl Chloride Pipe Waterlines Water Service Lines Tapping Sleeves & Valves Gate Valves for Water Lines Fire Hydrants Storm Drain Manholes Fiberglass Manholes Reinforced Concrete Pipe Culverts Concrete Box Culverts Gravity Sanitary Sewers Disposal. of Waste from Sanitary Sewer Cleaning Operations Sanitary Service Lines Televised Inspection of Conduits Sanitary Sewer Rehabilitation - Pipebursting Erosion Control by Seeding Erosion Control by Sodding Chain Link Fence Curb Inlet Silt. Fence Storm Water Pollution Prevention Plan Portland Cement Concrete Reinforcing Steel Concrete Pavers Epoxy Compounds Concrete Structures Frames, Grates, Rings, & Covers Asbestos Removal Internally Luminated Street Name Signs APPENDIX A -- GEOTECHNICAL INVESTIGATION APPENDIX B - POLLUTION PREVENTION PLAN TCEQ.FORMS & INSTRUCTIONS APPENDIX C - RTA CONTRACT DOCUMENTS Buy America Certificate Certification Forms Federal DBE - Special Provisions Instructions to Bidders Lobbying Certification Form Special Conditions Specs for City to Bid Supplemental Conditions (Construction) TOC Page 4 of 5 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: Kostoryz Road, Phase 1 - From Horne to Sunnybrook Road with Brawner Ditch Off -site Drainage (Bond 2008) (Project No. 6489). Phase 1 (Base Bid) consists of the removal and reconstruction of Kostoryz Road from Sunnybrook Road to Brawner Parkway with a flexible (asphalt) pavement option and a rigid (concrete) pavement option. The scope of work includes the demolition of the existing four lane roadway and reconstruction as a five lane section, consisting of two travel lanes in each direction with a continuous left turn lane. The reconstruction also includes the removal and replacement of the storm water conveyance system; construction of a retention /detention facility in the Brawner Parkway median; upgrades to existing water lines; and upgrades to the wastewater system; together with all appurtenances in accordance with the plans, specifications and contract documents. Phase 2 (Additive Alternate) consists of the removal and reconstruction of Kostoryz Road from Sunnybrook Road to S.P.I.D. with a flexible (asphalt) pavement option and a rigid (concrete) pavement option. The scope of work includes the demolition of the existing four lane roadway and reconstruction as a four lane with a continuous left turn lane. The reconstruction includes improvement of underground storm water conveyance system; upgrades to existing water lines; upgrades to the wastewater \system; together with all appurtenances in accordance with the plans, specifications and contract documents, and will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, October 27, 2010 and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled for Tuesday, October 19, 2010 at 10:00 a.m. in the Engineering Services Main Conference Room on the 3rd floor of, City Hall, located at 1201 Leopard Street, Corpus Christi, Texas. -..The pre -bid meeting will be conducted by the City, and will include a discussion of coordination of the work between the City and the Bidders. 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 One Hundred and no /100 Dollars ($100.00) 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. Revised 7/5/00 NTS Page 1 of 2 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 /Pete Anaya Director of Engr. Services /s/ Armando Chapa City Secretary Revised 7/5/00 NTB Page 2 of 2 NOTICE TO CONTRACTORS -- A U� NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof following amounts is required: coverage in the TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage PER OCCURRENCE / AGGREGATE Commercial General Liability including: 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property - Damage 8. Independent Contractors 9. Personal Injury $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY- -OWNED NON -OWNED OR RENTED $1,000,000 COMBINED SINGLE LIMIT WORKERS' COMPENSATION EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long -term environmental impact for the disposal of contaminants $2,000,000 COMBINED SINGLE LIMIT REQUIRED X NOT REQUIRED BUILDERS' RISK See Section B -6 -11 and Supplemental Insurance Requirements REQUIRED X NOT REQUIRED INSTALLATION FLOATER - See Section B -6 -11 and Supplemental Insurance Requirements REQUIRED X NOT REQUIRED NTC - A Page 1 of 2 • The City of Corpus ' Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. • The name of the project must be listed under "description of operations" on each certificate of insurance. • Far 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 880 -3500. NTC - A Page 2 of 2 NOTICE TO CONTRACTORS -- B NOTICE TO CONTRACTORS WORKER'S COMPENSATION COVERAGE FOR BUILDING OR CONSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES Texas law requires that most contractors, subcontractors, and others providing work or services for a City building or construction project must be covered by worker's compensation insurance, authorized self - insurance, or an approved worker's compensation. coverage agreement. Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) to provide 1 of the 3 forms of worker's compensation coverage, the City will require such coverage for all individuals providing work or services on this Project at any time, including during the maintenance guaranty period. Motor carriers which are required to register with the Texas Department of Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Section 4(j) need not provide 1 of the 3 forms of worker's compensation coverage. The Contractor agrees to comply with all applicable provisions, of Texas Administrative Code Title 28, Section 110.110, a copy of which is attached and deemed incorporated into the project contract. Please note that under section 110.110: 1. certain language must be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; 2. the Contractor is required to submit to the City certificates of coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates. showing extension of coverage during the Project; and 3. the Contractor is required to post the required notice at the job site By signing this Contract, the Contractor certifies that it will timely comply with these Notice to Contractors "B" requirements. NOTICE TO CONTRACTORS - B (Revised 8/11/08) Page 1 of 7 8/7/98 NTC -B Page 1 of 11 TITLE 28 PART 2 CHAPTER 110 SUECHAPTER 13 RULE §110.110 Texas Administrative Code INSURANCE TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION REQUIRED NOTICES OF COVERAGE EMPLOYER NOTICES Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terns, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terns 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 (TW CC -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 rrreaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor - - -A person bidding for or awarded 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 governmental 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, regardless of whether that person contracted directly with the contractor and regardless 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 furnishing persons to perform services on the project. NTC -B 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 foodibeverage vendors, office supply deliveries, and delivery of portable toilets. (8) Project -- 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 are - 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 a self - 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 paragraph (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 (13) 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: (G) 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 required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic NTC -B Page 3 of 11 (d) 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 governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project,: so the governmental entity will have on file certificates icates 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 year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days alter 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 n otice, 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: NTC -B Page 4 of 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project: (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, anew 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 year thereafter; (G) notify the govenuneutal 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 other person with whom it contracts, to perform as required by subparagraphs (A) -(H) of this paragraph, 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 a self - insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may ,subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (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 (8) 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; NTC -B 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 govermnental 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 year 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 (H) contractually require each person with whom it contracts. to perforri as required by this subparagraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are 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 declared to be severable. (g) This rule is applicable for building or construction contracts advertised forbid 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. NTC -a Page 6 of 11 (h) The coverage requirement hi this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, 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 doesnot 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 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 NTC -B Page 7 o€ 11 T28S 110.110(d)(7) "REQUIRED WORKERS' COMPENSATJONCOVERAGE" "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 verif- whether• your employer has provided the required coverage, or to report an employer's failure to provide coverage." NTC -B Page 8 of 11 1— T28S 110.11 ©(c)(?) Article . Workers' Compensation Insurance Coverage. A_ Definitions: Certificate of coverage ( "eertaicate ")- A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCG$1, 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 tune 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 all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor- carriers, owner- operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such asfood/beverage vendors, office supply deliveries, and deliveiy ofportable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts aril filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401:011('44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the pro ject,..so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. NTC -B 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 knoii'n, of any change that materially affects the provision: of coverage of any person providing services on the project. H_ The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually= require each person with sworn it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting.of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and • (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certcate of coverage ends diming the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (5) notfy 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 coverao for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Sef NTC -S 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. J NTC -B Page 11 of 11 SECTION A SPECIAL PROVISIONS KOSTORYZ ROAD, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRANNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 SECTION A - SPECIAL PROVISIONS A -1 Time and 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. on Wednesday, October 27, 2010. Proposals mailed should be addressed in the following manner: City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - KOSTORYZ ROAD, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 Any proposals not physically in possession of the City Secretary's office at the time and date of bid opening will be deemed late and nonresponsive. Late proposals will be returned unopened to the proposer. The proposer is solely responsible for delivery to the City Secretary's Office. Delivery of any proposal, by the proposer, their agent /representative, U.S. Mail, or other delivery service, to any City address or office other than the City Secretary's Office will be deemed non- responsive if not in possession of the City Secretary's Office prior to the date and time of bid opening. A pre -bid meeting will be held on Tuesday, October 19, 2010 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. If requested, a site visit will follow. No additional or separate visitations will be conducted by the City. A -2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Description of Project Kostoryz Road, Phase 1 - From Horne to Sunnybrook Road with Brawner Ditch Off -site Drainage (Bond 2008) (Project No. 6489). Phase 1 (Base Bid) consists of the removal and reconstruction of Kostoryz Road from Sunnybrook Road to Bremner Parkway with a flexible (asphalt) pavement option and a rigid (concrete) pavement option. The scope of work includes the demolition of the existing four lane roadway and reconstruction as a five lane section, consisting of two travel lanes in each direction with a continuous left turn lane. The reconstruction Page 1 of 34 also includes the removal and replacement of the storm water conveyance system; construction of a retention /detention facility in the Brawner Parkway median; upgrades to existing water lines; and upgrades to the wastewater system; together with all appurtenances in accordance with the plans, specifications and contract documents. Phase 2 (Additive Alternate) consists of the removal and reconstruction of Kostoryz Road from Sunnybrook Road to S.P.I.D. with a flexible (asphalt) pavement option and a rigid (concrete) pavement option. The scope of work includes the demolition of the existing four lane roadway and reconstruction as a four lane with a continuous left turn lane. The reconstruction includes improvement of underground storm water conveyance system; upgrades to existing water lines; upgrades to the wastewater system; together with all appurtenances in accordance with the plans, specifications and contract documents. A -4 Method of Award The bids will be evaluated based on the following order of priorities subject to the availability of funding: Total Base Bid - Phase 1, Flexible (Asphalt) Pavement Option, or Additive Alternate Bid 1 - Phase 1, Rigid (Concrete) Pavement Option, or Additive Alternate Bid 2 - Phases 1 & 2, Flexible (Asphalt) Pavement Option, or Additive Alternate Bid 3 - Phases 1 & 2, Rigid (Concrete) Pavement Option, Phase 2 will not be bid or awarded separate from Phase 1 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, 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 Bond (Must reference. KOSTORYZ ROAD, PHASE 1 -- FROM HORNE TO SUNNYBROOK ROAD WITH BRANNER DITCH OFF -SITE DRAINAGE (BOND 2008), Project No. 6489 as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement A -6 Time of Completion /Liquidated Damages To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the Contractor will be required to follow tight scheduling for construction and will be required to meet the deadline for completion of construction shown below. Substantial completion shall be based on satisfactory work, completed in accordance with the plans, specifications, and other contract documents and verified by the City. Page 2 of 34 The working time for completion of the Base bid will be 780 Calendar Days. An additional 397 calendar days will be allowed if the additive alternate bid 2, (including Phase 2) is awarded Completion shall be based on satisfactory work, completed in accordance with the plans, specifications, and other contract documents and verified by the City. Days Allocation for Rain: 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 Corpus Christi International Airport 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 After contract award and pre - construction meeting is held, the Contractor shall commence work within ten (10) calendar days after receipt of written notice from the. Director of Engineering Services or designee ( "City Engineer ") to proceed. 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, $1,200.00 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, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) 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 Compensation 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 Page 3 of 34 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 8-2 of the General Provisions. A -9 Acknowledgment of 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 Highway and Heavy Construction. In oaco of conflict, contractor shall uce the higher wagc rate. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi- weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi- weekly. (See section for Minority /Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one -half (1.5) 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 Sundays or holidays. (See Section B -1 -1, Definition of Terms, and Section B -7 -6, Working Hours.) Page 4 of 34 A -11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate 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 any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Dig TESS 1- 800 -344 -8377, the Lone Star Notification Company at 1 -800- 669 -8344, and the Verizon Dig Alert at 1- 800 -483 -6279. In addition, the Contractor shall notify City Traffic Engineering at (361) 826 -1610 or the City Call Center at (361)826 -CITY when working at or near any signalized intersections. For the Contractor's convenience, the following telephone numbers are listed. City Engineer Project Engineer Traffic Engineering Police Department Water Department Wastewater Department_ Gas Department Storm Water Department Parks & Recreation Department Streets & Solid Waste Services A E P S B C Dig TESS City Street Div. for Traffic Signal /Fiber Optic Locate Cablevision ACSI (Fiber Optic) MC (Fiber Optic) ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) Regional Transportation Authority (RTA) A -12 Maintenance of Services 826 -3500 Goldston Engineering, Company 210 S. Carancahua, Corpus Christi, TX Phone: 888 -8100 Fax: 888 -8600 826 -3540 886 -2600 826 -1881 (826 -3140 826 -1800 (826 -3140• 885 -6900 (885 -6900 826 -1875 (826 -3140 826 -3461 826 -1940 1 -877- 373 -4858 881 -2511 (1 -800- 824- 4424,after hours) 1-800-344-8377 a CH2M HILL Suite 200 78401 after hours) after hours) after hours) after hours) 826-1946 857 -5000 887 -9200 813-1124 881 -5767 512/935 -0958 972 - 753 -4355 289 -2712 826 -1960 (857 -5060 after hours) (Pager 800- 724 -3624) (Pager 888 - 204 -1679) (Pager 850 -2981) (Mobile) 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 his responsibility to maintain the services in continuous operation at his own expense. Page 5 of 34 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 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 Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. All weather access must be provided to all residents and businesses at all times during construction. The Contractor must provide temporary driveways and /or roads of approved material cold asphalt mix of 2 inches thick for residential access and 4 inches thick for commercial access during wet weather. The Contractor must maintain a stockpile on the Project Site available to meet the demands of inclement weather. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. Special attention is drawn to Traffic Control Plans and special details for residences and businesses. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading 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. payment will be made to ntrcat,.r. All costs for traffic control plans, i.e. preparation of plans, approval and permit from the City, and implementation of the plan on each site for the duration required will be included in the lump sum item as listed in the Proposal Form. If the site needs any adjustment in the traffic control sign location; which may be required for safety of traffic and pedestrians, no additional payment for the implementation and enforcement shall be made to the Contractor. A -14 Construction Equipment Spillage and Tracking 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. Page 6 of 34 Streets and curb line must be cleaned at the end of the workday 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 Excavation 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 All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, structures, sidewalks, etc., are to be considered subsidiary to the various _ bid items requiring removal of structures; therefore, no direct payment will be made to Contractor. A -16 Disposal /Salvage of 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 site by the Contractor. The cost of all hauling and disposal is considered subsidiary; therefore, no direct payment will be made to Contractor. Water line valves, fire hydrants, and manhole ring and covers will become the property of the City, and the Contractor shall deliver these items to the City utility yards per the Engineer's instructions. A -17 Field Office The Contractor must furnish the City Engineer or his representative with a field office at the construction site. The field office must contain at least 120 square feet of useable space. The field office must be air - conditioned and heated and must be furnished with an inclined table that measures at least 30" x 60" and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with 24 -hour per day answering service) and FAX machine paid for by the Contractor. There is no separate pay item for the field office. 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, Page 7 of 34. 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 for the entire project. 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. It is the meaning and intent of this Contract that the Contractor shall be allowed to prosecute his work at such times and seasons in such order or precedence and in such manner as shall be the most conducive to economy of construction, subject to the following conditions: A. The schedule of construction shall be structured to meet all requirements of Section A -6 "Time of Completion /Liquidated Damages" and as noted above. B. The schedule of construction shall not conflict with any provision of the Contract Documents, and also that when the City is having other work done, either by contract or by City forces, the City Engineer may direct the time and manner of constructing the work done under this Contract so that conflicts will be avoided and the construction of various works being done for the City will be harmonized. C. Traffic control is essential to maintaining public safety and flow of traffic. The Contractor shall be aware of other construction projects occurring in the area and shall coordinate scheduling, traffic control, maintenance of services and street access with other contractors. D. Contractor shall coordinate and cooperate with the City for construction scheduling and traffic control modifications for special events that will occur during the period of the Contract. E. The Contractor shall provide temporary access to residential driveways whenever safely possible. Access to any residential driveway must not be blocked for more than 5 Calendar Days (the Engineer must be notified 5 Calendar Days in advance of any driveway closure). F. At least one driveway access to any business must be maintained at all times. G. The Contractor must provide solid waste pickup services whenever access by the normal service is blocked by construction activities (the Engineer must be notified 5 Calendar Days in advance of any solid waste pickup service disruption). H. Any work which creates a noise level above the ambient sound levels shall not commence before 7:30 a.m. or continue after 6:30 p.m. without prior approval from the Engineer. A -19 Construction Project Layout and 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 a minimum of two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. Page B of 34 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 of the 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 independent • Registered Professional Land Survey (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. Any discrepancies shall be noted by the Third arty Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Wastewater: All rim /invert elevations at manholes; All intersecting lines in manholes; Casing elevations (top of pipe and flow line)(TXDOT and RR permits). Streets: All curb returns at a 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. Water: All top of valves box; valves vaults rim; Casing elevations (top of pipe and flow line) (TXDOT and RR permits). Stormwater: All rim /invert elevations at manholes; All intersecting lines at manholes; Casing elevations (top of pipe and flow line) (TXDOT and RR permits). See Special Provision A -45 for additional requirements. A -20 Testing and Certification All tests required under this item must be performed 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 re- testing will be borne by the Contractor and deducted from the payment to the Contractor. Page 9 of 34 The Contractor must provide all applicable certifications to Engineer. A -21 Project Signs The Contractor must install two (2) and as indicated on the drawings installed before construction begins Project period by the Contractor. the City Project signs as furnished by the City in Attachment I. The signs shall be and shall be maintained throughout the The location of the signs will be determined in the field by the City Engineer. The Contractor will be required to have two (2) project signs installed at each location while work is underway. The location of the signs will be determined in the field by the City Engineer. All work and materials required for providing project signs shall be considered subsidiary to other work A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) 1. 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, 1989, 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. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. 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. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons 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. Page 10 of 34 (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, must be 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. 3. Goals a. 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 Business Enterprise (Percent) Participation (Percent) 455 15% b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including Page 11 of 34 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. 4. 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. b. 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 USED) The Contractor shall assure thc appropriate building incpcctiono by thc permit is required and to assure a fiRai leepection after thc building is amended in that thc Contractor must pay all fees and charges levicd by the City's Building Inspection Department and all other City feed, including A -24 Surety Bonds 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 re- insured the portion of the bond amount that exceeds ten percent (10 %) of the Surety Company's capital and surplus with re- insurer(s) authorized to do business in the State of Texas. The amount of the bond re- insured by any re- insurer may not exceed ten percent (10 %) of the re- insurer'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 re- insurer 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 Page 12 of 34 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 re- insurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or re- insurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A -25 Sales Tax Exemption (Rev 6/11/98) (NO LONGER APPLICABLE) following subctitutcd in lieu thereof. Ccction 3.291 of Chapter 3, Tax idminiotration of Title -3, Public Finance of thc Macao Administrative Code, or such other rulco or rcgulationo as may be ZZ- 3- Provide resale propooal value of matcrialo. must pay for all Salcc, Excise, and URC Taxco applicable to thin Project_ €icontractoro arc eligible for sales tax exemption if the subcontractor also complico -w-ith thc above requiremento. The Contractor muot issue a A -26 Supplemental Insurance Requirements 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: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator Page 13 of 34 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 B -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 USED) Paragraph (a) Ccncral Liability of Eccti io amended to include: Contractor muot provide buildcr'a rokk insurance coverage for the term • form. Contractor muot pay all coato neccooary to procure ouch buildcr'a A -28 Considerations for Contract Award and Execution 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 Engineer may require a bidder to provide documentation concerning: Page 14 of 34 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 not been 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 Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful, 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) years experience in the day -to -day field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but is not limited to, scheduling of manpower and materials, structural steel erection, masonry, safety, coordination of subcontractors, and familiarity with the architectural submittal process, federal and state wage rate requirements, and contract close -out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. The foreman must have at least five (5) years experience in oversight and management of the work of various subcontractors and crafts. If the scope of the Project is such that a foreman is not required, the Contractor's superintendent shall assume the responsibilities of a foreman. Documentation concerning these matters 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 or foreman assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to 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 Engineer concerning any substitutions or replacements in its field administration staff for this Project during the Page 15 of 34 term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B -7 -13. A -30 Amended "Consideration 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 Pricing Assessment Bid) 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. 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. 4. 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 City Engineer does 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. 5. 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. 6. Documentation as required by Special Provision A -35 -K, if applicable. 7. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said. entity. Page 16 of 34 r-� A -31 Amended Policy on Extra 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 any extra work for which, a change order has not been signed by the Director of Engineering 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 Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B -3 -5 Execution of Contract add the following: The award of the Contract may be rescinded at any 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 any kind, including for breach of contract, against the City, nor is the City obligated to 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 out 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 City Standard or Technical 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, ASTM 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_ A -35 City Water Facilities: Special Requirements (NOT USED) A. Vioitor /Contractor Orientation rrior to performing work at any .City water facility, tho Contractor, his s€ontractoro, and each of their employees must have on their peon a valid oard certifying their prior attcadanec Page 17 of 34 B. at a visitor /Contractor Safcty Orientation Program conducted by the City- Watcr Department Peroonncl. A V o-iter /Contractor Cafcty Dcpartmcnt peroonncl for thooc person who do not have ouch a card, and who dcoirc to perform any work within any City water facility_ ror additional information refer to Attachment 1. The Contractor 'shall not start, operate,- or atop any pump, motor, _ a1' erpmcnt, awitch, breaker, eeatroi, or any other item the City Water Dcpartmcnt. C. rrotcction of Water Quality The City muot dclivcr water e. t drinking quality to it❑ cuotomcrs at all timco. The Contractor ohall proteei thc quality of thc watcr in thc job oitc and ohall coordinate its work with thc. City Water Department to protcct thc quality of the water. D. Conformitxr with ANSI /NSF Standard 61 All matcrialo and equipment uocd in the rcpair, re aoocmbly, other itcmo, which could comc into contact with potablc watcr, must CpccificatioHa. thread compounds, coatingo, or hydraulic equipment. Thccc itcmo must not be uocd unl000 they confoEm with ANSI/NSF Standard 61 and The Contractor ohall provide the Engineer with copico of writtcn proof of ANCI /NSF Standard 61 approval for all matcrialo, which could come into contact with potablc water. P. Contractor' o personnel muot wear c000rcd urrif -e ovcrallo othcr than orange, blue, or white. Bach employee uniform muot providc company name and individual employee identification. H. Working houro -will be 7:00 A.M. to 5:09 P.M., Monday thru Friday. Page 18 of 34 I. Contractor must not uoc any City facility rcotroomo. Contractor must provide own sanitary facilities. Z. All Contractor vehicle° must bc parked at dceignated ante, ao must be clearly labcicd with company namc. No private employee vehicle° are allowed of O. N. Stevens Watcr Treatment Plant. All peroonncl must bc in company vchicico. During working houro, arcs nor wandcr through any building° other than for required work or a° directed by City Water Department peroonncl during emergency evacuation. K. Contractor Qualifications CC2DA (SUPERVISORY CONTROL AND DATA ACQUISITION) Any work to thc computer baocd monitoring and control - eyatem mum ao dctcrmincd by meeting -the qualification° 1 thru 9 below. Thin programming, customizing, debugging, c�alib�ating, operation all hardware and /or software specified or rcquircd by these spccifioationo. or placing in, 1. He io regularly cngagcd in the computer -baocd monitoring and control ay°tcm buoinco°, prcfcrably as applied to tho 2. and complexity ao required in thio three prior projects. 3. He hao been actively cngagcd in the type of work °pccificd here-%n for at loot 5 y aro . t. Hc employ° a Rcgi °tcred Profcooional Enginccr, a Control Dystcmo Enginccr, or an Electrical Enginccr to supervise or perform thc work requircd by these opccificationo. 5. Hc employs peroonncl on thio Project who have oucccoofully completed a manufacturer'° training tour °c in configuring Contract on at loaot ooftwarc proposed for the Contract. G. Hc maintains a permanent, fully otaffed and cquippcd service facility within 100 miles of thc Project oitc to specified heroin. 7. He shall furnioh cquipmcnt, which i° the product of ono manufacturer to thc maximum practical cxtcnt. Whcrc thio Is not practical, all -cquipmcnt of a given tyre will berme product of one manufacturer. _ 8. Prior performance at thc O. N. Ctcvcn° Water Trec.tmcnt in evaluating which .Contractor or new work for thin Project. 9. The Contractor °hall producc all filled out programming block° required to Dhow the programming ap nccdcd and rcquircd, to add thcoc two oyotcmo to the existing City Plant will bc u°cd Page 19 of 34 CCADA ayntcm. Attached is an example of the requ.rcd p ogra g becks which the City requires to bc filled in thc programming phase. The attached ohcct is an example- and is not intended to chow all of the required ahccto. The Contractor will provide all r.•rammin• blocks used. L. Trenching Requirements Plant shall be performed using a backhoc or hand digging duc to the ohall bc allowed on thc project_ A -36 Other Submittals (Revised 9/18/00) 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 of each submittal to the Engineer or his designated representative. The Engineer will retain five (5) copies. b. Reproducibles: In addition to the required copies, -the Contractor shall also submit one (1) reproducible transparency for all shop drawings larger than 11" x 17" in size. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this section; and sequentially number each transmittal form. Re- submittals 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, deliver to the AE Consultant 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. Page 20 of 34 h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. i. Re- submittals: Contractor must revise and resubmit submittals as required by AE Consultant and clearly identify all changes made since previous submittal. 3• 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. 2. Samples: NOT USED Thc Contractor muot oubmit aamplco of finichco from thc full range of Enginccr'o ocicction. 3. Test and Repair Report: (NOT USED) time to the City Engineer for approval. Othcrwioc, thc related 4. Wastewater By -Pass Plan: The contractor must submit a wastewater sewage by -pass plan to the Engineer. The Engineer and the City Wastewater Department must approve a by -pass plan before starting a by -pass operation. See Special Provision A -50 for additional information. 5. Wastewater By -Pass Traffic Control Plan: The contractor must submit a wastewater sewage by -pass traffic control plan to the Engineer. The Engineer, the City Wastewater Department and the City Traffic Engineer must approve a by -pass traffic control plan before starting a by -pass operation. 6. Rehabilitation of Manholes a. If rehabilitating the manholes with fiberglass, submit fiberglass manhole submittal per specification T- 027205. b. Submit manufacturer's recommended installation instruction. c. Submit material conformance certification with specifications. d. Submit technical information on stainless steel Inflow Inhibitor, Xnserta Tee, Caulking and sealing compounds. 7. Other Submittals a. Submit proposed Traffic Control Plan, if different from that shown on the drawings. (See Special Provision A -13) b. Submit plans on re- routing existing flows and disposal of sludge. c. Submit plan of action for emergency repairs, including phone numbers, contact person, subcontractor's firm, equipments, etc. Page 21 of 34 A -37 Amended "Arrangement and Charge for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts ", B -6 -15 Arrangement and Charge for Water Furnished by the City, add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan "). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre- construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors "' are incorporated by reference in this Special Provision. A -39. Certificate of Occupancy and Final Acceptance (NOT USED) The inouancc of a ccrtificatc of occupancy for improvcmcnta doco not A -40 Amendment to Section B -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 work site 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 work site. A -41 Ozone Advisory Priming and hot -mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a workday and the Contractor will be compensated at the unit price indicated in the proposal. A -42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City - related projects and or jobs. 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 Page 22 of 34 liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, material man, or their officials, employees, agents, consultants, any work done under the contract or in connection . therewith by the contractor, or any subcontractor, supplier, material man, 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 injury to an employee of the contractor, or any subcontractor, supplier or material man. A -44 Change Orders (4/26/99) 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 the Contractor as a basis for the price of the change order_ A -45 As -Built Dimensions and Drawings (7/5/00) (a) The Contractor shall employ the services of a Texas Registered Public Land Surveyor (RPLS) throughout the construction period to survey the as -built horizontal and vertical locations of all new storm drains and utility lines, pipe and culvert bends, drainage and utility manholes, drainage inlets, valves, etc. installed during the construction period. At the completion of construction but prior to final payment the Contractor shall provide the Engineer with RPLS sealed drawings and an electronic survey point file of the as -built construction. The horizontal and vertical datum used for the survey shall be the same as the Project datum. The horizontal and vertical locations bf all below grade construction must be surveyed and recorded prior to trench backfill. Payment for this work shall be considered subsidiary to other bid items. (b) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (c) Upon completion of construction, the Contractor shall furnish the City with one set of project drawings and specifications, marked with red pen or pencil, showing all deviations from the original plans, including any substitution for the materials originally specified. Any deviations from the original plans or substitutions for the materials specified require prior approval from the Engineer. A -46 Disposal of Highly Chlorinated Water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into Page 23 of 34 wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TCEQ, EPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of all water used in the project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A -47 Pre - Construction Exploratory Excavations (7/5/00) Prior to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross. within 20 -feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten .feet (10') of proposed pipelines of the project, Contractor shall excavate and expose said exiting pipelines at a maximum of 300 -feet O.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 -feet maximum O.C. 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 station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report. Exploratory excavations shall be paid for on a complete in place per each basis. Any pavement repair associated with exploratory excavations shall be paid for according to the established unit price of pavement patching. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A -48 Overhead Electrica]. Wires (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 AEP and inform AEP 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. Page 24 of 34 A -49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts', E -8 -11 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." A -50 Bypass Pumping Operations The Contractor shall be responsible for maintaining sewage flows at all times within the existing sanitary sewer system and shall not restrict access to residences or businesses. It shall be the Contractor's responsibility to coordinate with the City Wastewater Division regarding any modifications to the existing system flow patterns, such as rerouting flows, or operation of any permanent or temporary lift station(s). This shall be applicable even in case of cave -ins. Any such system modifications will be subject to approval by the Engineer and the City Wastewater Division and shall not interfere with the proper operation and function of the businesses. The Contractor shall be responsible for coordinating the review of any system modifications sufficiently in advance of proposed construction operations so as to avoid any delays in same. Sewage or other liquid shall not be pumped, bailed or flumed over the street or ground surface. No sewage or other liquids shall be handled by allowing flexible or rigid bypass pipeline through the stormwater lines. To bypass the flow, the connections to the existing facilities shall be made over the surface by means of flexible and /or rigid pipes. The pipe used for bypassing this flow shall be strong enough to resist the traffic load, if any, and the size of the pipe shall be capable of handling the incoming discharge but small enough to not create hindrance to the traffic flow or create any blockage or accident. The Contractor shall be responsible for providing access to the private properties and streets and maintain a smooth flow during the entire construction phase of this project. It shall be contractor's responsibility to design and submit for city approval any bypass pumping system plan, prior to its installation. The bypass pumping system shall be capable of handling the flow conditions at all times. The contractor shall neither anticipate nor expect assistance or advice from the City of Corpus Christi Wastewater Department staff /personnel, and shall be wholly responsible for the operation and maintenance of all bypass pumping systems and wastewater flow control systems. At a minimum, the bypass pumping system plan shall include: 1. Size, type, and rating of pumps. 2. Size and type of inlet and discharge piping. 3. Approximate location (schematic) of bypass line routings 4. General arrangement /type of additional support equipment 5. Traffic'Control Plan to accommodate bypass system. The preparation of bypass pumping plans, construction of temporary gravity flow lines, force main lines, pumping equipment, plugs, flow diversion structures, etc., required to maintain and control system flows shall not be Page 25 of 34 measured for payment, but will be considered subsidiary to the Wastewater Lines, Service Lines, and Pipebursting Bid Items. A -51 Protection of Existing Facilities Due to the suspected fragile condition of the existing pipe and appurtenances, the Contractor is expected to exercise extreme care in all construction operations, •including the installation and removal of all sheathing, shoring, and bracing for any required access pits. Construction equipment and techniques employed by the Contractor shall be such as to minimize the possibility of any further damage to the existing facilities damaged by construction operations. Such repairs shall meet the requirements set by the Engineer and the City Wastewater Division. The Contractor shall have all materials and equipment ready for the immediate repair of the sanitary sewer line in the event that a section(s) of the sanitary sewer line collapses during the course of the project. The Contractor shall prepare and submit a plan of action for emergency repair of the sanitary sewer system to the engineer for approval prior to installation of construction operations. The plan should contain information on repair procedures, location and type of equipment to be used, and time required for equipment mobilization. A -52 Video Documentation As part of the project requirements, the Contractor shall perform televised inspections of the entire length of lines for evaluation after rehabilitation work /construction contract is complete. All inspections shall be recorded in color, adequately lighted, on Digital Video Disk (DVD). The specific findings and observations made during the video recording shall be documented on the DVD by audio narration tied to the continuous footage documentation portrayed on the screen. Specific requirements for the on- screen labeling during each line segment inspection set -up, video file labeling, and hard - copy Inspection Report format are addressed in Technical Specification T- 027610. The original and one copy of each inspection video shall be forwarded to the Engineer for his and the City Wastewater Department concurrent review for approval, as each inspection video is completed. If the quality of the DVD's does not meet with the Engineer's /City's approval, the Contractor shall repeat the video documenting process, at no increase in contract price, until the video is acceptable. Approved DVD's will not be returned to the Contractor. The Contractor shall also make and retain one direct copy of the original DVD recording of the results of the inspection. At the time of contract final inspection, the Contractor is to furnish the City Wastewater Department the post - rehabilitation DVD's in an organized manner, properly labeled, and in a suitable three ring binder, the cost of which is included in the applicable bid item in the proposal. The work and materials will be considered subsidiary to other items in the proposal. No separate payments will be made for the televising unless specifically listed in the bid proposal. Page 26 of 34 A -53 Trench Safety If the Contractor's proposed construction methods require the excavation of any access pits, trenches, or other below ground operations, such work shall be in compliance with all federal, state and local requirements for trench excavation and safety, and with Standard Specification Section 022022. All costs associated with meeting these requirements shall be included in the amount bid for the item "Trench Safety" as shown in the proposal forms. A -54 Confined Space Entry Requirements Contractor will be required to comply with all OSHA regulations and guidelines as pertaining to identification and classification of confined spaces, and associated requirements for entry into these areas including compliance with OSHA Regulation (Standard 29 CFR) Permit Required Confined Spaces 1910.146. All personnel entering confined spaces shall be properly trained and certified. At any time, upon demand, the Contractor shall supply the Engineer with this certification information of any /all personnel who are doing confined space entry work. A -55 Internal Combustion Engines for Generators - unless otherwise approved by the. Engineer, the use of internal combustion engines to power electrical generators and /or pumps for flow control or other operations shall not commence before 7:30 a.m. or continue after 6:30 p.m. on weekdays, and shall not commence before 8:00 a.m. or continue after 5:00 p.m. on Saturday. The Contractor has the option to request use of Internal combustion Engines for each location provided that the Contractor . submits a mediated noise level proposal to the Engineer for review and approval. Payment of the testing services to measure the noise level shall be the responsibility of the Contractor. All tests required under this item shall be done by a recognized testing laboratory selected by the City. The criteria for approval of the mediated noise level proposal for the use of internal combustion engine will be based on the noise level measured at the closest property line to the proposed Internal Combustion Engine location. Per Federal Highway Administration (FHWA - Source 23 CFR 772), Noise Abatement Criteria, noise level Leg shall not exceed 67 dBA Ldn anytime. For Protection of the employees working on the site, the permissible sound level should not exceed 90 dBA per day in eight hours period (for more information, refer to OSHA 1926.52 or 1910.95). The Engineer or his designated representative reserves the right to stop construction, if any time the noise level exceeds the above said criteria. A -56 Re- routing of Traffic during Construction The Traffic Control Plan for the work has been prepared by the Engineer and is included in the drawings. Should the Contractor desire to deviate from the plan, it is the responsibility of the Contractor to provide Traffic Control Plan to the City Traffic Engineer for approval. The plans should be submitted for approval two weeks in advance prior to its implementation. The Traffic Control Plan submittals should be on the standard 22" x 34" plan sheets and should be readable, legible, clean, proportionate and if possible to scale; and shall meet the City of Corpus Christi's "Uniform Barricading Standards and Practices" for the City roads, and the requirements of the Texas Department of Transportation (TXDOT) for roads under the jurisdiction of the TxDOT. Any additional cost incurred due to preparation of a revised Traffic Control Plan shall be the Contractor's responsibility. No additional Page 27 of 34 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 included in the amount bid for the item "Signing and Traffic Control" as shown in the proposal forms. Additional information regarding approved traffic control devices and signing is available on TXDOT's website. http: / /www.txdot.gov /txdot library /publications /traffic planning.htm A -57 Qualifications of Manufacturer's Field Service Representatives 1. General: The technical specifications require that for certain equipment and other items, the manufacturer shall include in his cost to the Contractor specified periods of on -site time of a qualified factory field service engineer to provide certain services. Providing these services is an extremely important part of seeing that the item is installed, adjusted and serviced properly. This, in turn, will help insure that the item furnished will function as intended and have a useful, trouble -free service life. 2. Prior Approval: As part of the submittal data required, the name and complete qualifications of the person the manufacturer proposes to send as his representative must be included. The Engineer will have the right to reject any person who, in the Engineer's opinion, is not qualified to perform the required services based on the information furnished. 3. On -Site Refection: In the event a manufacturer's representative, while on the job site, demonstrates (in the opinion of the Engineer) that he /she is not thoroughly qualified to perform the required services, the Engineer shall have the right to immediately stop these services. The Contractor is obligated to replace the manufacturer's representative with a person who is qualified to redo as much of the completed services designated by the Engineer and complete the remaining services. This shall be done at no increase in the Contract amount (no cost to the City). 4. Video Recording: The City reserves the right to video record any and all services performed by manufacturer's field service representatives. The Contractor shall give the Engineer seven days advance notice of when services will be performed by the manufacturer's representative. Should the Contractor fail to provide the required advance notice, the Engineer shall have the right to reschedule services to accommodate the City. A -58 Errors and Omissions The Contractor shall carefully check these specifications and the Contract Drawings, and report to the Engineer any errors or omissions discovered, whereupon full instructions will be furnished promptly by the Engineer. If errors or omissions are so discovered and reported before the work to which they pertain is constructed, and if correction of such errors or omissions causes an increase in the Contractor's cost, the Contractor shall be compensated for such increase in cost as provided elsewhere. The Contractor shall bear the expense of correcting any errors and omissions on the drawings or specifications, which are not discovered or reported by the Contractor prior to construction and which, in the opinion of the Engineer, could have been discovered by reasonable diligence on the part of Page 28 of 34 Contractor. It is the intent of this Contract that all work must be done and all material must be furnished in accordance with generally accepted practice. Further, it is the intent of the Contract Documents that the Contractor shall perform all work to complete the project ready for its intended use. A -59 Lack of Information If the Bidder feels that there is insufficient information in order for him to prepare his bid and /or construct the work, he is required to make a written request for additional information. If the Bidder chooses to conduct his own pre -bid TV investigation of the sewer line, he shall make a written request to the City's Project Engineer. The Project Engineer, after receiving the written request, shall contact Wastewater Department to allow the Bidder to perform a pre -bid TV investigation. The Bidder shall be responsible to provide Traffic Control Plans and required traffic control signs as per City's requirements, required flagman to divert the traffic during the pre -bid TV investigation, and the by -pass plans to divert the flow. All costs associated with the pre -bid investigation shall be borne by the Bidder, with no compensation from the City. However, the Bidder shall not perform any investigation at the above project site unless a written request is submitted and approved. The Contractor shall not use the lack of information as a basis for requesting extra compensation. A-60 Amended General Provisions B -2 -7 Preparation. of Proposal The following paragraphs modify Paragraph B -2 -7 -- Preparation of Proposal, of the General Provisions: The Bidder has the option of submitting a computer - generated printout in lieu of the Proposal Sheets showing the Bid Tables. The printout will list all bid items (including any additive or deductive alternates) contained on those sheets. The printout will be substantially in the form attached to these specifications. If the. Contractor chooses to submit a printout, properly completed remaining pages of the Proposal shall accompany the printout. In addition, the printout shall contain the following statement and signature immediately following the Bid Summary: (Contractor) certifies that the unit prices shown on this printout for bid items (including any additive or deductive alternatives) contained in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this printout. (Contractor) acknowledges and agrees that the Total Bid Amount shown will be read as its Total Bid; and further agrees that the official Total Bid amount will be determined by multiplying the Quantity (Column II) in the Proposal by the corresponding Unit Price (Column IV), and then totaling all the extended amounts. (Signature) (Title) (Date) " Page 29 of 34 A-61 Measurement and Payment of Subsidiary Items of Work Unless specifically included in the Proposal, the measurement and payment requirements indicated in the individual standard specifications for any work do not apply, and the cost of this item of work shall be included in the cost of the item of work to which it is subsidiary. A -62 Prequalification Requirements If according to the standard or technical specifications, any item of material or a manufacturer not named in the specifications requires to be prequalified, the bidder or the manufacturer of the product shall submit to the Engineer at least 14 calendar days prior to the Bid date, all information and reference necessary to evaluate that the product is equal in quality to the ones specified. It is such bidder's or manufacturer's responsibility to provide a complete package of information for this evaluation. The names of the prequalified products or manufacturers will be included in a subsequent Addendum prior to the bid date. A -63 Dewatering / Well Pointing A soils investigation was performed and groundwater observations were made. See the Geotechnical Investigation report in Appendix A for more details. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering . a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and or settling prior to entering a storm water conduit or inlet. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that the Contractor discharge groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Corpus Christi Bay. Testing of groundwater quality is to be performed by the City, at the City's cost, prior to commencing discharge and shall be retested by the City, at the City's expense, a minimum of once a week. Contractor shall coordinate with the City, on all testing. Tests will also be performed as each new area of construction is started. Another option for disposal of groundwater by the Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater treatment plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case -by -case basis. Prior to pumping groundwater from the trench to the sanitary sewer system, the Contractor shall contact Mark Shell 857 -1817 to obtain a "no -cost" permit from the City Wastewater Dept. The City will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench, recording the water level shortly after completion, allowing to sit over night, recording the water level again, pumping the hole or trench dry to a holding tank or vacuum truck, then recording how long it takes to fill to the original level and overnight level. Page 30 of 34 Dewatering shall be paid for if well pointing is required. All costs associated with Well Pointing shall be included in the amount bid for the item "Well Pointing" as shown in the proposal forms. All other forms of dewatering needed to keep the excavation dry, as approved by the Engineer, shall include all costs to provide a dry foundation for the proposed improvements and shall be considered subsidiary to the various other bid items in the contract. In any event, the Contractor shall be required to take whatever steps are necessary to provide a stable trench bottom for the installation of any structures or pipes. A -64 Finish Elevations of Manholes All manholes shall be adjusted to the proper grade. For manholes within pavement, sidewalks, driveways, etc., the manholes shall be adjusted so that the cover is at the same grade as the adjacent proposed conditions. No bumps or dips shall be present that will create unsatisfactory conditions to either motorists or pedestrians. For manholes within unpaved areas, the manholes shall be adjusted so that the cover shall be no less than one (1) inch and no more than three (3) inches above the natural existing ground, unless otherwise specified on the plans. For manholes within the tops -of- banks of ditches, the manholes shall be adjusted so that the cover is at least as high as the lowest bank of the ditch. For manholes rehabilitated using the Fiberglass Reinforced Plastic, the adjustment to finished grade can be accomplished with the use of adjusting rings that are pre - approved by the Engineer. A -65 Storage, Access and Security The Contractor shall be allowed access to the project site via existing Street rights -of -way. Storage (laydown areas) for equipment and materials has not been identified. The contractor may make arrangements with the City on available City sites or provide a private location near the project at the Contractor's expense_ A -66 Storm Water Pollution Prevention Due to the type and location of this project, stormwater pollution prevention is critical, and improper implementation can have a negative impact on the adjoining street and private property. Strict compliance to all storm water pollution prevention items shown on the plans shall be enforced. All costs associated with meeting storm water pollution prevention requirements shall be considered subsidiary to the Storm Water Pollution Prevention Bid Item. In addition, if during the course of the project other minor storm water pollution prevention items are required to limit or control soil erosion or transport of soil, the the Contractor shall implement these measures at no increase in the contract price. The Contractor is responsible for preparing and submitting to TCEQ the Notice of Intent (NOI) and Notice of Termination (NOT). Page 31 of 34 A -67 Texas Commission on Environmental Quality General Permit Compliance The Contractor shall submit required notices and fees to the TCEQ for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit (TXR150000). These forms must be submitted at least 2 days prior to commencing construction activities with a copy provided to the City of Corpus Christi Engineering Services and a copy posted at the construction site. The Notice fortes and instructions are found in Appendix B. A -68 Dust Control The Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. When necessary, dusty materials in piles or in transit shall be covered to prevent blowing dust. Buildings shall be adequately protected from dust. Monthly payment will be withheld if this provision is not followed. A -69 Noise Control and Working Hour Restrictions The Contractor shall take reasonable measures to avoid unnecessary noise. Such measures shall be appropriate for the normal ambient sound levels in the area during working hours. All construction machinery and vehicles shall be equipped with practical sound- muffling devices, and operated in a manner to cause the least amount of noise consistent with efficient performances of the Work. Decibel levels are not to exceed sixty -seven (67) decibels. Any work which creates a noise level above the ambient sound levels shall not commence before 7:30 a.m. or continue after 6:30 p.m. on weekdays, and shall not commence before 8 :00 a.m. or continue after 5:00 p.m. on Saturday without prior approval from the Engineer. A -70 Other Accessibility Requirements The Contractor shall provide assistance and is required to ensure that disruption of community services to residents (i.e. US Postal Service, RTA Care B, Meals on Wheels, Emergency Services, etc.) does not occur during construction. Requisite assistance and /or coordination during construction is considered subsidiary to the work. A -71 RTA Contract Documents All RTA documents (listed in Appendix C) will be completed and submitted before award of contract. RTA Contract Documents apply only to the RTA identified improvements. The City of Corpus Christi Standards will take precedence over the remainder of the project. A -72 AT &T Conduit Agreement The signed agreement (Attachment III) with AT &T identifies the provisions and agreements between AT &T and the City of Corpus Christi concerning the AT &T conduit. Page 32 of 34 A -73 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 of 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." A -74 Potentially Contaminated Soils Characteristics of the potentially contaminated soils are unknown. Therefore, the bid item assumes removal of soil with non-hazardous hydrocarbon contamination. If other more hazardous contaminants, such as benzene or lead, are encountered, the Contractor may request a change order based on the contaminant type and level. Page 33 of 34 SUBMITTAL TRANSMITTAL FORM PROJECT: KOSTORYZ ROAD, PHASE 1 FROM HORNE TO S[JNNThROOIC ROAD WITH BRAWNER DITCH OFF - SITE DRAINAGE (BOND 2008) PROJECT No. 6489 OWNER: CITY OF CORPUS CHRISTI ENGINEER: GOLDSTON ENGINEERING, A CH2M HILL COMPANY CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMI'T'TAL Page 34 of 34 A G R E E M E N T THE STATE OF TEXAS COUNTY OF NUECES § THIS AGREEMENT is entered into this 25TH day of JANUARY, 2011, 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 Texas Sterling Construction Co. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $10,244,299.50 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: XOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH SPAWNER DITCH OFF--SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 (TOTAL BASE BID + ADD ALT 3: $10,244,299.50) 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, The General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, 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. Page 1 of 3 Rev. Jun-2010 Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision B -6 -11 and Special Provision A-26 of the General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, Texas. The Contractor will commence work within ten (10) calendar days from date the rec ive written work order and will complete same within 11 v..Va AR 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. Page 2 of 3 Rev. Jun -2010 City Secretary APPROVED AS TO _ ' GAL FORM : By: Asst. Cit Attorney (Note :. If Person signing for corporation is not President, attach copy of authorization to sign) CITY OF CORPUS CHR STI By: Juan Perales, Jr.,P.E. Assistant City Manager Engineering /Development Services By: Pete Anaya, P.E. Director of Engineering Services CONTRACTOR Tex9.s Sterling,C9nstruction Co. By: Title: Williamson, President 20810 FERNBUSH LANE (Address) HOUSTON, TX 77073 (City) (State)(ZI:P)., 281/821 --9091 * 281/821 -2995 (Phone) (Fax) 011 -03 AUTHORIZED Sy COUNCIL ...s11254( SI:CRE' ARY/* . Page 3 of 3 Rev. Jun-2010 P R O P O SAL FORM/ D I S C L O S U R E S T A T E M E N T F 0 R KOSTORYZ ROAD IMPROVEMENTS PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT No. 6489 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Proposal Form ADDENDUM NO. 5 Page 1 of 47 ATTACHMENT NO _ 1 r"" Proposal of OR PROPOSAL Place: Date: November 17, 2010 Texas Sterling Construction Co. a Corporation organized and existing under the laws of the State of Delaware a Partnership or Individual doing business as TO: 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: KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO StJNNYBROOY ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to -wit: Proposal Form Page 2 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO S[JNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY x UNIT PRICE IN FIGURES) PHASE 1 PART A STREET [FLEXIBLE PAVEMENT) A -1 552 SY 2" HMAC TYPE D, COMPLETE IN $goo $ d.ti, { 00 PLACE PER SQUARE YARD. A -2 18,040 SY 2.5" HMAC TYPE D, COMPLETE IN it ii. $4492.-° PLACE PER SQUARE YARD. 4 1-3-192 $ emiiii..to G5' 2._N 520 A -3 5,395 SY 4 HMAr TYPE 11 COMPL FTR IN "` PLACE PER SQUARE YARD. .. f.. .. $ t r=--- ^ $ :� -' 17. 0p "71 A -4 18,040 SY 5" HMAC TYPE B, COMPLETE IN $23-eV $._41473_& PLACE PER SQUARE YARD. A -5 19,840 SY S" CRUSHED LIMESTONE BASE, COMPLETE IN PLACE PER SQUARE $ $ YARD. � • °e j 1 9, a- ye . de, A -6 6,680 SY 8" CRUSHED LIMESTONE BASE, COMPLETE IN PLACE PER SQUARE $ 45-" $ + -L YARD. q as CoO /020 A -7 26,520 SY TENSAR TX5 GEOGRID OR EQUAL, COMPLETE IN PLACE PER SQUARE YARD. $ 392 $ `7gr560----• A -8 19,840 SY 8" PROOF ROLLED NON - YIELDING SUBGRADE, COMPLETE IN PLACE PER SQUARE YARD. 30 ---- $O. $ 5, 52 A -9 6,680 SY 12" COMPACTED SUBGRADE, COMPLETE IN PLACE PER SQUARE YARD. $� $ 4 VD o- A40 2,789 GAL PRIME COAT MC -30 @ 0.15 GAL /SY, COMPLETE IN PLACE PER GALLON. $ CO $ II/ 1,% A -11 18,040 SY SEAL COAT, COMPLETE IN PLACE PER SQUARE YARD. r $ 107,2 M o7- A-12 902 GAL TACK COAT @ 0.05 GAL /SY, COMPLETE IN PLACE PER GALLON. $ OO .r`/ $ \3) A -13 73 SY ASPHALT PAVEMENT REPAIR, COMPLETE IN PLACE PER SQUARE YARD. _ $� $ L.3/ f Proposal Form Page 3 of 47 ADDEN LN NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SIINNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 1 II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY x UNIT PRICE IN FIGURES) PHASE 1 PART A STREET (FLEXIBLE PAVEMENT) A -14 20,806 SF 6" CONCRETE DRIVEWAY, COMPLETE IN PLACE PER SQUARE FOOT. $ 7. °° $ I4 SiCoLiz .00 A -15 1,632 SF NEW 4" CONCRETE, COMPLETE IN PLACE PER SQUARE FOOT. $7 Do, _ $ H ZL( •Q• 1 N A -16 7,247 LF CONCRETE CURB & GUTTER, COMPLETE IN PLACE PER LINEAR FOOT. $ a. °d $ 7ZZ f 70 .Qa ' 1 A -17 25 LF TYPE A HEADER CURB, COMPLETE IN PLACE PER LINEAR FOOT. $ 10 .00 $ ZSa.a a A -18 4 EA CONCRETE BUS PAD - 60' X 12.5', COMPLETE IN PLACE PER EACH. TO dee, 08 $ $ 110 oa J .040 r A -19 25,910 SF 6" HIKE & BIKE TRAIL, COMPLETE IN PLACE PER SQUARE FOOT. $ 6. °0 $ 155/4/(o0 , 0v A -20 1,420 LF REFL PAV MRK (TY I) (W)(4 ")(BRKN), COMPLETE IN PLACE PER LINEAR FOOT. $ • 50 $ `710 .O0 A -21 130 LF REFL PAV MRK (TY 1) (W)(4 ")(SLD), COMPLETE IN PLACE PER LINEAR FOOT. $.50 $ Co 5 .UEa A -22 792 LF REFL PAV MRK (TY I) (W)(8 ")(SLD), COMPLETE IN PLACE PER LINEAR FOOT. $:-70 $ 55'1.4/0 A -23 194 LF REFL PAV MRK (TY I) (W)(12 ")(SLD), COMPLETE IN PLACE PER LINEAR FOOT. $ 3•0v $ 52- z vo A -24 523 LF REFL PAV MRK (TY 1) (W)(24 ")(SLD), COMPLETE IN PLACE PER LINEAR FOOT. $5.5r, $ 21$ 7(0. SO A -25 990 LF REFL PAV MRK (TY 1) (Y)(4 ")(BRK), COMPLETE IN PLACE PER LINEAR FOOT. $ ' So $ (ITS. o• A -26 3,058 LF REFL PAV MRK (TY I) (Y)(4 ")(SLD), COMPLETE IN PLACE PER LINEAR FOOT. $ . SO $ 115 2-1•oo Proposal Form Page 4 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO 5489 I II II1 IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTy x UNIT PRICE IN FIGURES). PHASE 1 PART A STREET (FLEXIBLE PAVEMENT) A -27 1,201 LF REFL PAV MRK (TY I) (Y)(4 ")(SLD)(DBL), COMPLETE IN $ .15 $ 1 1190 .q 5 PLACE PER LINEAR FOOT. A -28 38 EA REFL PAV MRK (TY I) (W)(ARROW) - TURN ARROW, COMPLETE IN PLACE $ ?5 •bc $ Z i S 5 0. oa PER EACH. A -29 10 EA REFL PAV MRK (TY 1) (W) (WORD) - "ONLY ", COMPLETE IN PLACE PER 1 EACH. $ I'S•c- ' $ 4 au.o A -30 214 EA REFL PAV MRK (TY II -A -A), COMPLETE IN PLACE PER EACH. $ 41-00 $ ISO .0c A -31 160 EA REFL PAV MRK (TY CI -C -R), COMPLETE IN PLACE PER EACH. $L $ Flo , ab A -32 1 EA CONTROLLER & TS2 TYPE CABINET W/ FOUNDATION, COMPLETE IN PLACE PER EACH. o $21.52-q--- 2 $ Z.9 !Soo ,0° A -33 16 EA ILSN SIGN (LED), COMPLETE IN PLACE PER EACH. $2 7-50 ,00 $ 3 ,000, € c A -34 16 EA GROUND BOX (TY D) W /APRON, COMPLETE IN PLACE PER EACH. $ (PIS. OC` $ Ib x$00, 00 A -35 26 EA PEDESTRIAN SIGNAL SECTION (16 IN) LED COUNT DOWN, COMPLETE IN PLACE PER EACH. $ 9 2S. Oo $ I i 1 050 . a A -36 2 EA PEDESTRIAN PUSH BUTTON POST, COMPLETE IN PLACE PER EACH. $ Li SO AD $ 90o , o0 A -37 16 EA PEDESTRIAN PUSH BUTTON, COMPLETE IN PLACE PER EACH. $ 2.10.00 $ 3 , 3(O0, o A -38 146 EA VEHICLE SIGNAL SECTION (12 IN) LED, COMPLETE IN PLACE PER EACH. $ 1-10,00 $ 29I '824. 0 A -39 32 EA BACK PLATE (3 SEC) (12 1N) VACCUM FORMED, COMPLETE IN PLACE PER EACH. $ ,S•oo $ 2.1080, c Proposal Form Page 5 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM -~ EXTENSION (QTY x UNIT PRICE IN FIGURES) PHASE 1 PART A STREET (FLEXIBLE PAVEMENT) A -40 10 EA BACK PLATE (5 SEC) (12 IN) VACCUM FORMED, COMPLETE IN PLACE PER EACH. $ ¶$5.00 $ SSo . 00 A -41 2 EA TRAFFIC SIGNAL POLE ASM (STL) 1 ARM (24 FT), COMPLETE IN PLACE PER EACH. $ 3 $5c . 00 $ 11-Too ADO A -42 8 EA TRAFFIC SIGNAL POLE ASM (STL) 1 ARM (32 FT), COMPLETE IN PLACE ' PER EACH. $ 11315.0-D $ 3S oo of A -43 1 EA TRAFFIC SIGNAL POLE ASM (STL).1 ARM (36 FT), COMPLETE IN PLACE PER EACH. $ y ,%50.0(2$ 1-1ts5p .pv A -44 1 EA TRAFFIC SIGNAL POLE ASM (STL) 1 ARM (44 FT), COMPLETE IN PLACE PER EACH. $ (1400.00 $ fit' -fr - 00 A -45 1 EA TRAFFIC SIGNAL POLE ASM (STL) 2 ARM (32 FT), COMPLETE IN PLACE PER EACH. $ l,350.00 $ 7, 3 So. oc A -46 1 EA TRAFFIC SIGNAL POLE ASM (STL) 2 ARM (32 FT & 24 FT), COMPLETE IN PLACE PER EACH. $ (p 5.0°$ Co 375 , 00 137 1 A -47 11 VF FND FOR TRAF SIG TY 24A (24 IN DRIL SHFT) (5.7 FT /EA), COMPLETE IN PLACE PER VERTICAL FOOT. $ 15.00 $ 'S2 -S.co A -48 106 VF FND FOR TRAF SIG TY 36A (36 IN DRIL SHFT) (13.2 FT/EA), COMPLETE IN PLACE PER VERTICAL FOOT. $ 395.0o $ 91,t -iD.oc A -49 91 VF FND FOR TRAF SIG TY 36B (36 IN DRIL SHFT) (15.Z FT /EA ), COMPLETE IN PLACE PER VERTICAL FOOT. $ 315.0D $ 391,12.5.o? A -50 1,031 LF CONDT (PVC) (SCHD 40) (3 IN), COMPLETE IN PLACE PER LINEAR FOOT. $ 1°1 30 $ 201 13 Proposal Form Page 6 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PRASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 Proposal Form Page 7 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 II III IV V ~~ BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY x UNIT PRICE IN FIGURES) PHASE 1 PART A STREET (FLEXIBLE PAVEMENT) A -51 1,155 LF CONDT (PVC) (SCHD 80) (4 IN), COMPLETE IN PLACE PER LINEAR FOOT. $ 1(0.50 $ 4x105-1 ,50 A -52 2,380 LF POWER CABLE (3 -1 CONDR) (12 AWG) ILSN, COMPLETE IN PLACE PER LINEAR FOOT. $ I.iS $ 11I (VS.cc A -53 1,595 LF ELEC CONDUCTOR (NO 8) (INS) GROUND, COMPLETE IN PLACE PER LINEAR FOOT. $MO $ ? Z.33. cr A -54 2,180 LF TRAF SIGNAL CABLE (TY A) (4 CONDR) (14 AWG), COMPLETE IN PLACE PER LINEAR FOOT. $ 1.50 $ 31 210.00 A -55 2,685 LF TRAF SIGNAL CABLE (TY A) (16 CONDR) (14AWG), COMPLETE IN PLACE PER LINEAR FOOT. $ 3.00 - $ 7, OS S,pz A -56 4 EA VIVDS PROCESSOR SYSTEM, COMPLETE IN PLACE PER EACH. $ (p 15c . €ca $ 2,1 (40c), ca) 1 A -57 16 EA VIVDS CAMERA ASSEMBLY, COMPLETE IN PLACE PER EACH. $ 111-15.°° $ Zl (SZO.Oc) A-58 4 EA VIVDS SET -UP SYSTEM (FIELD SET - UP COMPUTER), COMPLETE IN PLACE PER EACH. $ 12N5. $ 2.1 94 0.00 A -59 2,540 LF VIVDS COMPOSITE CABLE (COAXIAL COMMUNICATION & 5/C #18 POWER) ISOTEC CABLE, COMPLETE IN PLACE PER LINEAR FOOT. $ Z.05 $ Si .Z07 .cc A -60 1 EA SOLAR "SCHOOL ZONE" LIGHT, COMPLETE IN PLACE PER EACH. $51 •bo. 00 $ 5$00 , cDQ 1Q EA R10 -12 MAST ARM DIRECTION $ l '30. oo $ 1 1(6CDD 00 SIGN (LEFT TURN YIELD ON GREEN), COMPLETE IN PLACE PER EACH. A -62, 1 EA S5 -1 SCHOOL ZONE SIGN (SCHOOL $ 34 0,00 $ -390.00 -SPEED LIMIT 20 WHEN FLASHING), COMPLETE IN PLACE PER EACH. Proposal Form Page 7 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III IV V .- BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY x UNIT PRICE IN FIGURES) PHASE 1 PART A STREET (FLEXIBLE PAVEMENT) A -63 4 EA ELECTRICAL SERVICE TY T . A40 09 $ gi200 , 00 120 /240- 070- (NS)- AL- (E)- TS -(0), COMPLETE IN PLACE PER EACH. Z Q5D --- A -64 3,600 CY REMOVAL OF CONTAMINATED SOIL, COMPLETE IN PLACE PER CUBIC YARD. $ 25.00 $ 9 or aoo . 00 A -65 21,873 SY STREET EXCAVATION INCL. ASPHALT REMOVAL, COMPLETE IN PLACE PER SQUARE YARD. _ _ $11.4 0 $ `'i 1S 1 K ZS .So A -66 4,300 SY BLANKET SODDING (ST. AUGUSTINE, INCL 4" TOPSOIL), COMPLETE IN PLACE PER SQUARE YARD. $ 3.15 $ Uo t 125,00 A -67 27,006 SY GRASS SEEDING ,COMPLETE IN PLACE PER SQUARE YARD. $ . 35 $ 9 ,'isz . to A -68 9 EA ALUMINUM SIGNS, COMPLETE IN PLACE PER EACH. $ TZS •oQ $ (p 51.5.Q( f A -69 6 EA ALUMINUM SIGN PLAQUE, COMPLETE IN PLACE PER EACH. $ 11-i0,p2 $ gHO o� A -70 99 EA TREE REMOVAL, COMPLETE IN PLACE PER EACH. $ 2-50 .0v $ 2.1-1 15 €] .o� 1 1 A -71 1 LS DEMOLITION AND SITE PREPARATION, COMPLETE IN PLACE PER LUMP SUM. $1501060. D O $150, 0. c c A -72 1 LS STORMWATER POLLUTION PREVENTION, COMPLETE IN PLACE PER LUMP SUM. $ Z5 obo.°0 $ ZS, 0:30 • o� A -73 1 LS MOBILIZATION /BONDS /INSURANCE, COMPLETE IN PLACE PER LUMP SUM. / a' $ $ ft, 0 Gam. A -74 1 LS TRAFFIC CONTROL, COMPLETE IN PLACE PER LUMP SUM. $501wo oo $ So rood . oc, A-75 8 EA OZONE ADVISORY DAY, COMPLETE IN PLACE PER EACH. $ 1 1000. Do $ S, 000 . va PART A SUB -TOTAL (BID ITEMS A -1 THROUGH A-75): $2, 4S$88,„Z$ Proposal Form Page 8 of 47 ADDENDUM NO. 5 ATTACHMENT NO , 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SIINNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I I1 III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES). PHASE 1 PART B STREET (RIGID PAVEMENT) B -1 23,096 SY 7" REINFORCED CONCRETE RIGID PAVEMENT (INCL CURB & GUTTER), COMPLETE IN PLACE PER SQUARE YARD. $ g5r G , $ 61 5 d. ' B -2 23,812 SY 1" HMAC TYPED, COMPLETE IN PLACE PER SQUARE YARD. $ 4071) $ 95 i 2.48.0 � B -3 3,310 CY CEMENT STABILIZE EXIST 5" CALICHE SUBBASE (3 %), COMPLETE IN PLACE PER CUBIC YARD. $ 2-9•°° $ ` lit -(-4Q.o B -4 596 SY 2" HMAC TYPE D, COMPLETE IN PLACE PER SQUARE YARD. $ g, 0o $ r.( t 1 fo 8`. d B -5 603 SY 2.5" HMAC TYPE D, COMPLETE IN PLACE PER SQUARE YARD. $ 13.o0 $ -112`39.c30 8-6 1,175 SY 4" HMAC TYPE D, COMPLETE IN PLACE PER SQUARE YARD. $ I7.0O $ ill' 1/15.0° B -7 603 SY 5" HMAC TYPE B, COMPLETE IN PLACE PER SQUARE YARD. $ 23, °C $ 13/ $coq.. B -8 666 SY 5" CRUSHED LIMESTONE BASE, COMPLETE IN PLACE PER SQUARE YARD. $ (v 'CC) $ 3; 91'1(0 . OO B -9 2,038 SY 8" CRUSHED LIMESTONE BASE, COMPLETE IN PLACE PER SQUARE YARD. $9 •Oo $ 1 34Z -0'0 B -10 2,704 SY TENSAR TX5 GEOGRID OR EQUAL, COMPLETE IN PLACE PER SQUARE YARD. $ 3 - °° $ •' 11 2.. cc, B -11 25,771 SY 8" PROOF ROLLED NON - YIELDING SUBGRADE, COMPLETE IN PLACE PER SQUARE YARD. $ . 3o $ 1 i 13/. 3Q B -12 745 SY 6" COMPACTED SUBGRADE, COMPLETE IN PLACE PER SQUARE YARD. $ .10 $ 470. 5 c B -13 356 GAL PRIME COAT MC -30 @ 0.1S GAL /SY, COMPLETE IN PLACE PER GALLON. $ L-{.OD $ I't 2. .00 Proposal Form Page 9 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 ICOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES PHASE 1 PART B STREET (RIGID PAVEMENT) B 14 1 778 SY SEAL COAT, COMPLETE IN PLACE PER SQUARE YARD. $3,pC) $ Jr i 331 1 .00 B -15 30 GAL TACK COAT @ 0.05 GAL /SY, COMPLETE IN PLACE PER GALLON. $ K-oo $ (ZO . Oa B -16 176 SY ASPHALT PAVEMENT REPAIR, COMPLETE IN PLACE PER SQUARE YARD. $S_.c__ $ 5(5013 .c'O B -17 20,806 SF 6" CONCRETE DRIVEWAY, COMPLETE IN PLACE PER SQUARE FOOT. $7.O0 $ 1'i Si CoLi2 .oc B -18 1,632 SF NEW 4" CONCRETE, COMPLETE IN PLACE PER SQUARE FOOT. $ -].00 _ $ 111‘1Z14 .0 B -19 832 LF CONCRETE CURB & GUTTER, COMPLETE IN PLACE PER LINEAR FOOT. $ Io.oa $ g 3 2_0 C 8 -20 25 LF TYPE A HEADER CURB, COMPLETE IN PLACE PER LINEAR FOOT. $ �2' $ ZSD. ov 8 -21 25,910 SF 6" HIKE & BIKE TRAIL, COMPLETE IN PLACE PER SQUARE FOOT. $ OO $ 15511-1400.0, B -22 1,420 LF REFL PAV MRK (TY I) (W )(4 ")(BRKN), COMPLETE IN PLACE PER LINEAR FOOT. $ .O 0 $ MO • ocD B -23 130 LF REFL PAV MRK (TY I) (W)(4 ")(SLD), COMPLETE IN PLACE PER LINEAR FOOT. $ . SO $ Co 5.00 8 -24 792 LF REFL PAV MRK (TY I) (W)(8")(SLD), COMPLETE IN PLACE PER LINEAR FOOT. $ •10 $ 5S'- •'-10 B -25 194 LF REFL PAV MRK (TY 1) (W)(12 ")(SLD), COMPLETE IN PLACE PER LINEAR FOOT. $3.o-o $ ,5-‘2.• o c' B -26 523 LF REFL PAV MRK (TY I) (W)(24 ")(SLD), COMPLETE IN PLACE PER LINEAR FOOT. $5. So $ z t 87 (0 . Sc) Proposal Form Page 10 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 1 PART B STREET (RIGID PAVEMENT) B -27 990 LF REFL PAV MRK (TY I) (Y)(4 ")(BRK), COMPLETE IN PLACE PER LINEAR FOOT. $ •D $_LUIS -cp o B -28 3,058 LF REFL PAV MRK (TY I) (Y)(4 ")(SLD), COMPLETE IN PLACE PER LINEAR FOOT. $ .5o $ I,52.9 .ate B-29 1,201 LF REFL PAV MRK (TY I) ,• (Y)(4')(SLD)(DBL), COMPLETE IN PLACE PER LINEAR FOOT. �, AC s • k a ,� 1 111/ % . ..— $ 1 1 1-1 . 1 . B-30 38 EA REFL PAV MRK (TY I) (W)(ARROW) - TURN ARROW, COMPLETE IN PLACE PER EACH. $ -75.00 $ Z;gSc . Ob B -31 10 EA REFL PAV MRK (TY I) (W)(WORD) - "ONLY ", COMPLETE IN PLACE PER EACH. $`�S.00 $ 9 SO , e B -32 214 EA REFL PAV MRK (TY II -A -A ), COMPLETE IN PLACE PER EACH. $ 14.00 $ gs& .o G. B -33 160 EA REFL PAV MRK (TY [I -C -R], COMPLETE IN PLACE PER EACH. $ z j.po $ 4(f 0. y0 B -34 1 EA CONTROLLER & TS2 TYPE CABINET W/ FOUNDATION, COMPLETE IN PLACE PER EACH. $ Z91SCk►,Cc) $ Z9i 5oc).c B -35 16 EA ILSN SIGN (LED), COMPLETE IN PLACE PER EACH. $ 21 2 50." $ coo. 00 I B -36 16 EA GROUND BOX (TY D) W/ APRON, COMPLETE IN PLACE PER EACH. $ (p-15.p0 $ 101(60D .42: B -37 26 EA PEDESTRIAN SIGNAL SECTION (16 IN) LED COUNT DOWN, COMPLETE IN PLACE PER EACH. $'(Z5.00 $ 1 (,OSO.[D B -38 2 EA PEDESTRIAN PUSH BUTTON POST, COMPLETE IN PLACE PER EACH. $ 95o.6o $ C1 co. oo B -39 16 EA PEDESTRIAN PUSH BUTTDN, COMPLETE IN PLACE PER EACH. $ 2-10 oc- $ , 3(ca CO Proposal Form Page 11 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III IV V BID ITEM QTY &UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 1 l PART B STREET (RIGID PAVEMENT) B -40 146 EA VEHICLE SIGNAL SECTION (12 IN) LED, COMPLETE IN PLACE PER EACH. $170.00 $ VI I no. co B -41 32 EA BACK PLATE (3 SEC) (12 IN) VACCUM FORMED, COMPLETE IN PLACE PER EACH. $25.00 $ 21 DSO.too B -42 10 EA BACK PLATE (5 SEC) (12 IN) VACCUM FORMED, COMPLETE IN PLACE PER EACH. $ _ I° $ $SO ,O0 B -43 2 EA TRAFFIC SIGNAL POLE ASM (STL) 1 ARM (24 FT), COMPLETE IN PLACE PER EACH. $ 3,$5o 00 $ -111 00. O f B -44 8 EA TRAFFIC SIGNAL POLE ASM (STL) 1 ARM (32 FT), COMPLETE IN PLACE PER EACH. $14 375.00 $ 35 ;000 .0 I 0-45 1 EA TRAFFIC SIGNAL POLE ASM (STL) 1 ARM (36 FT), COMPLETE IN PLACE PER EACH. `1 $ -I 5O _ o0 $ 4 ,''Z 50 , t' B -46 1 EA TRAFFIC SIGNAL POLE ASM (STL) 1 ARM (44 FT), COMPLETE IN PLACE PER EACH. $ WOO. 02 $ (4160.06 B -47 1 EA TRAFFIC SIGNAL POLE ASM (STL) 2 ARM (32 FT), COMPLETE IN PLACE PER EACH. $, 1i 3�-1D1OO $ 1, 3S0. CO B -48 1 EA TRAFFIC SIGNAL POLE ASM (STL) 2 ARM (32 FT & 24 FT), COMPLETE IN PLACE PER EACH. $ ( 3 15.00 $ (0,315.o< B -49 11 VF FND FOR TRAF SIG TY 24A (24 IN DRIL SHFT) (5.7 FT /EA), COMPLETE IN PLACE PER VERTICAL FOOT. $ 1S.00 q $ O 2.S. 00 B -50 106 VF FND FOR TRAF SIG TY 36A (36 IN DRIL SHFT) (13.2 FT /EA), COMPLETE IN PLACE PER VERTICAL FOOT. $ 305.00 $ 41 ig-itioc. Proposal Form Page 12 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 1 II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 1 PART B STREET (RIGID PAVEMENT) B -51 91 VF END FOR TRAF SIG TY 36B (36 IN DRIL SHFT) (15.2 FT/EA), COMPLETE IN PLACE PER VERTICAL FOOT. $ 315.00 $ 3 )Z5, 0 i } B -52 1031 LF CONDT (PVC) (SCHD 40) (3 IN), COMPLETE IN PLACE PER LINEAR FOOT. $ 19 •$O $ 201 '11 3 x B -53 1,155 LF CONDT (PVC) (SCHD 80) (4 IN), COMPLETE IN PLACE PER LINEAR FOOT. 61 (P,SO J . QS 7 . So B -54 2,380 LF POWER CABLE (3 -1 CONDR) (12 AWG) ILSN, COMPLETE IN PLACE PER LINEAR FOOT. $ 1.15 $ N ! (p 5. oo / B -55 1,595 LF ELEC CONDUCTOR (NO 8) (INS) GROUND, COMPLETE IN PLACE PER LINEAR FOOT. $ 1.10 $ 2-1733.0c B -56 2,180 LF TRAF SIGNAL CABLE (TY A) (4 CONDR) (14AWG), COMPLETE IN PLACE PER LINEAR FOOT. $ 1 , SO $ 3, zio.oa B-57 2,685 LF TRAF SIGNAL CABLE (TY A) (16 CONDR) (14 AWG), COMPLETE IN PLACE PER LINEAR FOOT. 4 3.0 C) Si 0 JS ' t B -58 4 EA VIVDS PROCESSOR SYSTEM, COMPLETE IN PLACE PER EACH. $ (0 i SD CO $ ZLacCO.oe 1 1 B -59 16 EA VIVDS CAMERA ASSEMBLY, COMPLETE IN PLACE PER EACH. $ 3t5.0j $ Zl s Zp . < I B-60 4 EA VIVDS SET -UP SYSTEM (FIELD SET - UP COMPUTER), COMPLETE IN PLACE PER EACH. $ 735. 0 $ 2- 11140.00 B -61 2,540 LF VIVDS COMPOSITE CABLE (COAXIAL COMMUNICATION & 5/C #18 POWER) ISOTEC CABLE, COMPLETE IN PLACE PER LINEAR FOOT. $ Z -aS $ 5-12-01 .�C B -62 1 EA SOLAR "SCHOOL ZONE" LIGHT, COMPLETE IN PLACE PER EACH. $ 5I SQaic0 $ S$ cc Proposal Form Page 13 of 47 b ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBRO0K ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 1 PART B STREET (RIGID PAVEMENT) B -63 10 EA R10 -12 MAST ARM DIRECTION $ IgO.(2° $ 00 Imo' SIGN (LEFT TURN YIELD ON GREEN). COMPLETE IN PLACE PER EACH. B -64 1 EA 55-1 SCHOOL ZONE SIGN (SCHOOL $ 340-00 $ 3110.0 o "SPEED LIMIT 20 WHEN FLASHING), COMPLETE IN PLACE PER EACH. B -6$ 4 EA ELECTRICAL SERVICE TY T $ 42-1050.0o $ ;ZOO .00 120 /240 - 070- (N$)- AL- (E)- TS -(0), COMPLETE IN PLACE PER EACH. B -66 3,600 CY REMOVAL OF CONTAMINATED SOIL, COMPLETE IN PLACE PER CUBIC YARD. $ Z j. O° $ 90r occ - co B -67 21,873 SY STREET EXCAVATION INCL. ASPHALT REMOVAL, COMPLETE IN PLACE PER SQUARE YARD. $ K •So _ $ 91` r `i'Z $.S0 B -68 4,300 SY BLANKET SODDING (ST. AUGUSTINE, INCL 4" TOPSOIL), COMPLETE IN PLACE PER SQUARE YARD. $315 $ U' LI 25. c0 B -69 27,006 SY GRASS SEEDING , COMPLETE IN PLACE PER SQUARE YARD. $ , 35 $ 9 145 Z. (b B -70 9 EA ALUMINUM SIGNS, COMPLETE IN PLACE PER EACH. $ -125 0o $ (o .00 B -71 6 EA ALUMINUM SIGN PLAQUE, COMPLETE IN PLACE PER EACH. $ 140.00 $ T910.00 B -72 99 EA TREE REMOVAL, COMPLETE IN PLACE PER EACH. $ 250.°c' $� SO' if) B -73 1 LS DEMOLITION AND SITE PREPARATION, COMPLETE IN PLACE PER LUMP SUM. $t50i dmO-00 $ IVO f ciao,. OD B -74 1 LS STORMWATER POLLUTION PREVENTION, COMPLETE IN PLACE PER LUMP SUM. $ zS,ccO.00 $ 2S1o00.0C' Proposal Form Page 14 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2006) PROJECT NO. 6489 Proposal Form Page 15 of 47 ADDENDUM NO 5 ATTACHMENT NO 1 II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 1 PART B STREET (RIGID PAVEMENT) B-75 1 LS MOBILIZATION /BONDS /INSURANCE, COMPLETE IN PLACE PER LUMP SUM. /85cro,c.0 $ $ / ' erre, . et , B -76 1 LS TRAFFIC CONTROL, COMPLETE IN PLACE PER LUMP SUM. $ Z5/ COO. 0° $ 75, 000). o0 B -77 g EA OZONE ADVISORY DAY, COMPLETE IN PLACE PER EACH. $ te, aop oo $ $+ oc:10.oc> PART B SUB -TOTAL (BID ITEMS 13-1 THROUGH B -77): $ r2.,5/9$ `7.co, Proposal Form Page 15 of 47 ADDENDUM NO 5 ATTACHMENT NO 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 1 PART C STORM WATER C -1 4 EA MANHOLE TYPE A, COMPLETE IN PLACE PER EACH. $ 3100D. co $ 1 Zr coo . oo C -2 16 EA MANHOLE TYPE C, COMPLETE IN PLACE PER EACH. $ 3cocam $ `"'03,600. oo C -3 5 EA JUNCTION BOX WITH MANHOLE, COMPLETE IN PLACE PER EACH. $30/000.W $ 1SO 1 000 _ oC C -4 19 LF 12" RCP CULVERT (INCL SHOR, EXCAV, BEDDING &BACKFILL ), COMPLETE IN PLACE PER LINEAR FOOT. $ 1$0.00 $ Z/150 . °c' C -5 29 LF 15" RCP CULVERT (INCL SHOR, EXCAV, BEDDING &BACKFILL ), COMPLETE IN PLACE PER LINEAR FOOT. $ (20.00 $ 3,'go , °b C -6 1,246 LF 18" RCP CULVERT (INCL SHOR, EXCAV, BEDDING &BACKFILL ), COMPLETE IN PLACE PER LINEAR FOOT. $ 1 zo.00 $ Hcj i S2O. o C -7 7 LF 21" RCP CULVERT (INCL SHOR, EXCAV, BEDDING & BACKFILL ), COMPLETE IN PLACE PER LINEAR FOOT. $ ISO.00 $ o5�. co r C -8 178 LF 24" RCP CULVERT (INCL SHOR, EXCAV, BEDDING &BACKFILL ), COMPLETE IN PLACE PER LINEAR FOOT. $ t00.00 $ 11 loo , o t I C -9 87 LF 30" RCP CULVERT (INCL SHOR, EXCAV, BEDDING &BACKFILL), COMPLETE IN PLACE PER LINEAR FOOT. $ IV:) .°C $ 10 L.(11&. t7C C -10 10 LF 33" RCP CULVERT (INCL SHOR, EXCAV, BEDDING &BACKFILL ), COMPLETE IN PLACE PER LINEAR FOOT. $1 Zo. 00 $ 1 2 c c • c, c3 _ Proposal Form Page 16 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM BORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 1 PART C STORM WATER C -11 33 LF 36" RCP CULVERT (INCL SHOR, EXCAV, BEDDING &BACKFILL), COMPLETE IN PLACE PER LINEAR FOOT. $ i .o.00 $ 319620.00 C -12 1,404 LF 6' X 6' RCB CULVERT (INCL SHOR, EXCAV, BEDDING &BACKFILL), COMPLETE IN PLACE PER LINEAR FOOT. 37d.nv $ JC �0 .O� C -13 1,542 LF 8' X 8' RCB CULVERT (INCL SHOR, EXCAV, COMPLETE IN PLACE PER LINEAR FOOT. $ H SO.00 $ �61 319}00' C -14 507 LF 10' X 10' RCB CULVERT (INCL SHOR, EXCAV, BEDDING &BACKFILL), COMPLETE IN PLACE PER LINEAR FOOT. $500.00 $ 25 3, sop , o C -15 27 EA 5' ER EACH.LET, COMPLETE IN PLACE $ Z 1 OW 00 $ S+-(10p� , 0 0 C -16 1 EA 5' EXTENTION FOR CURB INLET, COMPLETE IN PLACE PER EACH. $ 2 Do O. CC $ boo 00 f C -17 6 EA DROP /POST INLET, COMPLETE IN PLACE PER EACH. $ 2 000 oo $ 12.1000 , a� 1 C -18 4,399 LF REMOVE RCP CULVERT AND BACKFILL WITH CEMENT STABILIZED SAND, COMPLETE IN PLACE PER LINEAR FOOT. $ O� . $ 210/ 3q� o c �' C -19 10 EA REMOVE STORM MANHOLE AND BACKFILL WITH CEMENT STABILIZED SAND, COMPLETE IN PLACE PER EACH. $ ti Dcp $ 1i 000 , C -20 28 EA REMOVE STORM INLET AND BACKFILL, WITH CEMENT STABILIZED SAND, COMPLETE IN PLACE PER EACH. $ tips oa $ 11/ ZOO. oc C -21 5,043 LF TRENCH SAFETY PLAN (STORM DRAIN &BOX CULVERTS), COMPLETE IN PLACE PER LINEAR FOOT. $ I. Do $ S, DLO. 00 Proposal Form Page 17 of 47 D ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 1 PART C STORM WATER C -22 52 EA TRENCH SAFETY PLAN (MANHOLES, JUNCTION BOXES & INLETS), COMPLETE IN PLACE PER EACH. $ 10:).(9D $ 51 200. 00 C -23 345 LF WELL POINTING FOR CULVERTS, COMPLETE IN PLACE PER LINEAR FOOT. $ 2S•00 $ ! CO2.S.ino C -24 20,924 CY BRAWNER DETENTION/ RETENTION FACILITY F)CCAVATIf1N & GRADING, COMPLETE IN PLACE PER CUBIC YARD. 4 n., $ ,W „ , , ._,_ $ r j S J �" C -25 3 EA PRE- CONSTRUCTION EXPLORATORY EXCAVATIONS, COMPLETE IN PLACE PER EACH. $ G °O.a'c' $ 1/F00 . °O C -26 1 EA SAFETY END TREATMENT, COMPLETE IN PLACE PER EACH. $ 3;43D-°° $ 3, o30 . po C -27 1 LS STORMWATER POLLUTION PREVENTION PLAN, COMPLETE IN PLACE PER LUMP SUM. $ 10 0OC) .°° $ icao 000 . °4 r C-28 1 LS MOBILIZATION /BONDS /INSURANCE, COMPLETE IN PLACE PER LUMP SUM. 3ft , clasp °-- $ $ 3015 elm- a® C -29 1 LS TRAFFIC CONTROL, COMPLETE IN PLACE PER LUMP SUM. $ 100, ce$0.Q0$ j 001000. °e • PART C SUB -TOTAL (BID ITEMS C -1 THROUGH C -29): $.Z4 6B19 7$76. Proposal Form Page 18 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 1 PART D WASTEWATER D -1 20 EA 5' DIAMETER SANITARY SEWER MANHOLE, COMPLETE IN PLACE PER EACH. $13 S00. °° $ 170 1 coo .00 D -2 147 VF SANITARY SEWER MANHOLE DEPTH GREATER THAN 6', COMPLETE IN PLACE PER VERTICAL FOOT. $ Lica00 $ 53tgCO. c D -3 15 EA REMOVE AND DISPOSE OF SANITARY SEWER MANHOLE, COMPLETE IN PLACE PER EACH. $500, °O $ 1 j sop . cc) D -4 222 LF PIPE BURSTING OF WASTEWATER LINE (8" HDPE PIPE), COMPLETE IN PLACE PER LINEAR FOOT. $110. d° $ $'5 g0 . Oaf D -5 454 LF PIPE BURSTING OF WASTEWATER LINE (10" HDPE PIPE), COMPLETE IN PLACE PER LINEAR FOOT. $ 40.0a $ I$ i I(,,O . eo D -6 1,099 LF PIPE BURSTING OF WASTEWATER LINE (16" HDPE PIPE), COMPLETE IN PLACE PER LINEAR FOOT. $ g0 - - $ �71920. 00 D -7 39 LF REMOVE AND REPLACE (OPEN CUT) WASTEWATER LINE (8" PVC), COMPLETE IN PLACE PER LINEAR FOOT. $ 1 SU O° Sb , $ 5 *85b a� D -8 654 LF REMOVE AND REPLACE (OPEN CUT) WASTEWATER LINE (12" PVC), COMPLETE IN PLACE PER LINEAR FOOT. $`7S QO $ (141 i Osc. 0c D -9 374 LF REMOVE AND REPLACE (OPEN CUT) WASTEWATER LINE (15" PVC), COMPLETE IN PLACE PER LINEAR FOOT. $ 75,0° $ ZS 1 o. a D -10 1,160 LF REMOVE AND REPLACE (OPEN CUT) WASTEWATER LINE (18" PVC), COMPLETE IN PLACE PER LINEAR FOOT. $ %S.°°' $ 15? i(200 . EA Proposal Form Page 19 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II I1I IV V BID ITEM QTY & UNIT _ DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 1 PART D WASTEWATER D-11 25 LF REMOVE AND REPLACE (OPEN CUT) WASTEWATER LINE (8" C900 PVC), COMPLETE IN PLACE PER LINEAR FOOT. $ j5o,op $ 37o vp D 12 20 LF 24" STEEL CASING PIPE, COMPLETE IN PLACE PER LINEAR FOOT. $ z O $ Si 000 co D -13 32 EA SERVICE LINE CONNECTIONS, COMPLETE IN PLACE PER EACH. $ 1_2,50.°° $ Y01 tan . '3o D -14 1 EA RELOCATE CLEANOUT, COMPLETE IN PLACE PER EACH. $ 175• pO $ 17S. Dd D -15 2,229 LF TRENCH SAFETY (WASTEWATER LINES), COMPLETE IN PLACE PER LINEAR FOOT. $ 1,00 $ 2,2..Z51 .0c. D -16 18 EA TRENCH SAFETY (MANHOLES), COMPLETE IN PLACE PER EACH. $ f DO.O, $ $co. oa D -17 623 LF WELL POINTING FOR MANHOLES, INSERTION PITS, & OPEN CUT, COMPLETE IN PLACE PER LINEAR FOOT. $ ZS, CID $ ! 5j S 75 . a47 D -18 2 EA PRE - CONSTRUCTION EXPLORATORY EXCAVATIONS, COMPLETE IN PLACE PER EACH. $ 5C5°- °1"' $ 'I0O0 . 0° D -19 1 LS ALLOWANCE FOR UNANTICIPATED ADJUSTMENTS, COMPLETE AND IN PLACE PER LUMP SUM. $ 8,000.00 $ 8,000.00 D -20 40 LF REMOVE & REPLACE WOODEN FENCE, COMPLETE IN PLACE PER LINEAR FOOT. $30,00 $ (7) t _ c e D -21 32 LF REMOVE & REPLACE CHAIN LINK FENCE, COMPLETE IN PLACE PER LINEAR FOOT. $ 25.b0 $ SOO.00 D -22 1 LS MOBILIZATION /BONDS /INSURANCE, COMPLETE IN PLACE PER LUMP SUM. $5ro0.00) $ 5o1 p op D -Z 3 1 LS TRAFFIC CONTROL, COMPLETE IN PLACE PER LUMP SUM. $ �� $ /0".' PART 0 SUB -TOTAL (BID ITEMS D -1 THROUGH D -23): $ 762,, 33y. 41 Proposal Form Page 20 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III IV V BID ITEM QTY & UNIT _ DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 1 PART E WATER E -1 440 LF 8" C900 PVC WATER LINE, INCL TRENCH AND BEDDING, COMPLETE IN PLACE PER LINEAR FOOT. $ (.O5.O° $ 2.1316 .00 . d° E -2 95 LF 12" C900 PVC WATER LINE, INCL TRENCH AND BEDDING, COMPLETE IN PLACE PER LINEAR FOOT. $ 55.0° $ S . ZZ S. o0 1 E -3 159 LF 16" C905 PVC WATER LINE, INCL TRENCH AND BEDDING, COMPLETE IN PLACE PER LINEAR FOOT. $ 15.00 $ i I, LS , E -4 18 LF 8" DUCTILE IRON PIPE, INCL TRENCH AND BEDDING, COMPLETE IN PLACE PER LINEAR FOOT. $ 130,00 $ 2-1340. o0 E -5 108 LF 12" DUCTILE IRON PIPE, INCL TRENCH AND BEDDING, COMPLETE IN PLACE PER LINEAR FOOT. $ ! ©S. 00 $ (1 1 340 .Oc E -6 13 EA 8" MJ ANY ANGLE BEND, COMPLETE IN PLACE PER EACH. $ ZS 0,00 $ 3s 250.00 E -7 24 EA 12" WI] ANY ANGLE BEND, COMPLETE IN PLACE PER EACH. $ It Sc.aa $ lo, $Op .00 E -8 2 EA 16" MJ ANY ANGLE BEND, COMPLETE IN PLACE PER EACH. $ Ir50, O° $ I70D, da E 9 2 EA 8 "x6" TEE, COMPLETE IN PLACE PER EACH. $250.b° $ 500, o0 E -10 1 EA 12" GATE VALVE WITH BOX, COMPLETE IN PLACE PER EACH. $Z� SCO a° $ Zi SoO.DC) E -11 2 EA 16" BUTTERFLY VALVE WITH BOX, COMPLETE IN PLACE PER EACH. $3r SCQ r° $ -//cb0 °p E -12 5 EA 12 "x8" TAPPING SLEEVE AND VALVE WITH BOX, COMPLETE IN PLACE PER EACH. $ 3 t3OO.ce $ IR 1 COQ Oo E -13 3 EA 8"x6" REDUCER, COMPLETE IN PLACE PER EACH. • °° $ 2Z.5, Co`5 . b D $ T Proposal Form Page 21 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 Proposal Form Page 22 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES PHASE 1 . PART E WATER E -14 1 EA 16 "x12" MJ CROSS, COMPLETE IN PLACE PER EACH. $ 1500, a © $ I SOD .00 -t I E -15 13 EA FIRE HYNT ASSEMBLY, COMPLETE IN PLACE PER EACH. $9 $ 52,i00o-0 • (000' E -16 17 EA WATER SERVICE CONNECTION, COMPLETE IN PLACE PER EACH. $900. di.. $ (CI 3 CO .rte E -17 684 LF TRENCH SAFETY FOR WATER LINE P5 1\TAI /INSTAL I ATTnN � .... ...... ... � ........ � ..,.., COMPLETE IN PLACE PER LINEAR FOOT. $ I .00R i c,, , $ Io '-t .00 E -18 219 LF ABANDON & GROUT WATER LINE (ACP), COMPLETE IN PLACE PER LINEAR FOOT. $ 1D • 00 $ zi 190. © v E -19 578 LF REMOVE WATER LINE (CIP), COMPLETE IN PLACE PER LINEAR FOOT. $ 5.00 $ 2-11S90.00 E -20 1 LS ALLOWANCE FOR UNANTICIPATED ADJUSTMENTS, COMPLETE AND IN PLACE PER LUMP SUM. $ 5,000.00 $ 5,000.00 E -21 2 EA PRE - CONSTRUCTION EXPLORATORY EXCAVATIONS, COMPLETE IN PLACE PER EACH. $ 50D 00 $ I ! dCD . 00 E -22 1 LS MOBILIZATION /BONDS /INSURANCE, COMPLETE IN PLACE PER LUMP SUM. $ SC)1OCO, OD $ t5o, o00.°0 E -23 1 LS TRAFFIC CONTROL, COMPLETE IN PLACE PER LUMP SUM. /4j °5 • ° $ , , co PART E SUB -TOTAL (BID ITEMS E -1 THROUGH E -23): _ $33Sy/9. °-- Proposal Form Page 22 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 1 PART F ADA IMPROVEMENTS F -1 2,431 SF ADA CURB RAMP, COMPLETE IN PLACE PER SQUARE FOOT. $ • DO $ at 1$ . 00 F -2 16,255 SF CONCRETE SIDEWALK, COMPLETE IN PLACE PER SQUARE FOOT. $ 6.©0 $ 911S30,00 F -3 55 LF REFL PAV MRK (TY I) (W)(4 ")(SLD), COMPLETE IN PLACE PER LINEAR FOOT. $ '9 $_ Li 9 • SO $ 3‘9z. PART G SUB -TOTAL (BID ITEMS G -1 THROUGH G -3): F -4 497 LF REFL PAV MRK (TY I) (W)(8 ")(SLD), COMPLETE IN PLACE PER LINEAR FOOT. $ l . 30 $ (04 Cp , 10 F -5 939 LF REFL PAV MRK (TY I) (W)(12 ")(SLD), COMPLETE IN PLACE PER LINEAR FOOT. $54S0 $ S 1 I (e--j - SO F -6 862 LF REFL PAV MRK (TY I) (W)(24 ")(SLD), COMPLETE IN PLACE PER LINEAR FOOT. $$.O0 $ (c) Ig`UIp,O0 PART F SUB -TOTAL (BID ITEMS F -1 THROUGH F -6): $ / S'Z, W5. >es I II III IV V BID ITEM QTY & _ UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 1 RTA BUS STOP IMPROVEMENTS - ALL IMPROVEMENTS SHALL FOLLOW PART G RTA GUIDELINES LISTED IN APPENDIX C G -1 582 SF ADA CURB RAMP, COMPLETE IN PLACE PER SQUARE FOOT. $ 9 .o• $ 51 23$ 00 G -2 3,199 SF 5' CONCRETE SIDEWALK, COMPLETE IN PLACE PER SQUARE FOOT. $ Ca•Eb $ 19 1 19 j. OO G-3 1,140 SF CONCRETE BUS PEDESTRIAN PAD - 30' X 9.S', COMPLETE IN PLACE PER SQUARE FOOT. 0.00 $ Pi Z(oO. OC $ 3‘9z. PART G SUB -TOTAL (BID ITEMS G -1 THROUGH G -3): Proposal Form Page 23 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRANNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 BID SUMMARY FOR KOSTORYZ, PHASE 1 - FROM HORNE TO SUNNYBROOK W /BRAWNER OFF -SITE DRAINAGE PHASE 1 TOTAL BASE BID - FLEXIBLE (ASPHALT) PAVEMENT OPTION (please type or print clearly) SUBTOTAL - PART A - STREET (FLEXIBLE PAVEMENT) OPTION (Bid Items A -1 through A -75) - $ t, SK S, 5.2.S..73- SUBTOTAL - PART C - STORM WATER (Bid Items C -1 through C-29) $ `Ela $B ?5g, ci SUBTOTAL - PART D - WASTEWATER (Bid Items D -1 through D -23) $ 762{ 33? an SUBTOTAL - PART E - WATER (Bid Items E -1 through E -23) $ 335 inn. Ca SUBTOTAL - PART F - ADA IMPROVEMENTS (Bid Items F -1 through F -6) $ /,;.Z/ /(4.. / 0 SUBTOTAL - PART G - RTA BUS STOP IMPROVEMENTS (Bid Items G -1 through G -3) $ 3'ti, 492, , at, PHASE 1 TOTAL BASE BID - FLEXIBLE (ASPHALT) PAVEMENT OPTION (Bid Items A, C, D, E, F & G) 40 , S"WI, 90 /. 95 Proposal Form Page 24 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 PHASE 1 TOTAL BASE BID - RIGID (CONCRETE) PAVEMENT OPTION (please type or print clearly) SUBTOTAL - PART B - STREET (RIGID PAVEMENT) OPTION $ (Bid Items B -1 through B -77) eZ X99 J6O . ,,-‘ SUBTOTAL - PART C - STORM WATER (Bid Items C -1 through C-29) $ 4 6AS) 1W6P. SUBTOTAL - PART D - WASTEWATER (Bid Items D -1 through D -23) $ %'2� 33? SUBTOTAL - PART E - WATER (Bid Items E -1 through E -23) $ .3i, VI?. SUBTOTAL - PART F - ADA IMPROVEMENTS (Bid Items F -1 through F -6) $ /32 / /GS is SUBTOTAL - PART G - RTA BUS STOP IMPROVEMENTS (Bid Items G-lthroujh G -3) $ 3il, 692,et7 PHASE 1 TOTAL BASE BID - RIGID (CONCRETE) PAVEMENT OPTION $ (c, 4SZ� 323. m.5- (Bid Items B, C, D, E, F & G) NOTE: The above unit prices must include all labor, materials, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for, and the Owner reserves the right to increase or decrease the quantity of any bid item. The above quantities are approximate, include an additional contingency in some cases, and may vary from the final quantities. DO NOT ORDER MATERIAL BASED ON THESE APPROXIMATE QUANTITIES. Proposal Form Page 25 of 47 ADDENDUM NO 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SLJNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 2 PART A STREET (FLEXIBLE PAVEMENT) A -1 521 SY 2.0" HMAC TYPE D, COMPLETE IN PLACE PER SQUARE YARD. $18..°0 $ 9 11(P F. Op A -2 16,735 SY 2.5" HMAC TYPE D, COMPLETE IN PLACE PER SQUARE YARD. $ i 3.00 $ 211 1 SSS• C A -3 16,614 SY 5" HMAC TYPE B. COMPLETE IN PLACE PER SQUARE YARD. 1 $ �cr.S -c.�. i d y 1, , „�, $ o f 8M.0 4..r A -4 18,164 SY 5" CRUSHED LIMESTONE BASE, COMPLETE IN PLACE PER SQUARE YARD. $ Co ,QO $ 1013.191N . A -5 618 SY 8" CRUSHED LIMESTONE BASE, COMPLETE IN PLACE PER SQUARE YARD. $9-0 $ 5,5(020c) A -6 618 SY TENSAR BX -1100 GEOGRID OR EQUAL, COMPLETE IN PLACE PER SQUARE YARD. $3.00 $ 11(351-t .00 A -7 18,164 SY TENSAR TX5 GEOGRID OR EQUAL, COMPLETE IN PLACE PER SQUARE YARD, $3. 00 $ 5 y 1 19 Z , c A -8 18,164 SY 8" PROOF ROLLED NON- YIELDING SUBGRADE, COMPLETE IN PLACE PER SQUARE YARD. $ • 30 $ 51T-11 91 ,2-C A -9 618 SY 6" COMPACTED SUBGRADE, COMPLETE IN PLACE PER SQUARE YARD. $ 1 . ° C : ) $ (p l $ , o t7 A -10 2,588 GAL PRIME COAT MC -30 @ 0.15 gal /SY, COMPLETE IN PLACE PER GALLON. $ . V _r - $ 10t352-.( A -11 16,735 SY SEAL COAT, COMPLETE IN PLACE PER SQUARE YARD. $ 3.00 $ SO • �S' A -12 831 GAL TACK COAT @ 0.05 GAL /SY, COMPLETE IN PLACE PER GALLON. $ c1,00 $ 3, 3 2_9 . (7c: A -13 93 SY ASPHALT REPAIR, COMPLETE IN PLACE PER SQUARE YARD. $ SO. 00 $ D Proposal Form Page 26 of 47 a d ADDENDUM NO. 5 ATTACHMENT NO. 1 O O KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III IV V ~___ BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 2 PART A STREET (FLEXIBLE PAVEMENT) A -14 16,547 SF 6" CONCRETE DRIVEWAY, COMPLETE IN PLACE PER SQUARE FOOT. $ 7.6o — $ I r S ,' Z9 .00 A -15 483 SF NEW 4" CONCRETE, COMPLETE IN PLACE PER SQUARE FOOT. $ --1,00 $ 3 3 $ 1 . Oo A "IL LY -1L 2 A71 T D L,T/ 1 Ll' CONCRETE RETAINING WALL, C[1hMDT ETT: IN DT ACC DUD T MICA') 4Viil LL 1 Li !lY 1 LIII.V 1 L11 Lil\LC31♦ FOOT. C $� 1 1 .CD .y $ 1% n7 k c $ 1 `-' I • A -17 5,256 LF CURB & GUTTER, COMPLETE IN PLACE PER LINEAR FOOT. $ 10,00 $ s?-. S Coo . A -18 3 EA CONCRETE BUS PAD 60' X 12.5', COMPLETE IN PLACE PER EACH. $�. 00 $ 30I ODp . Da A -19 272 LF 3" SCHEDULE 40 PVC WITH END CAPS FOR MIS DIVISION, COMPLETE IN PLACE PER LINEAR FOOT. $ tp •do $ I r (0 32 - oa A -20 1,160 LF REFL PAV MRK (TY 1)(W)(4 ")(BRK), COMPLETE IN PLACE PER LINEAR FOOT. $ - SO $ 5 O. CO A -21 383 LF REFL PAV MRK (TY I) (W) (8 ") (SLD), COMPLETE IN PLACE PER LINEAR FOOT. $ - SO $ 191. So A -22 592 LF REFL PAV MRK (TY I) (W)(12 ")(SLD), COMPLETE IN PLACE PER LINEAR FOOT. $ :7° $ 919 . o A -23 724 LF REFL PAV MRK (TY I) (W)(24 ")(SLD), COMPLETE IN PLACE PER LINEAR FOOT. $ 3. ©0 $ Z; 1.7Z. . Op A -24 860 LF REFL PAV MRK (TY I) (Y)(4 ")(BRK), COMPLETE IN PLACE PER LINEAR FOOT. $ 5.S0 $ `ii ?30, CcD A -25 3,368 LF REFL PAV MRK (TY 1) (Y)(4 ")(SLD), COMPLETE IN PLACE PER LINEAR FOOT. $ • S0 $ rl. Oil .c, Proposal Form Page 27 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 �. KOSTORYZ ROAD IMPROVEMENTS, PRASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BR.AWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 2 PART A STREET (FLEXIBLE PAVEMENT) A -26 1,261 LF REFL PAV MRK (TY I) (Y)(4 ")(SLD)(DBL), COMPLETE IN PLACE PER LINEAR FOOT. $ .64 $ (p30. 5O A -27 135 LF REFL PAV MRK (TY I) (Y)(12 ")(SLD), COMPLETE IN PLACE PER LINEAR FOOT. $ .°t5 $ 122 . 25 A -28 3 EA REFL PAV MRK (TY I) (W)(ARROW) - TURN ARROW, COMPLETE IN PLACE PER EACH. $ '�' — - — $ c- 5. vc:' A-29 3 EA REFL PAV MRK (TY I) (W)(WORD) - "ONLY ", COMPLETE IN PLACE PER EACH. $`tS .00 $ 2VS. Co A -30 342 EA REFL PAV MRKR (TY II -A -A), COMPLETE IN PLACE PER EACH. $ 9 -Or} $ 1+ 3 [Q E , o© A -31 116 EA REFL PAV MRKR (TY II -C -R), COMPLETE IN PLACE PER EACH. $4.°0 $ i f (D9 ..00 A -32 6 EA PEDESTRIAN SIGNAL SECTION (16 IN) LED COUNT DOWN, COMPLETE IN PLACE PER EACH. $ tp 5.O $ 2 i 190 .00 A -33 3 EA PEDESTRIAN PUSH BUTTON POST, COMPLETE IN PLACE PER EACH. $ app $ 31195.00 A -34 3 EA PEDESTRIAN PUSH BUTTON, COMPLETE IN PLACE PER EACH. $ 3H5.�7o $ aO �' A -35 1,800 CY REMOVAL OF CONTAMINATED SOIL, COMPLETE IN PLACE PER CUBIC YARD. $ ZS .0C $ LIS f COO, DO A -36 18,802 SY STREET EXCAVATION INCL. ASPHALT REMOVAL, COMPLETE IN PLACE PER SQUARE YARD. t $ f • 5O $ fi-i C70 , e r A -37 1,380 SY BLANKET SODDING (ST. AUGUSTINE, INCL 4" TOPSOIL), COMPLETE IN PLACE PER SQUARE YARD. C $ 3.75 $ 5,1 -i5 . oC Proposal Form Page 28 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SY)NNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 i II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 2 PART A STREET (FLEXIBLE PAVEMENT) P A-38 7 EA ALUMINUM SIGNS, COMPLETE IN PLACE PER EACH. ) % c, � ' o • $ $ A -39 4 EA ILSN SIGN (LED), COMPLETE IN PLACE PER EACH. $ 3 130.00 $ 12_ 5 20 . Cati ; I A -40 25 LF REMOVE AND REPLACE CHAIN LINK FENCE, COMPLETE IN PLACE PER $ 30_ oC $ 1 SO- on LINEAR FOOT. A -41 4 EA TREE REMOVAL, COMPLETE IN $ sbO.00 $ Z i Dop . PLACE PER EACH. A -42 1 LS DEMOLITION AND SITE PREPARATION, COMPLETE IN PLACE 01$311''-et0. Oo e6 PER LUMP SUM. eozi,, cTv, otf 49,000' • A -43 1 LS STORMWATER POLLUTION PREVENTION, COMPLETE IN PLACE $3O QD eO $ 3o/ coo Oa PER LUMP SUM, A -44 1 LS MOBILIZATION /BONDS /INSURANCE, 45 COMPLETE IN PLACE PER LUMP $130.4_4_00- $ $®j pen , 00 SUM. A -45 1 LS TRAFFIC CONTROL, COMPLETE IN $3p 1 GOCD•r $ 3o146p, do PLACE PER LUMP SUM, A -46 1 EA OZONE ADVISORY DAY, COMPLETE $ I.0�0 DO $ 4300 ` OD IN PLACE PER EACH. f A -47 1 EA ELECTRIC SCHOOL ZONE TRAFFIC uaa SIGNAL, COMPLETE IN PLACE PER $1i.t r $ J .2,6•5'. do EACH. A -48 1 EA RELOCATE BUSINESS SIGN WITH ELECTRIC, COMPLETE IN PLACE PER $ $ .3/1-50. 60 EACH. PARTA SUB -TOTAL (BID ITEMS A -1 THROUGH A -48): $_L f-17 598x4 Proposal Form Page 29 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 PLACE PER SQUARE YARD. CEMENT STABILIZE EXIST 5" B -3 3,132 CY CALICHE SUBBASE (3 %), COMPLETE $ Zito() $ -I S 1 (0 g. 00 IN PLACE PER CUBIC YARD. B -4 521 SY 2" HMAC TYPED, COMPLETE IN $ p .,(Do $ y, l (og Cho PLACE PER SQUARE YARD. B -S 1,840 SY 2.5" HMAC TYPE D, COMPLETE IN $ 13.°° $ Z3 19 Zo ao PLACE PER SQUARE YARD. B -6 1,840 SY 5" HMAC TYPE B, COMPLETE IN $ 23 , 00 $ L(Z, + 3 2.0. d PLACE PER SQUARE YARD. 5" CRUSHED LIMESTONE BASE, B -7 2,111 SY COMPLETE IN PLACE PER SQUARE $ Co•DD $ i Z , (oCotv.oc YARD. 8" CRUSHED LIMESTONE BASE, $‘21-Dc' S B -8 618 SY COMPLETE IN PLACE PER SQUARE $ I $ 562 .00 YARD. TENSAR BX -1100 GEOGRID OR B -9 618 SY EQUAL, COMPLETE IN PLACE PER $ 3-D CI $ 1/354 ,vp SQUARE YARD. TENSAR TXS GEOGRID OR EQUAL, B -10 2,111 SY COMPLETE IN PLACE PER SQUARE $ 3•� $ G1233.00 YARD. 8" PROOF ROLLED NON- YIELDING B -11 3,951 SY SUBGRADE, COMPLETE IN PLACE $ Z•D° $ -7,9 oz,oc PER SQUARE YARD. 6" COMPACTED SUBGRADE, B -12 618 SY COMPLETE IN PLACE PER SQUARE $ .90 $ 55 (0 . Zo YARD. Proposal Form Page 30 of 47 0 ADDENDUM NO. 5 ATTACHMENT NO. 1 II I II1 I IV V V BID P QTY & UNIT D DESCRIPTION F UNIT E BID ITEM PHASE 2 PART B STREET IRIGID PAVEMENT) B -1 1 15,497 SY P 7" REINFORCED CONCRETE RIGID $ 1S.el, $ $ flQ, 394: ea B -2 1 16,013 SY 1 1" HMAC TYPED, COMPLETE IN $ $ y .00 $ $ GL-14_0.5z.0( Proposal Form Page 30 of 47 0 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I I II I III I IV V V BID P QTY & UNIT D DESCRIPTION F UNIT E BID ITEM PHASE 2 PART B STREET (RIGID PAVEMENT) B -13 1 1,840 SY S SEAL COAT, COMPLETE IN PLACE $ $ 11.00 $ $ 1,3te0 , dQ B -14 2 295 GAL C PRIME COAT MC -30 @ 0.15 gal /SY, � $ 3 �� $ �� B -1S 1 184 GAL T TACK COAT @ 0.05 GAL /SY, $ $(,dp $ $ "3c, 00 B-16 1 186 SY A ASPHALT REPAIR, COMPLETE IN $ $ So -oo $��' Ot7 B -17 1 16,547 SF C 6" CONCRETE DRIVEWAY, $ 1.0° $ $ 115, S 2 .ry B -18 4 483 SF N NEW 4" CONCRETE, COMPLETE IN $ $ `x.00 $ $3, 3 S l . o0 B -19 2 2,471 LF C CONCRETE RETAINING WALL, $ `5a. DC: $ $ 12.3 1 SSo, ( B -20 6 684 LF C CONCRETE CURB & GUTTER, $!o .DO $ $ (p 1 1 I B -21 2 272 LF C 3" SCHEDULE 40 PVC WITH END $10.00 $ $ Z.17 2.0.E B -22 1 1,160 LF C REFL PAV MRK (TY I)(W)(4 ")(BRK), $ , 5o $ $ S Z O .O0 B -23 3 383 LF C REFL PAV MRK (TY 1)(W)(8 ")(SLD), S SO $ 191 . So B -24 5 592 LF C REFL PAV MRK (TY I)(W)(12 ")(SLD), $ .70 $ $ 914.4-to B -25 7 724 LF C REFL PAV MRK (TY I)(W)(24 ")(SLD), $ 3. °0 $ $ Z., 1 12_100 Proposal Form Page 31 of 47 0 ADDENDUM NO. 5 ATTACHMENT NO. 1 n KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 2 PART S STREET (RIGID PAVEMENT) B -26 860 LF REFL PAV MRK (TY I)(Y)(4 ")(BRK), COMPLETE IN PLACE PER LINEAR FOOT. S5 .so L,� $ 1-7 3p.co 13-27 3,368 LF REFL PAV MRK (TY I)(Y)(4 ")(SLD), COMPLETE IN PLACE PER LINEAR FOOT. $ • SO $ 11 1p$H.0 j B -28 1,261 LF REFL PAV MRK (TY ])(Y)(4 ")(DBL), COMPLETE IN PLACE PER LINEAR FOOT. $ • `� $3u . S v B -29 135 LF REFL PAV MRK (TY I)(Y)(12 ")(SLD), COMPLETE IN PLACE PER LINEAR FOOT. $ 51$ $ 12S .15 1 -30 3 EA REFL PAV MRK (TY I)(W )(ARROW) - TURN ARROW, COMPLETE IN PLACE PER EACH. $ 15.D0 $ z2 S .Op B-31 3 EA REFL PAV MRK (TY ])(W )(WORD) - "ONLY ", COMPLETE IN PLACE PER EACH. 05 $ 2-ZS . o0 B -32 342 EA REFL PAV MRKR (TY II -A -A), COMPLETE IN PLACE PER EACH. $ 9.00 $ 13(o$, 00 B -33 116 EA REFL PAV MRKR (TY ]I -C -R }, COMPLETE IN PLACE PER EACH. $ Lt, 00 $ H Cot-I. No B -34 6 EA PEDESTRIAN SIGNAL SECTION (16 IN) LED COUNT DOWN, COMPLETE IN PLACE PER EACH. $ r-1(oS•C(0 $ Z} 79o. co B -35 3 EA PEDESTRIAN PUSH BUTTON POST, COMPLETE IN PLACE PER EACH. $ `10(o5 CO $ 3i 195. oO 13-36 3 EA PEDESTRIAN PUSH BUTTON, COMPLETE IN PLACE PER EACH. $ 3H5,0° $ I C).'5 ov I B -37 1,800 CY REMOVAL OF CONTAMINATED SOIL, COMPLETE IN PLACE PER CUBIC YARD. $ Z S•p° $ L1S f000,cac B -38 18,521 SY STREET EXCAVATION INCL. ASPHALT REMOVAL, COMPLETE IN PLACE PER SQUARE YARD. $ 9.50 $ g ai -(t-[ .SE Proposal Form Page 32 of 47 ADDENDUM N0. 5 ATTACHMENT N0. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 Proposal Form Page 33 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 11 III IV _ V 131D ITEM i TY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 2 PART B STREET (RIGID PAVEMENT) B -39 1,380 SY BLANKET SODDING (ST. AUGUSTINE, INCL 4" TOPSOIL), COMPLETE IN $ 3• /5 $ 51 I `7 5. oo PLACE PER S I UARE YARD. B -40 7 EA ALUMINUM SIGNS, COMPLETE IN $, ° • • PLACE PER EACH. Teo 3 esi7S"4570. B -41 4 PA ILSN SIGN (LED), COMPLETE IN p $ SO :d $ 12.1 5 2. cam, rm PLACE PER EACH. B -42 25 LF REMOVE AND REPLACE CHAIN LINK $ ZS Pc $ (4, ZS . FENCE B -43 4 EA TREE REMOVAL, COMPLETE IN $ SOO ,pp $ 21 OOo . 00 PLACE PER EACH. 13 -44 1 LS DEMOLITION AND SITE PREPARATION, COMPLETE IN PLACE PER LUMP SUM. $ •OO (3 OW $ O (49foc96, . 60 13 -45 1 LS STORMWATER POLLUTION 3S1pC��,n0 PREVENTION, COMPLETE IN PLACE $ $ 3Sr 000. co PER LUMP SUM. B -46 1 LS MOBILIZATION /BONDS /INSURANCE, COMPLETE IN PLACE PER LUMP 3:6.A SUM. 94/229,60 9b OM .On 13-47 1 LS TRAFFIC CONTROL, COMPLETE IN $1407 MO. OD $ LfO 000 .00 PLACE PER LUMP SUM. B -48 8 EA OZONE ADVISORY DAY, COMPLETE $ 11 DOO On $ $! coo • CO IN PLACE PER EACH. 13 -49 1 EA ELECTRIC SCHOOL ZONE TRAFFIC SIGNAL, COMPLETE IN PLACE PER $1.2-4;,.... EACH. 00 $ i x7 il(05. B -50 1 EA RELOCATE BUSINESS SIGN WITH ELECTRIC, COMPLETE IN PLACE PER $ 3 55c,OD $ 3SSo.cc EACH. PART 13 SUB -TOTAL (131D ITEMS B -1 THROUGH 13-50): $ ii 4/a/7417. Proposal Form Page 33 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO STJNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION [QTY X UNIT PRICE IN FIGURES) PHASE 2 PART C STORM WATER C -1 2 EA MANHOLE TYPE A, COMPLETE IN PLACE PER EACH. $3/000,00 $ (0,00o, c'c' C-2 5 EA MANHOLE TYPE B, COMPLETE IN PLACE PER EACH. $ opp cx) $ � 5 ©0D,c� < < C -3 4 EA MANHOLE TYPE C, COMPLETE IN PLACE PER EACH. C $7' UC 00 $ 7 .(:)+=. C -4 4 EA JUNCTION BOX WITH MANHOLE, COMPLETE IN PLACE PER EACH. $ i SDGO O0 $ X 0 O�.00 / C -5 4 LF 15" RCP CULVERT, COMPLETE IN PLACE PER LINEAR FOOT. $ OO Op $ 'lap ,00 C-6 718 LF 18" RCP CULVERT, COMPLETE IN PLACE PER LINEAR FOOT. $ j6°. Co $ ��� ' C -7 166 LF 24" RCP CULVERT, COMPLETE IN PLACE PER LINEAR FOOT. $ I 00.00 $ , fn, (o0c X00 C -8 167 LF 42" RCP CULVERT, COMPLETE IN PLACE PER LINEAR FOOT. $ 1 20 Co $ z0 i 0'-1Q oz C-9 372 LF 48" RCP CULVERT, COMPLETE IN PLACE PER LINEAR FOOT. $ J 5a co $ SS /So ©, d C -10 352 LF 54" RCP CULVERT, COMPLETE IN PLACE PER LINEAR FOOT. $ 12d 00 $ (o3/360 u? C -11 1,218 LF 5' X 5' RCB CULVERT, COMPLETE IN PLACE PER LINEAR FOOT. $ �3$Q°0 $ e�Zi g4.� C -12 282 LF 6' X 6' RCB CULVERT, COMPLETE IN PLACE PER LINEAR FOOT, $ �� $ r 2, $DO ao C -13 21 EA 5' CURB INLET, COMPLETE IN PLACE PER EACH. °� $2000 00 $ 4-Z' C-14 7 EA 5' EXTENTION FOR CURB INLET, COMPLETE IN PLACE PER EACH. q 6° $ $ 7, 5Q0- --�- Proposal Form Page 34 of 47 ADDENDUM No. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III Iv v _______ BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 2 PART C STORM WATER C -15 3,358 LF REMOVE RCP CULVERT AND BACKFILL WITH CEMENT STABILIZED SAND, COMPLETE IN PLACE PER LINEAR FOOT. oo $ ID $ 33, 580 " C -16 9 EA REMOVE STORM MANHOLE AND BACKFILL WITH CEMENT STABILIZED SAND, COMPLETE IN PLACE PER EACH. $ C $ 14-r oo C -17 3,358 LF TRENCH SAFETY PLAN (STORM DRAIN &BOX CULVERTS), COMPLETE IN PLACE PER LINEAR FOOT. $ I DO $ 3,35 00 C -18 32 EA TRENCH SAFETY PLAN (MANHOLES, JUNCTION BOXES & INLETS), COMPLETE IN PLACE PER EACH. u $ 100 p,o r $ 3,2o0 C -19 350 LF WELL POINTING FOR CULVERTS, COMPLETE IN PLACE PER LINEAR FOOT. � $ 25"` $ g 1750 C -20 3 EA PRE - CONSTRUCTION EXPLORATORY EXCAVATIONS, COMPLETE IN PLACE PER EACH. bD $_5 °— to $ 1.500 C -21 1 LS STORMWATER POLLUTION PREVENTION PLAN, COMPLETE IN PLACE PER LUMP SUM. eO $7. ObO $ 75,006 CPO C -22 1 LS MOBILIZATION /BONDS /INSURANCE, COMPLETE IN PLACE PER LUMP SUM. ao q,,, $ $ 2 1J,cw°1 —° C -23 1 LS TRAFFIC CONTROL, COMPLETE IN PLACE PER LUMP SUM. $ 75J $ 75, °C ) PART C SUB -TOTAL (BID ITEMS C -1 THROUGH C -23): $ !. - 7 Proposal Form Page 35 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 2 PART D WASTEWATER D -1 13 EA 5' DIAMETER SANITARY SEWER MANHOLE, COMPLETE IN PLACE PER EACH. $101W0 $ 134 CoO o° D -2 89 VF SANITARY SEWER MANHOLE DEPTH GREATER THAN 6', COMPLETE IN PLACE PER VERTICAL FOOT, $ =p °O_ $ t7� $c D -3 1 EA ADJUST EXISTING SANITARY SEWER MANHOLE, COMPLETE IN PLACE PER EACH. $ 1008 0 $ ii C00 p° D -4 8 EA REMOVE AND DISPOSE OF SANITARY SEWER MANHOLE, COMPLETE IN PLACE PER EACH. $ $ "1000 r' D -5 1241 LF PIPE BURSTING OF WASTEWATER LINE (16" HDPE PIPE), COMPLETE IN PLACE PER LINEAR FOOT. $ 4D�� $ 44 rZ $0 f' D -6 1139 LF PIPE BURSTING OF WASTEWATER LINE (18" HDPE PIPE), COMPLETE IN PLACE PER LINEAR FOOT. $ Zos �`� $ %/ VS S 119 0-7 743 LF REMOVE AND REPLACE (OPEN CUT) WASTEWATER LINE (8" PVC), COMPLETE IN PLACE PER LINEAR FOOT. $ 5.012.-D $ (37/i509 D -8 101 LF REMOVE AND REPLACE (OPEN CUT) WASTEWATER LINE (10" PVC), COMPLETE IN PLACE PER LINEAR FOOT. $ g0 °'- $ gr O o D -9 60 LF REMOVE AND REPLACE (OPEN CUT) WASTEWATER LINE (12" PVC), COMPLETE IN PLACE PER LINEAR FOOT. cc $ ct $ 6;400 �D D -10 12 EA SERVICE LINE CONNECTIONS, COMPLETE IN PLACE PER EACH. $�IOd $ !Z, 000 oa Proposal Form Page 36 of 4? ADDENDUM NO. 5 ATTACHMENT NO. 1 I'L KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOR ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III IV V __~ BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES' PHASE 2 PART D WASTEWATER D -11 904 LF TRENCH SAFETY (WASTEWATER LINES), COMPLETE IN PLACE PER LINEAR FOOT. by $ I - $ Q041--o11 D -12 13 EA TRENCH SAFETY (MANHOLES), COMPLETE IN PLACE PER EACH. $ Jp0°° $ 1 I &::C) e3-° D-13 100 LF WELL POINTING FOR MANHOLES, INSERTION PITS, & OPEN CUT, COMPLETE IN PT _ACE PER LINEAR FOOT. $ �5°o $ r OD oo D -14 2 EA PRE - CONSTRUCTION EXPLORATORY EXCAVATIONS, COMPLETE IN PLACE PER EACH. DO $ I bd0 Di) $ D -15 1 LS ALLOWANCE FOR UNANTICIPATED ADJUSTMENTS, COMPLETE AND IN PLACE PER LUMP SUM. $8,000.00 $ 8,000.00 D -16 1 LS STORMWATER POLLUTION PREVENTION PLAN, COMPLETE IN PLACE PER LUMP SUM. ara $ 101C00- $ l D 59 D -17 1 LS MOBILIZATION /BONDS /INSURANC E, COMPLETE IN PLACE PER LUMP SUM. 6 „a $w{0D13 $ St3, COO D -18 1 LS TRAFFIC CONTROL, COMPLETE IN PLACE PER LUMP SUM. $ - CD0 $ 7.5W0 te- PART 0 SUB -TOTAL (BID ITEMS D -1 THROUGH D -18): $ Satv, 1,29. ®V Proposal Form Page 37 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYHROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 2 PART E WATER E -1 65 LF 6" C900 PVC WATER LINE, INCL TRENCH AND BEDDING, COMPLETE IN PLACE PER LINEAR FOOT. 09- $ L00 m $ (q E -2 316 LF 8" C900 PVC WATER LINE, INCL TRENCH AND BEDDING, COMPLETE IN PLACE PER LINEAR FOOT. „tea $ SV ° a0 $ 15,600 T E -3 93 LF 6” DUCTILE IRON PIPE, INCL TRENCH AND BEDDING, COMPLETE IN PLACE PER LINEAR FOOT. tg $ ( • 0 $ IZ3C�° E -4 20 LF 8" DUCTILE IRON PIPE, INCL TRENCH AND BEDDING, COMPLETE IN PLACE PER LINEAR FOOT. _ $ (2'a ° $ i, SOD E -5 120 LF 12" DUCTILE IRON PIPE, INCL TRENCH AND BEDDING, COMPLETE IN PLACE PER LINEAR FOOT. T) $ 1� 4,32, $ tZI 000 E-6 5 EA 6" MJ ANY ANGLE BEND, COMPLETE IN PLACE PER EACH. $ O� E -7 11 EA 8" Mj ANY ANGLE BEND, COMPLETE IN PLACE PER EACH. $ ,O ea $ 2,7 50 E -8 24 EA 12" MJ ANY ANGLE BEND, COMPLETE IN PLACE PER EACH. $___19. $ 46 r (It0 E 9 3 EA 8" PLUG, COMPLETE IN PLACE PER EACH. $ Lc�j 0 $ 1t50 E -10 3 EA 12 "x8" TEE, COMPLETE IN PLACE PER EACH. $ .5'00°..-° $ 1 E -11 2 EA 6" GATE VALVE WITH BOX, COMPLETE IN PLACE PER EACH. $ 1r IOC $ 4 2cZ 5 E -12 6 EA 8" GATE VALVE WITH BOX, COMPLETE IN PLACE PER EACH. $ i, s °9 $ $ .400 132 E -13 8 EA 12 "x6" TAPPING SLEEVE AND VALVE, COMPLETE IN PLACE PER EACH. ciD $ Z 500--- $ ZI4 coo v Proposal Form Page 38 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRANNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 2 PART E WATER E -14 3 EA 12 "x8" TAPPING SLEEVE AND VALVE, COMPLETE IN PLACE PER EACH, ®o 01209' $ 9+ 400'29 E -15 2 EA 6' x4" REDUCER, COMPLETE IN PLACE PER EACH. $ 1751;14 $ 350 ca E -16 1 EA 8 "x6" PVC CROSS, COMPLETE IN PLACE PER EACH. $ $0 °o 260- - E -17 8 EA FIRE HYDRANT ASSEMBLY, COMPLETE IN PLACE PER EACH. $ t�� $ (Z,Oco E -18 1 EA WATER SERVICE CONNECTION, COMPLETE IN PLACE PER EACH. °p $ m $ �+ E -19 653 LF TRENCH SAFETY FOR WATER LINE REMOVAL /INSTALLATION, COMPLETE IN PLACE PER LINEAR FOOT. GO $ 1 $ E -20 233 LF ABANDON & GROUT WATER LINE (ACP), COMPLETE IN PLACE PER LINEAR FOOT. $ 062- $ Z1336°- E -21 1 LS ALLOWANCE FOR UNANTICIPATED ADJUSTMENTS, COMPLETE AND IN PLACE PER LUMP SUM. $5,000.00 $ 5,000.00 E -22 2 EA PRE - CONSTRUCTION EXPLORATORY EXCAVATIONS, COMPLETE IN PLACE PER EACH. $ 5t J $ i) 060- - E -23 1 LS STORMWATER POLLUTION PREVENTION PLAN, COMPLETE IN PLACE PER LUMP SUM. $'b $ /0( OW E -24 1 LS MOBILIZATION /BONDS /INSURANCE, COMPLETE IN PLACE PER LUMP SUM. 6 0200 $ 54, ado F-9 E -25 1 LS TRAFFIC CONTROL, COMPLETE IN PLACE PER LUMP SUM. $ l� 015 $ 75 �o PART E SUB -TOTAL (BID ITEMS E -1 THROUGH E -25): $ 274 9/3, ao Proposal Form Page 39 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 ROSTORYZ ROAD IMPROVEMENTS, PHASE l FROM HORNE TO SLTNNYBROOIC ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 2 PART F ADA IMPROVEMENTS F -1 936 SF ADA CURB RAMP, COMPLETE IN PLACE PER SQUARE FOOT. 00 $ q $ �1}42�0® b F -2 15,034 SF CONCRETE SIDEWALK, COMPLETE IN PLACE PER SQUARE FOOT. $ lD 00 $ �OJ L m F -3 249 LF REFL PAV MRK (TY I) (W)(8 ")(SLD), COMPLETE IN PLACE PER LINEAR FOOT. 9 60 $ $ 31O — F -4 693 LF REFLPAVMRK(TYI) (W)(12 ")(SLD), COMPLETE IN PLACE PER LINEAR FOOT. o0 $. S — to $ A46S F -5 572 LF REFL PAV MRK (TY I) (W)(24 ")(SLD), COMPLETE IN PLACE PER LINEAR FOOT. dp $ io`-- $ %; 720 PART F SUB -TOTAL (BID ITEMS F -1 THROUGH F -5): $ /010, /616...522 I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PHASE 2 RTA BUS STOP IMPROVEMENTS - ALL IMPROVEMENTS SHALL FOLLOW PART G RTA GUIDELINES LISTED IN APPENDIX C G 1 238 SF ADA CURB RAMP, COMPLETE IN PLACE PER SQUARE FOOT. $ q DO $ 2! 1 4,2 G-2 1,926 SF CONCRETE SIDEWALK, COMPLETE IN PLACE PER SQUARE FOOT. $ 52s $ Cita30 G -3 900 SF CONCRETE BUS PEDESTRIAN PAD 30' X 10', COMPLETE IN PLACE PER SQUARE FOOT. , $ !O' � a $ X00 PART G SUB -TOTAL (BID ITEMS G -1 THROUGH G -3): $ 1.43 772. ®o Proposal Form Page 40 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 BID SUMMARY FOR KOSTORYZ, PHASE 2 - FROM SUNNYBROOK TO S.P.I.D. PHASE 2 TOTAL BASE BID - FLEXIBLE (ASPHALT) PAVEMENT OPTION (please type or print clearly) SUBTOTAL - PART A - STREET (FLEXIBLE PAVEMENT) OPTION $ (Bid Items A -1 through A -48) 1, ,s" .5-7P 8S SUBTOTAL - PART C - STORM WATER (Bid Items C -1 through C -23) $ /j .357 4249_01 SUBTOTAL - PART D - WASTEWATER (Bid Items D -1 through D -18) $ .SCv0 .0Z9.61 SUBTOTAL - PART E - WATER (Bid Items E -1 through E -25) $ 2Z7t7, 9,3., SUBTOTAL - PART F - ADA IMPROVEMENTS (Bid Items F -1 through F -5) $ /4n /66.5,, SUBTOTAL - PART G - RTA BUS STOP IMPROVEMENTS (Bid Items G -1 through 0-3) $ oZ4L *77.1.0-1 PHASE 2 TOTAL BASE BID - FLEXIBLE (ASPHALT) PAVEMENT OPTION (Bid Items A, C, D, E, F & G) eaz, 66, 35- Proposal Form Page 41 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 PROM HORNE TO SUNNYBRO0K ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROTECT NO. 6489 PHASE 2 TOTAL ALTERNATE BID - RIGID (CONCRETE) PAVEMENT OPTION (please type or print clearly) SUBTOTAL - PART B - STREET (RIGID PAVEMENT) OPTION $ (Bid Items B -1 through B -50) /i ler 9V7• '$ SUBTOTAL - PART C - STORM WATER (Bid Items C -1 through $ 55°7 °,e. a' SUBTOTAL - PART D - WASTEWATER (Bid Items D -1 through D -18) $ fez) 042 9. SUBTOTAL - PART E - WATER (Bid Items E -1 through E -25) $ X74 9 /3,fc SUBTOTAL - PART F - ADA IMPROVEMENTS (Bid Items F -1 through F -5) $ /A5. $2, SUBTOTAL - PART G - RTA BUS STOP IMPROVEMENTS (Bid Items 0- lthrough G -3) $ A 772 -tom PHASE 2 TOTAL ALTERNATE BID - RIGID (CONCRETE) PAVEMENT OPTION (Bid Items B, C, D, E, F & G) et 79/, ?75 Proposal Form Page 42 of 47 ADDENDUM NO _ 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 TOTAL BASE BID - PHASE 1, FLEXIBLE (ASPHALT) PAVEMENT OPTION 6/ s /// 9a' es- ADDITIVE ALTERNATE 1- PHASE 1, RIGID (CONCRETE) PAVEMENT OPTION � e ccx 5a3 ADDITIVE ALTERNATE 2 - PHASES 1 & 2, FLEXIBLE (ASPHALT) PAVEMENT OPTION As siel- ADDITIVE ALTERNATE 3 - PHASES 1 & 2, RIGID (CONCRETE) PAVEMENT OPTION Proposal Form Page 43 of 47 Zo Sr ADDENDUM NO. 5 ATTACHMENT NO. 1 KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROaECT NO. 6489 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the 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 5% 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 two days (five days for Contractors outside Nueces County) 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 wor)c within 780 Calendar Days from the date designated by a Work Order. Each Phase of the Project shall be completed within the number of calendar days allocated below: From DaZ One* Phase I 780 Calendar Days Construction to begin on Kostoryz Road from Brawner Parkway and end approximately fifty -six feet (56 ft) south of the centerline of Sunnybrook Road. Construction to include work on Sunnybrook /Foley, Mahan, Gollihar, Horne, Houston, Westgard, and Brawner side streets to extents shown on plan sheets to ensure proper grade transition from proposed Kostoryz roadway improvements to existing side street conditions. Construct all associated improvements and site work per contract plans and specifications. Placement of final surface to be completed after Phase I is completed. Adjustments of manhole and valve rims and pavement stripping to be completed after final surface is completed. Phase II 397 Calendar Days Construction to begin on Kostoryz Road from the north side of the S.P.I.D. westbound access road and end approximately fifty -six feet (56 ft) south of the centerline of Sunnybrook Road. Construction to include work on Green, McArdle, and Mansheim side streets to extents shown on plan sheets to ensure proper grade transition from proposed Kostoryz roadway improvements to existing side street conditions. Construct all associated improvements and site work per contract plans and specifications. Placement of final surface to be completed after Phase II is completed. Adjustments of manhole and valve rims and pavement stripping to be completed after final surface is completed. Proposal Form Page 44 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 ROSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYHROOR ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 *Start of each Phase is delineated by the Notice to Proceed. Substantial completion shall be based on satisfactory work, completed in accordance with the plans, specifications, and other contract documents and verified by the City. Time duration is for total job. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything 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): (SEAL - If Bidder is a Corporation) Name: By: R pe fully su3bm4ted:.;' Ant any olornbo , /1 Address: 20810 Fernbush Lane, Houston, Texas 77073 Telephone: (281)821-9091 NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. PR(7 /90) Proposal Form Page 45 of 47 ADDENDUM NO. 5 ATTACHMENT NO. 1 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF NUECES § Bond No. 105534468 KNOW ALL BY THESE PRESENTS: THAT Texas Sterling Construction Co. of HARRIS County, Texas, hereinafter called "Principal ", and Travelers Casualty and Surety Company , a corporation organized under the laws of the State of CT 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 TEN MILLION, TWO HUNDRED FORTY -FOUR THOUSAND, TWO HUNDRED NINETY -NINE AND 50/100 ($10,244,299.50) 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 presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 25TH of JANUARY , 20 11 , a copy of which is hereto attached and made a part hereof, for the construction of: KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 (TOTAL BASE BID + ADD ALT 3: $10,244,299.50) 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. 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 7th day of February , 20 11 . PRINCIPAL Texas Sterlin. Arc: .. Almainv mem *'t'n C 0 . By: (Print Nameiit5f ATTEST (22 U 11 (Print Name & Title) SURETY Travelers Casualty and Surety Company By: Kathleen M. lrelan, Attorney -in -Fact Attorney --in --fact Kathleen M. Irelan (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Keetch & Associates Contact Person: Mr. Kevin Keetch Address: P O Box 3280 Corpus Christi TX 78463 -3280 Phone Number: 361- 883 -3803 (NOTE: Date of Performance Bond must not be prior to date of contract) (Revised 3/08) Performance Bond Page 2 of 2 STATE OF TEXAS § COUNTY OF NUECES § PAYMENT BOND Bond No. 105534468 KNOW ALL BY THESE PRESENTS: THAT Texas Sterling Construction Co. of HARRIS County, Texas, hereinafter called "Principal", and Travelers Casualty and Surety Company a corporation organized under the laws of the State of CT 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 TEN MILLION, TWO HUNDRED FORTY -FOUR THOUSAND, TWO HUNDRED NINETY -NINE AND 50/100 ($10,244,299.50) 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 presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 25TH day JANUARY , 20 11 , a copy of which is hereto attached and made a part hereof, for the construction of: KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 (TOTAL BASE BID + ADD ALT 3: $10,244,299.50) 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 7th day of February , 20 11 . PRINCIPAL, Texas Sterling Co do By: ,'- (Print Name acfl# T'r (Print Name & Title) SURETY Tra lers Casualty and Surety Ccupany By: Kathleen M. Irelan , Attornev -in -Fact Attorney -in --fact Kathleen M. Irelan (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Person: Address: Keetch & Associates Mr.Kevin Keetch P 0 Box 3280 Corpus Christi TX 78462 -3280 Phone Number: 361 -883 -3803 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond ?age 2 of 2 STATE OF MI } COUNTY OF Macomb 1ss Acknowledgment of Attorney —in-Fact On this 7th day of, — February ,2011 before me, a Notary public, within and for said County and State, personally appeared Kathleen M. Irelan to me personally known, and known to be the Attorney -in -Fact of and for the 'Travelers Casualty and Surety Company _ a corporation, created, organized and existing under any and iv virtue or tne laws of tne State CT - _ upon oath did say that the corporate seal affixed to the attached instrument is the seal of the said Company: that the seal was affixed and the said instrument was executed by the authority of its Board of Directors; and he did also acknowledge that he executed the said instrument as the free act and deed of said company. Notary public Sharon Weiss My Commission expires on : 6;29-2011 SHARON WEIfSS NOTARY PUBLIC- MICHIGAN MY COMMISSION EXPIRES JUNE 29, 2011 TRAVELERS) POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company Attorney -In -Fact No. 221694 St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York; that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies ") and that the Companies do hereby make, constitute and appoint Alan P Chandler, Chad Teague, Ian J Donald, Jeffrey A Chandler, Kathleen M Irelan, Robert Trobec of the City of Troy, State of MI, their true and lawful Attomey(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings, and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 7th day of February, 2011. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. . Seaboard Surety Company St. Paul Fire and Marine Insurance Company State of Ohio City of Independence ss. St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Tray- : a alty and Surety Company ualty and Sy} rety Company of America es Fid- 'ty pfd G . anty C+rnpany Bv: Paul 'e President On this the 7th day of February, 2011 before me personally appeared Paul W. Nebraska, who acknowledged himself to be the Assistant Secretary of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that himself, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 22nd day of June, 2012. Rae Soneek, Notary Public ' P E R F O R M A N C E BOND STATE OF TEXAS § — COUNTY OF NUECES § Bond No. 105534468 KNOW ALL BY THESE PRESENTS: THAT Texas Sterling Construction Co. of HARRIS County, Texas, hereinafter called "Principal ", and Travelers Casualty and Surety Company , a corporation organized under the laws of the State of CT 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 TEN MILLION, TWO HUNDRED FORTY -FOUR THOUSAND, TWO HUNDRED NINETY --NINE AND 50/100 ($101244,299.50) 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 presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 25TH of JANUARY , 20 11 , a copy of which is hereto attached and made a part hereof, for the construction of: KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 (TOTAL BASE BID + ADD ALT 3: $10,244,299.50) 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. 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 7th day of February , 20 tt . PRINCIPAL Texas Sterling Ce structionn CC000. By: / 2��%Gu"(1b2- -/ Terry W. son, President (Print Name & Title) ATTEST 6 5 /7re (44d4 ‘erice ru (Print Name & Tifle) SURETY Tray-el s Casualty and Surety Company 1. Wit.. By: Kathleen M. Irelan, Attorney -in -Fact Attorney -in -fact Kathleen M. Irelan (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Keetch & Associates Contact Person: Mr. Kevin Keetch Address: P 0 Box 3280 Corpus Christi TX 78463 -3280 Phone Number: 361 - 883 -3803 (NOTE: bate of Performance Bond must not be prior to date of contract) (Revised 3/08) Performance Bond Page 2 of 2 STATE OF TEXAS COUNTY OF NUECES PAYMENT .BOND Bond No. 105534468 KNOW ALL BY THESE PRESENTS: THAT Texas Sterling Construction Co. of HARRIS County, Texas, hereinafter called "Principal ", and Travelers Ca .11 - ..1 .. a corporation organized under the laws of the State of CT 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 TEN MILLION, TWO HUNDRED FORTY -FOUR THOUSAND, TWO HUNDRED NINETY --NINE — AND .50/100($10,244,299.50)' 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 presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 25TH day JANUARY , 20 11 , a copy of which is hereto attached and made a part hereof, for the construction of: KOSTORYZ ROAD IMPROVEMENTS, PHASE 1 FROM HORNE TO SUNNYBROOK ROAD WITH BRAWNER DITCH OFF -SITE DRAINAGE (BOND 2008) PROJECT NO. 6489 (TOTAL BASE BID + ADD ALT 3: $10,244,299.50) 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- °5.60, 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 7th day of February , 20 11 PRINCIPAL Texas Sterling Construction eko. By: (Print Name & Title) ATTES • Yt Shneo r/ /,d . ccy, yt (Print Name & Tit e) / SURETY Trave,.exs Casualty and Surety Company f l . :z 7 C eA2, By: Kathleen M. Irelan , Attorney -in -Fact Attorney -in -fact Kathleen M. Irelan (Print Name) • The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Person: Address: Keetch & Associates Mr.Kevin Keetch P 0 Box 3280 Corpus Christi TX 78462 -3280 Phone Number: 361 -883 -3803 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 ACORD,„ CERTIF - ;ATE OF LIABILITY INSURANCE PRODUCEF2 Valenti Trobec Chandler Inc. 1175 We ia t Long Suite 2 00 Troy , ) 1 48098 Jackie 'Wilson 225 Lake Road DATE (MM/DDJYYj 02,24/2011 1- 248 -828 -3377 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIFS BELOW. INSURERS AFFORDING COVERAGE INSURED Texas Sterling Construction Co 20810 Fernbush Houston., TX 77073 INSURER A: Twin. City Fire Insurance Co INSURER B_ Twin City Fire Insurance CO INSURER C: COMMERCE & INDUSTRY INS CO INSURER D: Hartford Ins Co of the Midwest INSURER E: TRAVELERS COMMERCIAL CAS CO COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICI ES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURA CE POLICY NUMBER 35C00580 POUCY EFFECTIVE DATE IMMDDIYYI 03/01/11 . POLICY EXPIRATION DATE IMMIDDIYYI 03/01/12 LIMITS EACH OCCURRENCE $ 1,000,000 A GENER.ALLABILITY COMMERCIAL GENERAL LIABILITY X V FIRE DAMAGE (Any one fire) $ 3 00, 00 0 CLAIMS MADE X OCCUR MED EXP (Any one person) $ 10, 000 X XCU & Waiver of Sub. PERSONAL &ADV INJURY $ 1, 000, 000 X 331anket Add '1 Insured GENERAL AGGREGATE ,'$ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X P11°- F �T LOC B AUTOMOBILELIABILITY !!1777 ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIREDALITOS NON-OWNED AUTOS 35u8INQU0581 03/01/11 03/01/12 COMBINED SINGLE LIMIT (Ea accident) 1, 000, 000 X BODILY INJURY (Per person) X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ C EXCESS LIABILITY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $ 9781111 03/01/11 03/01/12 if . EACH OCCURRENCE 25,000,000 X 1 AGGREGATE $ 25, 000, 000 $ $ $ D WORKERS COMPENSATION A EMPLOYERS' LIABILITY 35WNQU0582 03/01/11 03/012 g WCSTAIL- OTH- TORY LIMITS ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1, 000, 000 E OTHER Contractors Equipment QT6604263L416 03/01/10 03/01/11 Leased and Rented $2,000,000 $ $ DESCRIPTION OF OpERATIDHSILOCATIONSIVENICLESfEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS / Project Rostoryz Road, Phse 1, (Bond 2008) CC Projectt 4 6489 The City of Corpus Christi is named as additional insured on all general liability and auto liability policies. The cancellation clause below is amended to include 30 days notice of any material change to the above policies. These provisions arre pursuant to a written contract /agreement.. ,.0 CERTIFICATE HOLDER ADDITIONAL INSURED; INSURER LETTER: CANCELLATION Corpus Christi, City of Department of Engineering Services Contract Administrator P 0 Box9277 Corpus Christi, TX 78469 -9277 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL EMAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, soimuumxitzlataggoux AUTHORIZED REPRESENTATIVE ACORD 25-S (7/97) Aryan 19892202 Q ACORD CORPORATION 1988 POLICY NUMBER: 35 C QUD580 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. /ADDITIONAL INSURED BY CONTRACT OR AGREEMENT OPTION 0 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Designated Project(s) or Location(s) Of Covered Operations ALL ALL Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule above with whom you agreed in a written contract or written agreement to provide insurance such as is afforded under this policy, but only to the extent that such person or organization is liable for "bodily injury ", "property damage" or "personal and advertising injury" caused by: 1. Your acts or omissions or the acts or omissions of those acting on your behalf: a. In the performance of your ongoing operations for such additional insured at the project(s) or location(s) designated in the Schedule; b. In connection with your premises owned by or rented to you and shown in the Schedule; or c. In connection with "your work" for the additional insured at the project(s) or location(s) designated in the Schedule and included within the "products - completed operations hazard:, but only if: (1) The written contract or agreement requires you to provide such coverage to such additional insured at the project(s) or location(s) designated in the Schedule; and (2) This Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products- completed operations hazard ". 2. The acts or omissions of the additional insured in connection with their general supervision of your operations at the projects or locations designated in the Schedule. B. The insurance afforded to these additional insureds applies only: 1. if the "occurrence" or offense takes place subsequent to the execution of such written contract or written agreement; and Form HS 24 81 06 05 (c) 2005, The Hartford (Includes copyrighted material of Insurance Services Office, Inc. with its permission.) Page 1 of 3 2 While such written contract or written agreement is in force, or until the end of the "policy period," whichever is earlier. C. With respect to the insurance afforded to these additional insureds under this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury ", "property damage" or "personal and advertising injury" arising out of the rendering of or the failure to render any professional architectural, engineering or surveying services by or for you, including: 1. The preparing, approving, or failing to prepare or approve wraps, shop drawings, opinions, reports, surveys, field orders, change orders, designs or specifications; and 2. Supervisory, inspection, architectural or engineering activities. D. How Limits Apply To Additional Insureds The most we will pay on behalf of the additional insured shown in the Schedule is the lesser of: 1. The limits of insurance specified in the written contract or written agreement; or 2. The Limits of Insurance shown in the Declarations. Such amount shall be a part of and not in addition to Limits of Insurance shown in the Declarations and described in this Section. E. Duties Of Additional Insureds In The Event Of Occurrence, Offense, Claim Or Suit The Duties Condition in Section IV - Conditions is replaced by the following and applies to the additional insured shown in the Schedule: 1. Notice Of Occurrence Or Offense The additional insured must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, notice should include: a. How, when and where the "occurrence" or offense took place; b. The names and addresses of any injured persons and witnesses; and c. The nature and location of any injury or damage arising out of the "occurrence" or offense. 2. Notice Of Claim If a claim is made or "suit" is brought against the additional insured, the additional insured must: a. Immediately record the specifics of the claim or "suit" and the date received; and Page 2 of 3 • b. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. 3. Assistance And Cooperation Insured The additional insured must a. Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the claim or "suit "; b. Authorize us to obtain records and other information; c. Cooperate with us in the investigation or settlement of the claim or defense against the "suit"; and Assist us, upon our request, in the enforcement of any right against any person or organization which may be liable to the insured because of injury or damage to which this insurance may also apply. 4. Obligations At The Additional Insureds Own Cost No additional insured will, except at that insured's own cost, voluntarily make a payment, assume any obligation, or incur any expense, other than for first aid, without our consent. 5. Additional Insureds Other Insurance If we cover a claim or "suit" under this Coverage Part that may also be covered by other insurance available to the additional insured, such additional insured must submit such claim or "suit" to the other insurer for defense and indemnity. However, this provision does not apply to the extent that you have agreed in a written contract or written agreement that this insurance is primary and non - contributory with the additional insured's own insurance. 6. Knowledge Of An Occurrence, Offense, Claim Or Suit Paragraphs 1. and 2. applies to the additional insured only when such "occurrence", offense, claim or "suit" is known to: a. The additional insured that is an individual; b. Any partner, if the additional insured is a partnership; c. Any manager, if the additional insured is a limited liability company; d. Any "executive officer" or insurance manager, if the additional insured is a corporation; Of The d. Form HS 24 81 06 05 e. Any trustee, if the additional insured is a trust; or f. Any elected or appointed official, if the additional insured is a political subdivision or public entity. F. Other Insurance With respect to insurance provided to the additional insured shown in the Schedule, the Other Insurance Condition Section IV - Conditions is replaced by the following: 1. Primary insurance a. Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also primary, we will share with all that other insurance by the method described in 3. below. b. Primary And Non - Contributory To Other Insurance When Required By Contract If you have agreed in a written contract or written agreement that this insurance is primary and non - contributory with the additional insured's own insurance, this insurance is primary and we will not seek contribution from that other insurance. Paragraphs a. and b. do not apply to other insurance to which the additional insured has been added as an additional insured or to other insurance described in paragraph 2. below. 2. Excess Insurance This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis: a. Your Work That is Fire, Extended Coverage, Builder's Risk, Installation Risk or similar coverage for "your work"; b. Premises Rented To You That is fire, lightning or explosion insurance for premises rented to you or temporarily occupied by you with permission of the owner; c. Tenant Liability That is insurance purchased by you to cover your liability as a tenant for "property damage" to premises rented to you or temporarily occupied by you with permission of the owner; d. Aircraft, Auto Or Watercraft If the loss arises out of the maintenance or use of aircraft, "autos" or watercraft to the extent not subject to Exclusion g. of Section 1 — Coverage A --- - Bodily Injury And Property Damage Liability; e. Property Damage to Borrowed Equipment Or Use Of Elevators if the toss arises out of "property damage" to borrowed equipment or the use of elevators to the extent not subject to Exclusion j. of Section 1 - Coverage A - Bodily Injury And Property Damage Liability; or f. When You Are Added As An Additional Insured To Other Insurance That is any other insurance available to you covering liability for damages arising out of the premises or operations, or products and completed operations, for which you have been added as an additional insured by that insurance. When this insurance is excess, we will have no duty under Coverages A or B to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit", If no other insurer defends we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: a. The total amount that all such other insurance would pay for the loss in the absence of this insurance; and b. The total of all deductible and self-insured amounts under all that other insurance. We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. 3. Method Of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also, Under this approach each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. Form MS 24 81 06 05 Page 3 of 3 POLICY NUMBER: 3SUENQUO5131 -� COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. /DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM / GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement. the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement effective Named Insured Texas Sterling Construction Co. Countersic,�ne �y �,' �" SCHEDULE Name of Person(s) or Organization(s): City of Corpus Christi, Texas ;' (Authorized Representative) (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an `insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 POLICY NUMBER: 35CQU0580 •s` THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. / NOTICE OF CANCELLATION TO DESIGNATED PERSON(S) OR ORGANIZATION(S) OTHER THAN THE NAMED INSURED This policy is subject to the following conditions. Number of Days Notice 3 0 Y SCHEDULE Name of Person(s) or Organization(s) Mailing Address Corpus Christi, City of '/ 1201 Leopard St. Corpus Christi TX 78401 If this policy is cancelled, we agree that the person(s) or organization(s) listed in the Schedule above will be notified at least: a. 15 days before the effective date of cancellation if we cancel for non - payment of premium; or b. The number of days shown in the Schedule above before the effective date of cancellation if we cancel for any other reason, In no event, however, will notice of cancellation be less than the minimum number of days required by the jurisdiction to which this endorsement applies. If notice is mailed, proof of mailing to the address shown In the Schedule above will be sufficient proof of notice. Form 1H 03 03 06 08 Page 1 of 1 ® 2008, The Hartford POLICY NUMBER: 3 5UENQUO 581 V THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO DESIGNATED PERSON(S) OR ORGANIZATION(S) OTHER THAN THE NAMED INSURED This policy is subject to the following conditions. SCHEDULE Number of Days Notice 3 0 Name of Person(s) or Organization(s) Mailing Address Corpus Christi, City of 1201 Leopard St. Corpus Christi TX 78401 if this policy is cancelled, we agree that the person(s) or organization(s) fisted in the Schedule above will be notified at least: a. 15 days before the effective date of cancellation if we cancel for non- payment of premium; or b. The number of days shown in the Schedule above before the effective date of cancellation if we cancel for any other reason. In no event, however, will notice of cancellation be less than the minimum number of days required by the jurisdiction to which this endorsement applies. If notice is mailed, proof of mailing to the address shown in the Schedule above will be sufficient proof of notice. Form IH 03 03 06 08 Page 1 of 1 2008, The Hartford Policy Number 1 35WNQUp5S2 This endorsement forms a part of the policy es numbered above, issued by THE HARTFORD INSURANCE GROUP company designated therein, and takes effect as of the effective date of said policy unless another effective date Is elated herein. THE HARTFORD Named Insured and Address Effective Date Effective hour Is the same as stated In the Declarations of the policy. EndL No. WRITTEN NOTICE OF CANCELLATION v This policy shat not be cancelled or materially changed without first giving 30 days prior written notice to: Name: Corpus Christi, City of Address: 1201 Leopard St., Corpus Christi, Tx 78401 Nothing herein contained shall be held to vary, waive, alter, or extend any of the terms, conditions, agreements or declarations of the pricy, other than as herein stated. This endorsement shall not be binding unless countersigned by a duly authorized agent of the company; provided that if this endorsement takes effect as of the effective date of the policy and. at issue of said policy. forms a pail thereof. counteriignalure on the declarations page of said policy by e duly authorized agent of the company shall constitute valid countersignature afthis 'endorsement. Form WC 99 04 63 (ed.1219fl) Printed in USA Countersigned by _..c , ---- -- Authorized Agent