Loading...
HomeMy WebLinkAboutC2012-030 - 1/10/2012 - Approved• (Revised 7/5/00) STAPLES STREET, PHASE 1 AND PHASE 2 SARATOGA TO WILLIAMS (BOND 2008) PROJECT NO.6494 & 6495 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS -A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS -B .(Revised August 2008) Worker's Compensation Insurance Requirements PART A -- SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting A -2 Definitions and Abbreviations A -3 Description of Project A -4 Method of Award A -5 Items to be Submitted with Proposal A -6 Time of Completion /Liquidated Damages A -7 Workers Compensation Insurance Coverage A -8 Faxed Proposals A -9.. Acknowledgment of Addenda A -10 Wage Rates (Revised 7/5/00) A -11 Cooperation with Public Agencies (Revised 7/5/00) 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Business Enterprise Participation Policy (Revised 10/98) (NOT USED) A -24 Surety Bonds A 25 Calco Tax Excmption (NO LONGER APPLICABLE) (6/11/98) A-26 Supplemental Insurance Requirements A 27 Rcoponoibility for Damagc Claimo (NOT USED) A -28 Considerations for Contract Award and Execution A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 City Watcr Iacilitico: Cpccial Rcquircmcnta..(NOT USED) A -36 Other Submittals (Revised 9/18/00) A -37 Amended "Arrangement. and 'Charge for Water Furnished by the City" TABLE OF CONTENTS PAGE 1 OF 5 A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A 39 CcrtifIca.te of Occupancy and Final Acccptanco (NOT USED) A -40 Amendment to Section B -8 -6: "Partial Estimates" A-41 Ozone Advisory A -42 OSHA Rules and Regulations A -43 Amended "Indemnification and Hold Harmless" (9/98) A -44 Change Orders (4/26/99) 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 Amended "Prosecution and Progress" A -51 Dewatering and Disposal of Ground Water A -52 Storm Water Pollution Prevention Plan A -53 Video Documentation A -54 Electronic Proposal Form A -55 Bypass Pumping Operations (Wastewater) A -56 Regional Transportation Authority (RTA) Contract Documents Submittal Transmittal Form Attachment I - Bond 2008 Project Sign Attachment II - Sample Computer Print -Out PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART D - RTA CONTRACT DOCUMENTS PART S - STANDARD SPECIFICATIONS 020 SITE ASSESSMENTS & CONTROLS 020100 Survey Monuments 849 021 SITE PREPARATION 021020 Site Clearing and Stripping 85 021040 Site Grading S6 021080 Removing Old Structures S55 022 EARTHWORK 022022 Trench Safety for Excavations 022100 Select Material S15 022420 Silt Fence S97 025 ROADWAY 0252 SUBGRADES AND BASES 025202 Scarifying and Reshaping Base Course 823 025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement S54 025215 Cement Stabilized Caliche Base S47 0254 ASPHALTS AND SURFACES 025404 Asphalts, Oils and Emulsions S29 025414 Aggregate for Surface Treatment and Seal Coats S35 TABLE OF CONTENTS PAGE 2 OF 5 025418 Surface Treatment 832 025424 Hot Mix Asphaltic Concrete Pavement (Class A) S34 0256 CONCRETE WORK 025608 Inlets S63 025610 Concrete Curb and Gutter 852 025612 Concrete Sidewalks and Driveways S53 025614 Concrete Curb Ramps 0258 TRAFFIC CONTROLS & DEVICES 025802 Temporary. Traffic Controls During Construction 025805 Abbreviated Pavement Markings 5101 025813 Preformed Striping and Emblems 025816 Raised Pavement Markers and Traffic Buttons 025818 Reference - Pavement Markers (Reflectorized) (TxDOT D -9 -4200) 025828 Reference- Bituminous Adhesive for Pavement Markers ( TxDOT D -9 -6130) .026 UTILITIES 0262 GENERAL 026201 Waterline Riser Assemblies S79 026202 Hydrostatic Testing of Pressure Systems S89 026206 Ductile Iron Pipe and Fittings S81 026210 PVC Pipe - AWWA C900 and C905 Pressure Pipe S83 026214 Grouting Abandoned Utility Lines S3 0264 WATERLINES 026402 Waterlines S88 026404 Water Service Lines S87 026409 Tapping Sleeves and Tapping Valves S84 026411 Gate Valves for Waterlines S85 026416 Fire Hydrants S86 027 SEWERS & DRAINAGE 0272 GENERAL 027202 Manholes S62 027203 Vacuum Testing of Sanitary Sewer Manholes and Structures 027205 Fiberglass Manholes S58A 0274 STORM SEWERS 027402 Reinforced Concrete Pipe Culverts S60 027404 Concrete Box Culverts S66 0276 SANITARY SEWERS (GRAVITY) 027602 Gravity Sanitary Sewers S61 027606 Sanitary Service Lines 027611 Television Inspection of Conduits 028 SITE IMPROVEMENTS & LANDSCAPING 028020 Seeding 814 028040 Sodding S8 028300 Fence Relocation S12 TABLE OF CONTENTS PAGE 3 OF 5 030 CONCRETE, GROUT 030020 032020 038000 Portland Cement Concrete S40. Reinforcing Steel S42 Concrete Structures 841 050 METALS 055420 Frames, Grates, Rings and Covers S57 PART T - TECHNICAL SPECIFICATIONS 020 SITE ASSESSMENTS & CONTROLS 020001 Mobilization 022 EARTHWORK 022020 Excavation and Backfill for Utilities and Sewers 022021 Control of Ground Water 022040 Street Excavation 022060 Channel Excavation 022080 Embankment 025 ROADWAY 0252 SUBGRADES AND BASES 025223 Crushed Limestone Flexible Base 0254 ASPHALTS AND SURFACES 025412 Prime Coat 0256 CONCRETE WORK 025620 Portland Cement Concrete Pavement 0258 TRAFFIC CONTROLS & DEVICES 025807 Pavement Markings (Paint and Thermoplastic) 025830 Permanent (Asphalt). Speed Humps 025840 Temporary (Rubber) Speed Humps 028 SITE IMPROVEMENTS & LANDSCAPING 028680 Stamped Concrete Pavement SIGNALIZATION SPECIFICATIONS AND CUT- SHEETS General Notes Standard Specification Section 025803 "Traffic Signal Adjustments" Item 600 "Traffic Signal Standards & Specifications" Item 601 "Traffic Signal Controller Unit" Item 615 "Traffic Signal Cabinet and Assemblies" Item 618 "Conduit" Item 620 "Electrical Conductors" Item 622 "Duct Cable" Item 624 "Ground Boxes" Item 628 "Electrical Services" Item 633 "Uninterruptible Power Supply for Traffic Signals" Item 635 "internally Illuminated Street Name Sign" Item 655 "Controller Foundation" TABLE OF CONTENTS PAGE 4 OF 5 Item 680 "Installation of Highway Traffic Signals" Item 682 "Vehicle and Pedestrian Signal Head" Item 683 "LED Pedestrian Signal Countdown Module" Item 687 "Pedestal Pole Assemblies" Item 694 "Video Imaging Vehicle Detection System" PELCO Astro -Brac 1 -Way Bracket Assemblies City Traffic Signal Cable Color Exhibit A - Camera Connector Pinout PELCO Astro -Brac Camera Mountings CLIFFORD IMSA Signal Cable HENKE ENTERPRISES Wiring Diagram for Video Camera Surge Suppression Filter ISOTEC Video Cable PELCO Pedestrian Push Button Station Assembly Sheets Rees Style Bulldog Button with Latching LED CARMANAH Internally Illuminated Street -Name Sign - R409 CARMANAH Backbrace Assembly DIALIGHT Excalibur Uniform Appearance Countdown Pedestrian Signals Quazite PG1118BA18 Stackable Open Bottom Assembly Quazite PG2436BA18 Stackable Open Bottom Assembly SmartMonitor MMU- 16LEip LIST OF DRAWINGS GEOTECHNICAL REPORT NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND TABLE OF CONTENTS PAGE 5 OF 5 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: STAPLES STREET, PHASE 1 AND PHASE 2 - SARATOGA TO WILLIAMS (BOND 2008) Project No. 6494 and 6495 consists of the complete removal of an existing roadway and construction of approximately 7854 LF of 5 -lane undivided arterial street (70 -ft (nominal) back -to -back of curbs) with concrete sidewalks and associated pavement marking and signage.improvements; along with 10,488 LF of storm water conduit improvements, 16,739 LF of waterline improvements, 4967 LF of wastewater gravity line improvements, street lighting improvements, signalization improvements, and temporary traffic control, plus Additive Alternates; together with all appurtenances, in accordance with the plans, specifications and contract documents; will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, November 9, 2011, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled for 10:00 a.m., Tuesday, November 1, 2011 and will be conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 12.01.Leopard Street, Corpus Christi, TX. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non - responsive proposal which will not be considered. Failure to provide required performance'and payment bonds for contracts over $25,000.00 will result in forfeiture of the 55k 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 Seventy -Five and no /100 Dollars ($75.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt 'Of an additional $10.00 which is a non - refundable postage /handling charge. The bidder is hereby notified that the owner.has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer", "workman", or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI., TEXAS /s/ Pete Anaya, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A 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 30 -Day Notice of Cancellation required on all certificates 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 AUTOMOBILE LIABILITY- -OWNED NON -OWNED OR RENTED WORKERS' COMPENSATION EMPLOYERS' LIABILITY MINIMUM INSURANCE COVERAGE Bodily Injury and Property Damage PER OCCURRENCE / AGGREGATE $2,000,000 COMBINED SINGLE LIMIT $1,000,000 COMBINED SINGLE LIMIT 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 ® NOT REQUIRED BUILDERS' RISK See. Section B -6 -11 and Supplemental Insurance Requirements REQUIRED NOT REQUIRED. INSTALLATION FLOATER See Section B -6 -11 and Supplemental Insurance Requirements REQUIRED NOT REQUIRED 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. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior IAmitten 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. Page 2 of 2 NOTICE TO CONTRACTORS - B WORKER' S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 TITLE 28 PART 2 CHAPTER 110 SUBCHAPTER B 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 terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate) - -A copy of a certificate of insurance, a certificate of authority to self - insure issued by the commission, or a workers' compensation coverage agreement (TWCC -81, TWCC -82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction —Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor - -A person bidding for or 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. Page 2 of 11 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8) 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 folr each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic 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, anew 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 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 after the contractor knew or shouldhave known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of 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, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one 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 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 (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 1 l (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one 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 perform 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 for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who 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 does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, §1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 T28S 110.110(d)(7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512 -440 -3789 to receive information on the legal requirement for coverage, to verb whether your employer has provided the required coverage, or to report an employer's failzuv to provide coverage." Page 8 of 11 T28S 110.110(c)(7) Article . Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ( "certificate')- A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC -81, TWCC- 82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project for the duration of the project. Duration of the project :. includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ( "subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. P. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verb coverage and report lack of coverage. L The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self- 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 breachfrom the governmental entity. Page 11 of 11 PART A SPECIAL PROVISIONS 7 STAPLES STREET. PHASE 1 AND PHASE 2 SARATOGA TO WILLIAMS (BOND 2008) PROJECT NO. 6494 and 6495 PART 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., Wednesday, November 9, 2011. 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 - STAPLES STREET, PHASE 1 AND PHASE 2 SARATOGA TO WILLIAMS (BOND 2008) PROJECT No. 6494 and 6495 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 Eossession of the City Secretary's Office prior to the date and time of bid opening. A pre -bid meeting will be held on Tuesday, November 1, 2011, 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 STAPLES STREET, PHASE 1 AND PHASE 2 - SARATOGA TO WILLIAMS (BOND 2008) Project No. 6494 and 6495 consists of the complete removal of an existing roadway and construction of approximately 7854 LF of 5 -lane undivided arterial street (70 -ft (nominal) back - to-back of curbs) with concrete sidewalks and associated pavement marking and signage improvements; along with 10,488 LF of storm water conduit improvements, 16,739 LF of waterline improvements, 4967 LF of wastewater gravity line improvements,, street lighting improvements, signalization improvements, and temporary traffic control, plus Additive Alternates; 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 priority, subject to the availability of funds: 1. Total Base Bid (Phase 1 + Phase 2) -OR- 2. Total Base Bid (Phase 1 + Phase 2) plus any combination of Additive Alternates. Part A - SP (Revised 12/15/04) Page 1 of 26 Explanation of Bid Items: Base Bid consists of all elements of the proposed work not specifically designated as an additive alternate or work to be performed by others. Additive Alternate No. 1 (Phase 1) consists of constructing jointed reinforced concrete pavement (MRCP) in lieu of flexible asphalt pavement. Additive Alternate No. 2 (Phase 1) consists of constructing concrete pavement pads and pedestrian landings for RTA bus stops. Additive Alternate No. 3 (Phase 1) consists of installing PVC electrical conduit for future management information system (MIS). Additive Alternate No. 4 (Phase 2) consists of constructing jointed reinforced concrete pavement (JRCP) in lieu of flexible asphalt pavement. Additive Alternate No. 5 (Phase 2) consists of constructing concrete pavement pads and pedestrian landings for RTA bus stops. Additive Alternate No. 6 (Phase 2) consists of installing PVC electrical conduit for future management information system (MIS). Additive Alternate No. 7 (Phase 1 & 2) consists of Project Completion in 540 calendar days. 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. •°Allowance° for unanticipated improvements or relocation of utilities are reserve amounts of funds to be included in all bids that may become available for payments to the Contractor, at the City's discretion, if the extent of street- related (or other) improvements or utility relocation work exceeds the original estimated scope of work. Should the use of funds from these allowances become necessary, the.City will provide written authorization for the work to be performed at a price negotiated between the City and the Contractor. There is no guarantee that any of these funds will be used during the course of the project. 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 STAPLES STREET, PHASE 1 AND PHASE 2 - SARATOGA TO WILLIAMS (BOND 2008) Project No. 6494 and 6495 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 construction working time shown below. The project has been divided into twenty -five (25) construction phases consisting of 15 construction phases for Phase 1 (Saratoga to Holly) and 10 construction phases for Phase 2 (Holly to Williams). The Contractor is required to complete each phase before proceeding to any other phase, unless written authorization is given by the City Engineer to deviate from the sequence of construction. The working time for completion of the entire Project will be 720 calendar days. No Part A - SP (Revised 12/15/04) Page 2 of 26 additional time will be allotted for any Additive'Alternate. Detailed descriptions of the phases are shown on the contract drawings. Start of Phase 1 is delineated by the Notice to Proceed. Start of all subsequent phases is delineated by the setting up of traffic control devices and first day of traffic diversion. Completion for each phase shall be based on satisfactory work, completed in accordance with the plans, specifications, and other contract documents and accepted 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 Power Street Stormwater Pump Station is 0.50 inch or greater. A total of 86 rain days has been set for this project. No extension of contract time will be considered until 86 total 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 This project is essentially a construction contract for a period of 720 Calendar Days, as detailed elsewhere in the contract documents. Damages for exceeding the total time allotted shall be independent of damages assessed for each stage, as described above. 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. Liquidated Damages: 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, $1,000 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 estimates the amount of liquidated damages due the City. The City desires to complete construction on this contract in 540 calendar days to minimize the inconvenience to businesses and the traveling public. Additive Alternate #7 is established for this purpose. The baseline contract time for this project is 720 calendar days from the start date established in the Notice to Proceed. Requests for time extensions must be made in writing to the City and include a copy . of the proposed updated construction schedule and sequence of construction. Requests for time extensions related to change orders must document how the change impacts the critical path identified on the'project construction schedule. Change orders that do not impact the critical path will not be considered for time extensions. City must notify contractor in writing of all changes to the Original Contract time of 720 Calendar. Days. For the purposes of determining Liquidated Damages or contract payment under Additive Alternate #7, the Contract Time will stop once Substantial Completion has been achieved by the Contractor. For the purposes of this contract, Substantial Completion is defined as the following: Part A - SP (Revised 12/15/041 Page 3 of 26 1. All work items within the :base bid, additive alternates, and approved change orders under this contract are completed and are serving their intended purpose. This includes the completion of the following: a. All lanes -of traffic, intersections, driveways, sidewalks, and ramps must be completed and open to the public and private ownerships including restoration of routes used for detour. Substantial completion includes all final surface course treatments for the roadway, all manhole and valve cover adjustments, and all landscaping related items. b. All onsite and offsite storm water improvements including channel grading, restoration and erosion control. c. All underground utilities, appurtenances, and adjustments including water, wastewater, electrical conduit, and traffic signalization improvements. d. All permanent traffic controls including all striping, signage and • signalization is installed and all temporary traffic controls are removed 2. Punch list items that do not affect the overall intended purpose of the project shall be excluded from the definition of substantial completion. When Contractor considers the entire Work ready for its intended use Contractor shall notify City in writing that the entire Work is substantially complete and request that City issue a certificate of Substantial Completion. Promptly after Contractor's notification, City, Contractor, and Engineer shall make an inspection of the Work to determine the status of substantial completion. If City does not consider the Work'substantially complete, City will. Contractor in writing giving the reasons and a detailed list of items that must be completed. The City shall not assess Liquidated Damages against the. contractor for any day after the City issues the certificate of substantial completion.. 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 highest daily rate elsewhere specified in this Contract. Such liquidated damages rill accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A -8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B -2 of the General Provisions. Part A - SP (Revised 12/15/04) Page 4 of 26 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 Construction Type(s): Heavy and Highway In case of conflict, Contractor shall use higher wage 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%) 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 ".) 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 DIG TESS at 1 -800- 344 -8377, the Lone Star Notification Company at 1- 800 - 669 -8344, and Verizon Dig ALERT at 1 -800- 483 - 6279.. For the Contractor's convenience, the following telephone numbers are listed: City Engineer Project Engineer A/E Project Engineer, Nick Cecava, P.E Freese and Nichols, Inc. ______ ... Streets & Solid Waste Services Traffic Engineer Police Department Water Department Wastewater Services Department Gas Department Storm Water Department Parks & Recreation Department American Electric Power Co. (AEP) Southwestern Bell Telephone Co. (SBC) . Signal /Fiber Optic Locate Cablevision 826 -3500 826 -3500 .561 -6500 fax: 561 -6501 826 -1940 826 -3547 886 -2600 826 -1881 826 -1800 885 -6900 826 -1875 826 -3461 1 -877 -373 881 -2511 826 -1946 857 -5000 (826 -1888 after hours) (826 -1888 after hours) (885 -6900 after hours) (826 -1888 after hours) -4858 (1- 800 -824 -4424 after hours) 826-3547. (857 -5060 after hours) Part A - SP (Revised 12 /15/04) Page 5 of 26 ACSI (Fiber Optic) CenturyTel ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) 887 -9200 (Pager 800 -724 -3624) 225/214 -1169 (225/229- 3202(M)) 881 -5767 (Pager 850 -2981) 512/935 -0958 (Mobile) 972/753 -4355 A -12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as -built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the'Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at . his own expense. In the event of damage to underground utilities, whether shown or not shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. (Refer to Section A -55 "Bypass Pumping Operations (Wastewater)" in these Special Provisions.) Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface, and the Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets, storm water, water body 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 during wet weather. The Contractor must maintain a stockpile of suitable material on the Project site 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. 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. Part A - SP (Revised 12/15/04) Page 6 of 26 A -14 Construction E9uipment 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.. Streets and curb lines must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewers 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, sidewalks, etc., are to be considered subsidiary to the various bid items; therefore, no direct payment will be made to the 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 is considered subsidiary; therefore, no direct payment will be made to the Contractor. 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 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 construction working time shown below. The project has been divided into twenty - five (25) construction phases consisting of 15 construction phases for Phase 1 (Saratoga to Holly) and 10 construction phases for Phase 2 (Holly to Williams). The Contractor is required to complete each phase before proceeding to any other phase, unless written authorization is given by the City Engineer to deviate from the sequence of construction. The working time for completion of the entire Project will be 720 calendar days. No additional time will be allotted for any Additive Alternate. The Contractor shall furnish a Construction Schedule for all phases of the work (detailed descriptions of the phases are provided on the contract drawings). Part A -- SP (Revised 12/15/04) Page 7 of 26 Start of Phase 1 is delineated by the Notice to Proceed_ Start of all subsequent phases is delineated by the setting up of traffic control devices and first day of traffic diversion. Completion for each phase . shall be based on satisfactory work, completed in accordance with the plans, specifications, and other contract documents and accepted by the City. The Contractor shall submit to the City Engineer a work plan based on calendar days for construction of the entire project and broken down into construction for each phase. This plan must detail the schedule of work for each construction phase and must be submitted to the City Engineer at least three (3) working days prior to the pre- construction meeting. The plan must also indicate the schedule of the following work items:. l.. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre- Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals 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. A -19 Construction. Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, benchmarks, baselines, etc. that are normally required to construct a project of this nature. A minimum of one (1) control point and one (1) project benchmark will the City or Consultant Project Engineer for the Contractor's use project. - - - - -- -, providcd by the City or Consultant Projcct Engineer. be to provided by layout the Part A - SP (Revised 12/15/04) Page 8 of 26 The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is nccc:roary to disturb or destroy a control point or hours notice „o that alternate control points can be established by the City or Concultant P cct Engineer as necessary, at no coat to the Contractor. Control points or benchmarks damaged, disturbed or destroyed as a result of the Contractor's operations ^g'gence 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. 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 Surveyor (R.P.L.S.) licensed in the State of Texas, retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor R.P.L.S. and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets: • All curb returns at point of tangency /point of circumference; • Curb and gutter flow line - both sides of street on a 200' interval; • Street crowns on a 200' interval and at all intersections, Wastewater:. • All rim /invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and Rig permits). Water: • All top of valve boxes; • Valve vault rims; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). Stormwater: • All rim /invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) te A -20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Part A - SP (Revised 12/15/04) Page 9 of 26 Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A -21 Project Signs The City will furnish two (2) or more Project signs, as indicated in "Attachment No. 1- Bond 2008 Project Sign", to be installed by the Contractor. The Contractor " - - - The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the City Engineer. 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) Fora sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). Part A - SP (Revised 12/15/04) Page 10 of 26 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 50.00 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) 45 % 15 % b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved .change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 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 Part A - SP (Revised 12/15/04) Page 11 of 26 information as required. A -23 Inspection Required (Revised 7/5/00) (NOT USED) required by City. 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 reinsured the portion of the bond amount that exceeds. ten percent (10 %) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10%) of the reinsurer's capital.and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety'. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsures that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A -25 Sales Tax Exemption (NO LONGER APPLICABLE) (6/11/98) ,Ccetien B 6 22, "Tax Excm tion Provision ", is deleted in its entirety and thc 3, Tax. .8.dministration of Title 31, Public Finance of.-the Tea If thc Contractor elects to operate under a separated contract, he shall: into thc Project. riatc space on thc "Ctatcmcnt of Materials a Part A - SP (Revised 12/15/04) Page 12 of 26 Subcontractor- arc eligible for salts tan exemptions if the subcontractor also certificate to his supplier." A -26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B -6 -11 of the General. Provisions, 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:. Contracts Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469 -9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign. the Contract Documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract Documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B -6 -11 of the General Provisions, 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 General Provisions, 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. Part A - SP (Revised 12/15/04) Page 13 of 26 A -27 Responsibility for Damage Claims (NOT USED) coverage for the term of the Centract up to and including the datc the City A -28 Considerations for Contract Award and Executjon To allow the City Engineer to determine that the bidder is able t� perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) • years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any.such lien. has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or Materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has 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 and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this ;Project. This experience must include, but not necessarily be limited to, .scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close -out procedures. The superintendent shall be present, on the job site, at all times that work is being perforated. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. Part A - SP (Revised 12 /15/04) Page 14 of 26 The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field 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 term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to Section B -7-13 of the General Provisions. 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 Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration; 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will. meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact., been made to meet said requirements but that meeting such requirements is not reasonably possible; 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work. on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the 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 of the General Provisions; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the. Part A -- SP (Revised 12/15/04) Page 15 of 26 City Engineer at the pre - construction conference; 8. Documentation required pursuant to Special Provision A -28 concerning "Considerations for Contract Award and Execution" and Special Provision A -29 concerning "Contractor's Field Administration Staff "; 10. 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." A -31 Amended "Policy on Extra Work and Change Orders" Under "General Provisions and Requirements for Municipal Construction Contracts ", Section 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 ", Section 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 carryout the provisions of this Contract. Contractor is reminded to attend the Pre -Bid Meeting referred to in Special Provision. A -1. A --34 Precedence of Contract Documents In case of conflict in the Contract Documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications, 'and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Transportation "Standard Specifications for Construction of 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. Part A - SP (Revised 12/15/04) Page 16 of 26 A -35 City Water Facilities: Special Requirements MOT USED) A. Visitor /Contractor Oriontation subcontractors, and cash of their cmploycco must have on thcir person a valid card - =r /Contractor Cafcty Orientation Program . conducted by thc City Water Dcpartmcnt Personnel. A Visitor /Contractor Safety Orientation Program will bc offered by authorized City Watcr Department personnel for those persons who do not havc ...uch a card, and who dcoirc to perform any work within any City water facility. For additional info oration rcfcr to Attachment 1. B. Operation of City Owncd Equipment The Contractor shall not start, operate, or stop any pump, motor, valvc, cquipmcnt, maintcnancc employee of thc City Water Dcpartmcnt.. C. Protcction.of Watcr Quality - Contractor shall - }protect thc quality of thc watcr in thc job site and ohall coordinatc ito work with the City Watcr Dcpartmcnt to protcct thc quality of tho water. D. Conformity with ANSI /NSF Standard 61 rcinctallation, and inspection of pumps, or any other. item, which could eeme into Standard Specification . thcy conform to ANSI /NSF Standard C1 and unlcso such itcms arc inspected on the cito Standard 61 approval for all matcriala which could come into contact with potablc watcr. must.bc containcd at all timcs at thc watcr facility sitc. tra3h daily. Blowing traoh will not blue, or white. Each cmploycc uniform must provide company namc and individual employee-identification. H. Working houro will bc 7:00 A.M. to S:00 P.M., Monday thru Friday. Part A - SP {Revised 12/15/04} Page 17 of 26 Treatment Plant.. All personnel must be in company vehicles. During working hours, programming, customizing, debugging, calibrating, or pla in operation all - to demonstrate thc following: • 2.IIc has performed work on systems of comparable cizc, type, and complexity as required in this Contract on at least three prior projects. years - Z. Electrical Engineer to supervise or perform the work required by these specifications.- ,S.He employs personnel on this Project who have successfully completed a manufacture-r'a training course in configuring and implementing the spcelfic computers, RTUS'n, and software proposed for thc Contract. G.HC maintains a permanent, fully staffed and equipped service facility within 1-00 miles of the Project site to maintain, repair, calibrate, and program the systems specified herein. type will be the product of one manufacturer. evaluating which Contractor or subcontractor programs the new work for this Project. changes madc during the programming phase. The attached sheet is an example and is not intended to show all of thc required ohcct3. The Contractor will provide all programming block used. L. Trenching Requirements A -36 Other Submittals (Revised 9/18/00) 1. Shop Drawing Submittal: The Contractor shall below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number follow the procedure outlined of copies required by the City Part A - SP (Revised 12/15/04) Page 18 of 26 to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section, and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier, pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, . on each submittal form. . d_ Contractor's Stamp: Contractor Must .apply Contractor's stamp, appropriately signed or initialed, .which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract Documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g Variations: Contractor must identify any proposed variations from the Contract Documents and any Product or system limitations which may be detrimental to the successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. i. Resubmittals: Contractor must revise and resubmit submittals as required by the City Engineer and clearly identify all changes made since previous submittal. J• Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, through Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report: When specified in the Standard or Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on -site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the Project. A -37 Amended "Arrangement and Charge for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts", Section 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 Part A - SP (Revised 12/15/04) Page 19 of 26 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 -B" are incorporated by reference in this Special Provision. A -39 Certificate of Occupancy and Final Acceptance (NOT USED) The issuance of a certificate of occupancy for improvements does not constitute 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 worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A -41 Ozone Advisory 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 work day and the Contractor will be compensated at the unit price indicated in the proposal. A -42 OSHA Rules and 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 and Hold Harmless" (9/98) Under "General Provisions and Requirements for Municipal Construction Contracts ", Section B -6 -21 "Indemnification and Hold Harmless ", text is deleted in its entirety and the following is substituted in lieu thereof: "The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the Contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the Contract or in connection therewith by the Contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or.consultants. The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its .officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the City, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the Contractor, or any subcontractor, supplier or materialman." Part A - SP (Revised 12/15/04) Page 20 of 26 A -44 Change Orders (4/26/99) Should a change order(s) be required by the Engineer, the Contractor shall furnish the Engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, subcontractor'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- 6Buiit Dimensions and Drawings (7/5/00) 1. The Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. 2. Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the followings a. Horizontal and vertical dimensions due to substitutions /field changes. b. Changes in equipment and dimensions due to substitutions. c "Nameplate" data on all installed equipment. d. Deletions, additions, and changes to the scope of work. e. Any other changes made. 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 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. The 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 whatsoever on the Project, the Contractor shall excavate and expose all existing pipelines of the Project that cross within twenty feet (20') of proposed pipelines of the Project, and the 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, the Contractor shall excavate and expose said existing pipelines at a maximum spacing of 300 feet O.C., and the Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 feet O.C. maximum intervals. The 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. The Contractor shall perform no construction work on the Project until all Part A - SP (Revised 12/15/04) Page 21 of 26 exploratory excavations have been made in their entirety, the results thereof reported to the Engineer, and Contractor has received Engineer's approval of the report. Exploratory excavations shall not be paid for separately, but shall be considered subsidiary to items that require excavations. Any pavement repairs associated with exploratory excavations shall be paid for according to the established unit price(s) for pavement repair. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations.. A -48 Overhead Electrical Wires (7 /5/00) The Contractor shall comply fully 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. The Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of its employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. The Contractor shall coordinate his work with A.E.P. and inform A.E.P. of its construction schedule with regard to said overhead lines. Some overhead lines may be shown in the construction plans, while others are not shown. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown on the plans or not. A -49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", Section B -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 Amended "Prosecution and Progress" Under "General Provisions and Requirements for Municipal Construction Contracts ", Section B -7 "Prosecution and Progress ", add the following: "Funds are appropriated by the City on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization / remobilization costs. Such costs shall be addressed through a change order to the contract." A -51 Dewatering and Disposal of Ground Water As part of the Project requirements, the Contractor shall perform dewatering, .depressurization, draining, controlling and disposal of ground water in excavations and trenches in accordance with Technical Specification Section 022021 "Control of Ground Water ". A -52 Storm Water Pollution Prevention Plan This Project is required to have a Notice of Intent (NOI) submitted as per Part II.D of the TPDES General Permit No. TXR150000. The Contractor will be required to submit a NOI along with the appropriate fee, and complete a Construction Site Notice for this Project. Part A - SP (Revised 12/15/04) Page 22 of 26 The Contractor is required to provide. copies of the NOI and.Construction Site Notice to the City prior to the pre - construction meeting commenccmcnt of any construction activitico. The Contractor_is also required to post a signed copy of the NOI and Construction Site Notice at the construction site in a conspicuous location where it is readily available for viewing by the general public, local, state and federal . authorities, prior to commencement of any construction activities. The Contractor will be required to submit a Notice of Termination (Nov upon completion of this • Project. The Contractor shall adhere to the requirements of the Storm Water Pollution Prevention Plan as per the drawings and specifications contained in the Contract Documents. A -53 Video Documentation As part of the Project requirements, the Contractor shall perform televised inspections of all wastewater (sanitary sewer) and storm water gravity lines and manholes installed on this Project. All inspections shall be made in accordance with Standard Specification Section 027611 "Television Inspection of Conduits ". A -54 Electronic Proposal Form "General Provisions and Requirements for Municipal Construction Contracts" Section B -2 -7 "Preparation of Proposal" is amended as follows: The bidder has the option of submitting a computer - generated print -out, in lieu of the Proposal Form (Pages 3 through 37, inclusive). The print -out shall list all bid items (including any additive or deductive alternates) contained on the Proposal. Form (Pages 3 through 37, inclusive). The print -out shall be substantially in the form shown on Attachment II. If the bidder chooses to submit a print -out, the print -out shall be accompanied by properly completed Proposal Form pages 1, 2, 38, 39 and 40. In addition, the print -out shall contain the following statement and signature, after the last bid item: "(Bidder) herewith certifies that the unit prices shown on this print -out for bid. items (including any additive or deductive alternates) contained on the Proposal Form are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print -out. (Bidder) 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 unit bid price (Column IV) shown on this print -out by the respective estimated quantities shown on the Proposal Form (Column II) and then totaling the extended amounts. (Signature) (Title) (Date) A -55 Bypass Pumping Operations (Wastewater) a. General: Bypassing operations shall not commence until a completed bypass plan has been approved by the design engineer. The Contractor shall provide a minimum of 72 hour notice to the Wastewater Dept prior to the startup of bypass operations. The Contractor shall consider and be responsible for the effects of the bypass pumping on the collection system area, both upstream and downstream of the area being bypassed. Upstream effects include, but are not limited to backups and overflows. Downstream effects include., but are not limited to surcharges and overflows. Part A - SP (Revised 12/15/04). Page 23 of 26 The Contractor is completely responsible for providing, installing, operating, and maintaining.a pumping and flow control bypass system. The Contractor shall neither anticipate nor expect any assistance from the City of Corpus Christi departments for any items 'associated with the bypass operations. Some locations may require multiple bypass systems. If the bypass system is provided with air release valves the valve drains shall be piped to a manhole for discharge. The Contractor shall make all efforts to minimize spills of raw wastewater during the construction of the improvements and bypassing operations. All spills and sanitary sewer overflows shall immediately be reported to the City at 361- 826 -2489 and the Contractor shall be solely responsible for clean -up of said spillages or overflows at no additional cost to the City of Corpus Christi. The Contractor can work extended hours to perform the improvements during the bypass operation. Work during extended hours must not create a nuisance-for the neighbors and area businesses. Once thc lift - - -- - '- , Work shall be continuous on the lift station improvements until all improvements are completed and thc lift station returned to service. b. Bypass Pump: Pumping capacity of the bypass pump shall be capable of handling the flow conditions at all times and shall be a minimum of 1.5 times the existing pump capacity. Pumps shall be diesel operated, self- priming, auto- starting pumps (Godwin, Rain- for -Rent, or approved equal). Pumps shall be equipped with critically silenced, sound attenuated enclosures with a maximum 65 dB (10 -feet from pump) and a diesel day tank with a minimum 24 -hour runtime without refuel. c. Inclement Weather: The Contractor shall not be allowed to commence bypass operation should inclement weather be forecast for the period of the scheduled improvements. d. Bypass Operations: 1) Before beginning bypass operations, the consulting engineer and City operating department shall be responsible for field verification of pumps, piping, and equipment, etc., matching approved submittal specification and performance levels. 2) The Contractor is responsible for operation and maintenance of the bypass pumping system and fuel.for the system. 3) Before beginning bypass operations, the Contractor shall provide emergency contact info /cell phone number of bypass operators /monitors, project superintendent and pump supplier. 4) Once the bypass plan is approved and 72 hours prior to initiation of the bypass the Contractor is responsible for setting up a meeting between the consultant engineer /City /operating department to affirm the approved bypass plan and verify that the site installation conforms to the approved plan. 5) No bypassing shall be initiated on Friday through Monday, or the day immediately following or preceding a City holiday. 6) The City is permitted through the Texas Commission on Environmental Quality to operate the wastewater system:' The final authority comes from the City as to the operation of the wastewater system and as such it reserves the right to halt the bypassing operation at any time in order to maintain public health and safety. e. Bypass Plan: It shall be the Contractor's responsibility to submit, in writing, a bypass pumping system plan prior to the installation of any bypass pumping equipment being proposed for use. The approval protocol is as follows: The Contractor prepares and submits the plan to the Engineer. The Engineer reviews the bypass plan and coordinates approval with Engineering Services and the operating department. At a minimum the bypass plan should include the following items: 1) Size, type, and rating or pumps. 2) Size and type of inlet and discharge piping. 3) Approximate location (schematic) of bypass pumping components. 4) General arrangement /type of additional support equipment 5) The Contractor's list of personnel operating the bypass system ,(for each shift if operating 24 hours per day). Part A - SP (Revised 12 /15/04) Page 24 of 26 6) Traffic Control Plan if the bypass is' within the right -of -way.. 7) Decant location. 8) Handling of flows: Contractor is responsible for assuring. that the wastewater collection system is not compromised during the period in which the lift station has been shut off for bypass installation. The Contractor shall insure that the system operates properly during this period. f. Measurement and Payment: Bypass Pumping of Raw Sewerage shall be measured as a Lump Sum. Payment shall be full compensation for all labor, tools, equipment, materials, personnel and incidentals necessary to safely complete the work. Payment will be made on the following basis: 50% of the lump sum bid amount (minus 5% retention) will become payable when the bypass plan has been approved and implemented, and all required equipment and traffic control devices are in place. The balance (minus 5% retention) will become payable upon completion and acceptance of all wastewater improvements for this project. A -56 Regional Transportation Authority (RTA) Contract Documents All RTA. Contract Documents (as listed in PART D) shall be executed and submitted to the City, prior to award of Contract. The RTA Contract Documents shall apply only to the RTA - identified improvements on this project. The City of Corpus Christi Standards shall take precedence, for the remainder of the project elements included on this Contract. Part A - SP (Revised 12/15/04) Page 25 of 26 SUBMITTAL TRANSMITTAL FORM PROJECT: Staples Street, Phase 1 and Phase 2 - Saratoga to Williams (Bond 2008) Project No. 6494 and 6495 OWNER: City of Corpus Christi ENGINEER: Freese and Nichols, Inc. CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING Standard Specification 022100 Standard Standard Standard Standard Standard Standard Standard Standard Technical Technical Technical Technical Specification Specification Specification Specification Specification Specification Specification Specification 025424 026206 026210 026411 027205 027404 027602 030020 Specification 022040 Specification 025223 Specification 025620 Specifications Technical Specifications Technical Specifications SUBMITTAL Select Material H.M.A.C. Pavement (all types specified) Ductile Iron Pipe and Fittings C900 and C905 PVC Pipe Gate Valves for Waterlines Fiberglass Manholes Concrete Box Culverts Gravity Sanitary Sewers Concrete Mix Designs (all Geogrid classes specified) Crushed Limestone Flexible Base Concrete Pavement Mix Design (Class P) Electrical Conduit and Pullbaxes Countdown Pedestrian Signal Traffic Signalization Components Part A - SP (Revised 12/15/04) Page 26 of 26 1 MOMS COMPLITAR pa It ARrA sr r )40 PT* remniscimPia st3eMB3 stE1 1:01 33 EA . MMmtoisIns COM C0O3 Sibb-TatalBese Bidlr hang Map D1 -1311) Sukt-i3ui A = Sub ,-7121.4 Bsti: Esivi "8" haul: Sjib- ¢ta1Dam Rid C"Iten=5 SpU:T Buse aid 'Tr Rona, Total Daro B101 fransS . Attachment U page 1 i f 1 • 1 AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES • § THIS AGREEMENT is entered into this 10TH day of January, 2012, 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 Berry Contracting, LP dba Bay, Ltd. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $15,081,495.80 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: STAPLES STREET, PHASE 1 AND PHASE 2 SARATOGA TO WILLIAMS (BOND 2008) PROJECT NOS. 6494 AND 6495 (TOTAL BASE BID + AA #1, #2, #3, #4, #5, #6 & #7: $15,081,495.80) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal . and instructions, The General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents a ll of which constitute the contract for this project and are made a part hereof. Page 1 of 3 Rev. Jun -2010 ATTEST: City Secretary t APPRO D A$ TO I GAL FORM: By: Asst. City Attorney ATTEST: (If Corparatian) (Seal Below) (Note: If Person signing for corporation is not President, attach copy of authorization to sign) CITY OF CORPUS CHRISTI By: / I. Oscar Martinez Assistant City Manager Public Works, Utilities, and Transportation By:,�.�� Daniel Biles, P.E. Interim Director of Engineering Services CONTRACTOR Berry Contracting LP dba Bay, Ltd. By: Title: E P.O. Box 9908 (Add ress) Corpus Christi, TX 78469 (City) (State) (ZIP) 361/299 -3721 * 361/289 -2304 (Phone) (Fax) Page 3 of 3 Rev. Jun -2010 S 3'r AU (i'iUK jLL. SY MUNN L .110, iZ SECRETARY it. SPECIAL MEETING OF MANAGERS BERRY OPERATJNG COMPANY, LLC January 8, 2002 Berry Operating Company, LLC, general partner offer y Contracting ;LP dba. Bay Ltd. held a special meets this 8'h day ofJanuary 2002. Edward A. Martin, President, presided as Chairman and DonBtta Beaty served as Secretary. All managers were present and waived notice; of call and purpose of meeting. Mr. Martin said that with the resignation of Howard Kovar, D. W. Berry had been named interim Division Manager for the Highway Division. He further said that the purpose of this meeting was and to nacre the individuals authorized to act for and on behalf of Bay Ltd. Highway Division in connection with matters relating to the Texas Department of Transportation on and other state, municipal, federal, quasi governmental entities and private bodies. RESOLVED, that the following named individuals be empowered to act for and on behalf ofBay Ltd. as to the malting and signing of contracts, bonds, bids, offers or other arrangements and revisions, changes or modification of same as the needs of the company may require. K. J. Luhan D. W. Sexy M. G. Berry L Berry Edward A. Martin D. E. Spangler President Vice President Vice President Vice President Vice President Vice President F R .THER RBSOLVED that in the event D. W. Bed is unavailable, Mr. Jon; Lentz is empowered to sign contracts, bonds, bids, offers or arrangements andrevisions, changes or modifications of same as the needs of the Highway Division ofBay Ltd. may require, hereby ratifying and of rrming all such acts. FURTHER RESOLVED that Jon Lentz, Estimating Manager and James Wright, Administrative Manager are specif Bally empowered to act for and on behalf ofBay `Ltd. to sign "Proposal To the Texas Department of Transportation' FUR rti R RESOLVED that the Secretary - Treasurer be and is herein authorized and directed to furnish a certified copy hereof to any interested parties with the knowledge that such parties sill rely upon same until actual receipt of written notice of change, deletion, modification, or revocation of such authority. Approved •Correct. Eder . A. artm, President & CEO Attest DonEtta Beaty, Seerei Certification of Secretary Do n1 tta Beaty, Secretary of Berry Operating Company, LLC certify that the above are minutes ofa special meeting of the Managers of Berry Operating Company, LLC general partner of Berry Contracting, LP dba Bay Ltd. held on the date shown above and that such resolution was validly adopted at the Managers meeting at which a quorum was present and such resolution is a continuing resolution and is presently valid and in full force and effect this the 8m day ofJanuary 2002, to which witness my hand DanBttaBeaty, Secre Attachment Na. ADDENDUM NO. 2 Attachment No. 1 PROPOSAL FORM FOR STAPLES STREET, PHASE 1 AND PHASE 2 SARATOGA TO WILLIAMS (BOND 2008) PROJECT NO. 6494 AND 6495 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS PROPOSAL FORM Addendum #2 PAGE 1 OF 40 PROPOSAL Place:.5 Date: Proposal of L A ' a L4-a. a Corporation organized and existing under the laws of the State of OR 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: ta STAPLES STREET, PHASE 1 AND PRASE 2 - SARATOGA TO WILLIAMS (BOND 2008) PROJECT NO. 6494 AND 6495 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 Addendum #2 Attachment No. 1 PAGE 2 OF 40 STAPLES STREET, PHASE 1 - SARATOGA TO HOLLY (BOND 2008) PROJECT NO. 6494 BASE BID (PHASE 1) PART A: STREET IMPROVEMENTS (PHASE 1 [ 1 1 11 1 in i Iv I v i BID ITEM , QTY & UNIT DESCRIPTION _ UNIT PRICE IN FIGURES =D 1-Tr.' (QTY X UNIT PRICE IN FIGURES) Al 1 LS Mobir¢ationl Bonds! Insurance, complete in place, per Lump Sum $ 2-13° 000 . 9� $ 2. o p j o o , o A2 12.5 AC Clear Right-of-Way, complete in place, per Acre $70 000. 00 $ ..-3- po a, 00 A3 45,775 SY Street Excavation, complete in place. per Square Yard $ , 9 $ 2.3 2 fl ,o , o. o A4 45,775 SY 12" Compacted Subgrade, complete in place, per Square Yard $ 1, 40 $ 1,(775., Cif AS 91,550 SY Geogrid, complete in place. per Square Yard $ 3• �2 $ Ile q2czos A6 45,775 SY 17" Crushed Limestone Flexible Base (Type A. Grade 1), complete in place, per Square Yard $ J�t $- �, /, d. A7 6345 GAL Prime Coat (0.15 Gal/SY), complete in place, per Gallon $ 7 71) $ '( ,2/i 5e5 A8 42,300 SY One Course Surface Treatment Underseal, complete in place, per Square Yard $ 2- Jt $ r1 7» - ) A9 42,300 S Y 4" HMAC Pavement (Type B) Base Course, complete in place, per Square Yard $ %4 t t $_ Y A10 4Z300 2.5" HMAC Pavement (Type D) Surface Course, complete in place, per Square Yard $ rI ea J $ 4/99 / �` 11- eel A11 748 SY Mill 1.5" of Existing Asphalt Pavement, complete in place,. per Square Yard f $ Me 1 $ 7p5 < , eo Al2 .748. SY 1.5" HMAC Pavement (Type D) Surface Course, complete in place, Square Yard JJ $ /7. 1 l $ re 69.4 2/e A13 24,023 SF 6" Concrete Driveway, complete in place, per Square Foot ,l $ 5, ., l �; S r19 Y?, a A14 250 SF Unanticipated Concrete Driveway Removal, complete in Place, per Square Foot $ e M /1J4 A f 6i ASS S EA item Deleted Item Deleted plaae,per-Eash Attachment No. 1 PROPOSAL FORM Addendum #2 PAGE 3 OF 40 Attachment No. 1 PROPOSAL. FORM Addendum #2 PAGE 4 OF 40 T- 11 j • 111 1 !V y BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES MD MIPPERVIERIF (QTY X UNIT PRICE IN FIGURES) A16 10 EA Adjust Existing Gas Valve to Finish Grade, complete in place, per Each $ bide AO $ j6 "i', 1i' $ 2 5, ere 54,521,efi A17 250 - LF Fence Relocation, complete in place, per Linear Foot $ 2 i tt, e3 e3 $ 7f67. d 6 A18 • 2 Survey Monument, complete in place, per Each $ /d- dA Al 9 4 DAY Ozone Day, complete per $ 9ifd. A20 52 EA Reflective Pavement Marking Type I (W) (ARROW), complete in place, per Each $ 95:66 $ /rf g j , PC A21 20 . EA Reflective Pavement Marking Type I (W) ("ONLY"), complete in place, per Each $ / ./t) M $ X4' ,5 /J.. e A22 2570 LF Reflective Pavement Marking Type I (W) (4 ") (Broken), complete in place, . per Linear l=oot $ t 7 $ /791, A23 1540 LF Reflective Pavement Marking Type I (Y) (4 ") (Broken), complete in place, per Linear Foot ,� ./ $ / "f I $ �� a o A24 6270 Reflective Pavement Marking Type I (Y) (4") (Solid), complete in place, per Linear Foot A d $ Yj ,M, /16 A25 1622 LF Reflective Pavement Marking Type 1(Y) (4") (Solid) (Double), complete in place, per Linear Foot h $����� A26 2671 LF Reflective Pavement Marking Type 1 (W) (8 ") (Solid), complete in place, per Linear Foot $ • $ f %d A27 325 LF Reflective Pavement Marking Type! (W) (12") (Solid), complete in place, per Linear Foot f $ /' A28 246 LF Reflective Pavement Marking Type I (W) (24 ") (Solid), complete in place, per Linear Foot Iit $ 2if1; ti A29 LF Reflective Pavement Marking Type I (Y) (24") (Solid) (Gore), complete in place, per Linear Foot $ 9. ne) $�� A30 432 EA Ty II-C-R Raised Pavement Marker (Reflectorized), complete in place, per Each `i *, y,40. $ 'WI A� � $ if �r re A31 235 Ty flA A Raised Pavement Marker (RRe prized), complete in place, per Eac $ , 4 $ Ti? el, off# A32 7 Street Sign Assembly wl 9" Blades (Green) and STOP Sign, complete in place, per Each `� % A .4e1 O $/ �� Attachment No. 1 PROPOSAL. FORM Addendum #2 PAGE 4 OF 40 • 1 •11 10 - 1 .- 1V 1 v . BID ITEM QTY & UNIT. DESCRIPTION UNIT PRICE IN FIGURES ( QTY XUNIT -� 4 ICE IN FIGURES A33 18 EA NO PARKING Sign, complete in place, per Each $ //d 0-4 A34 7 EA SPEED ZONE Sign, complete in place, per Each $ TJf• ,al _ $ f/c ere A35 37 EA Other Regulatory Sign, complete in place, per Each $ Yeere r l)b $ /4f,, CCf- 6 A36 2 EA Traffic Arrow Board, complete in place, per Each $ ?OM. CO $ /F/Iire, ,C56 A37 2580 SY Asphalt Pavement Repair (Type 1), complete in place, per Square Yard .-�� $ 5 !` efo $ 2 • - of , A38 50 SY Asphalt Pavement Repair (Type 2), complete in place, per Square Yard $ Of7gz Lfn - $ ~/ 4 w� de, A39 498 6" Concrete Pavement Repair (Class P), complete in place, per Square Yard $ % 2t $ 1' , 4 / SY A40 145 LF 6" Concrete Header Curb, complete in place, per Linear Foot $ _rd, OZ5 g_l?0 L A41 1 L5 Traffic Control, complete in place, per Lump Sum $ z a $. 7ef d4, e5e) A42 1 LS Allowance for Unanticipated Street- Related Improvements, complete in place, per Lump Sum $75,000 OO $75,000:0O A43 5 . EA Permanent 12' Wide Asphalt Speed Hump (35' Long Max) ,, $ 15;5'!! 1 61.0 ,, $ 7i ai, g.S A44 3 EA Temporary 36" Wide Rubber Speed Hump (35' Long Max). $ /flit Id $ cgL1g AO A45 10 Speed Hump Sign $ s ce` / i i V ` e)6 4-4 TOTAL BASE BID PART A (Items Al through A45): $ ti .0 Go PROPOSAL. FORM Addendum #2 Attachment No_ 1 PAGE 5 OF 40 STAPLES STREET, PHASE 1 - SARATOGA TO HOLLY (BOND 2008) PROJECT NO. 6494 PART B: STORM WATER DRAINAGE IMPROVEMENTS (PHASE 1) III I 1 BID ITEM B1 11 1 B3 B5 B7 BS B9 B10 B11 B12 B13 B14 B15 QTY & UNIT 6494 SY 100 SY 10 LF 1096 LF 494 LF 493 LF 398 LF. 286 LF 48 LF 467 LF 366 LF 571 LF 387 LF 814 LF 520 LF Attachment No. 1 DESCRIPTION v ■ :r: 3' -•�, UNIT PRICE IN (QTY X UNIT PRICE IN FIGURES FIGURES) Block Sodding, complete in place, per Square Yard Seeding for Erosion Control, complete in place, per Square Yard 2 6 L' 12" Dia. RCP (Class 111), complete in place, per Linear Foot 18" Dia. RCP (Class 111), complete in place, perLinear Foot 24" Dia. RCP (Class 111), complete in place. per Linear Foot 30" Dia. RCP (Class 111), complete in place, per Linear Foot 36" Dia. RCP (Class 111), complete in place, per Linear Foot g(5‘z..Tee $ P4 6i $ 1'1 96<4,b 42" Dia. RCP (Class 111), complete in place. per Linear Foot 54" Dia. RCP (Class 111), complete in place, per Linear Foot 4' x 3' Precast Concrete, Box Culvert, complete in place, per Linear Foot $ /06i52 Eck) -4 $ /5'0.4e $3' _e� 2/1-). e $ /4 dd 9 ,2.r $ fffrfifiLeo 4' x 4' Precast Concrete Box Culvert, complete in place, per Linear Foot 27# to $ -, 6' x 4' Precast Concrete Box Culvert, complete in place, per Linear Foot ‘,06. $ 66 7' x 4' Precast Concrete Box Culvert, complete in place, per Linear Foot $._1q4-Jr/f, 7' x 5' Precast Concrete Box Culvert, complete in place, per Linear Foot 966 t 3 8' x 5' Precast Concrete Box Culvert, complete in place, per Linear Foot $ 4/4411,.114 PROPOSAL FORM Addendum #2. PAGE 6OF40 $ . le Attachment No. 1 PROPOSAL FORM Addendum #2 PAGE 7 OF 40 III - IV - - V BID ITEM OTY & UNIT DESCRIPTION UHiT PRICE IN FIGURES _ _ _ _ ' . '3' t� X UNIT PRICE IN FIGUIIE2 B16 513 LF 8' x 6' Precast Concrete Box Culvert, complete in place, per Linear Foot $ 4'6j s ,w $ 3, $ O gif• ,/Cr B17 121 LF 10' x 6' Precast Concrete Box Culvert, complete in place, per Linear Foot 818 1 EA Concrete Wingwall with Straight Wings (Type SW), complete in place, per Each $ /t lif,r A4 $ /4/ Me e _ B19 1 EA Tie -in Existing 12" Diameter RCP, complete. in place, per Each $ 96i o- .40 $ f e- d6 1320 4 EA Tie-in Existing 18" Diameter RCP, complete in place, per Each $ 'frt 6d $ /o6' co B21 2 EA Tie-in Existing 24" Diameter RCP, complete in place, per Each $ 5a�Lii, 610 $ /44 0,66 B22 2 EA Tie -in. Existing 30" Diameter RCP, complete in place, per Each $ 5'4 L) F $ /d,Gs, ,56 B23 1 EA Tie-in Existing 36" Diameter RCP to Curb Inlet, complete in place, per Each $ .4 6` �A $ i 6.6 es B24 1 • EA Tie -in Existing 54" Diameter RCP, complete in place, per Each $ "34. de, $ - 6 B25 1 EA Tie-in Existing 10' X 6' Concrete. Box Culvert, complete in place, per Each $ Mid, C £j $ 710, eo B26 4 EA Sidewalk Drain, complete in place, per Each $ /t0.- zM $ 7,i7eref..4e3 B27 33 EA 5' Standard Curb Inlet, complete in place, per Each $ 34. d $ /d ce _ 156 B28 .2 EA 5' Special Curb Inlet, complete in place, per Each %F *€ d l) A $ 1-- ! . B29 1 EA Grate Inlet, complete in place, per Each $ 510(6 - $ 3;;W, �d B30 3 EA 4' Diameter Concrete Storm Water Manhole (Type A), complete in place, per Each $ y c5c 3._ G3e $ , q ,e:to..,c2 B31 1 E4 5' Diameter Concrete Storm Water Manhole (Type A), complete in place, per Each $ 61 Acf, 6e5 $ 6#0614d B32 3 EA 6' Diameter Concrete Storm Water Manhole (Type A), complete in place, per Each $ d'5G . by $ 2- 9fdelfeld Attachment No. 1 PROPOSAL FORM Addendum #2 PAGE 7 OF 40 € ! 11 III IV • BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BIDI T y -. • (QTY X UNIT PRICE IN - FIGURES ) B33 3 EA Concrete Storm Water Manhole (Type D), complete in place, per Each $ Ned. ea ,; 3'J6 B34 2 EA Concrete Stone Water Manhole (Type E), complete in place, per Each $ 1 f / e, tS $ Zoe, de $ /4 4441.c trM $____ -__ , Cam_ ea B35 1 EA Concrete Storm Water Junction Box, complete in place, per Each B36 10 EA Manhole Riser, complete in place, per Each B37 2 EA Adjust Existing Storm Water Manhole to Finish Grade, complete in place, per Each $ 4j 1. ere $ ,��� $ ild7e)o. eVf B3B 80 LF Regrade Existing Drainage Ditch (Mary Carroll), complete in place, per Linear Foot $ //AM . _ B39 3115 SF 5" Concrete Riprap for Drainage Ditch, complete in place, per Square Foot $ /Y. Cie $ * 9 q B40 10,420 LF 6" Concrete Curb and Gutter, complete in place, per Linear Foot $ fo; $ 1'4 7. ,efa B41 100 LF Unanticipated Curb and Gutter removal, complete in place, per linear Foot r $ q. ''',e3 $ of f 842 17,323 LF Silt Fence for Storm Water Pollution Prevention, complete in place, per Linear Foot $. 170 $ 9/ lei B43 390 LF. 12" Erosion Control Log, complete in place, per Linear Foot $ Ri L $ }�7/:, ; 1 B44 25 LF Rock Filter Dam for Storm Water Pollution Prevention, complete in place, Linear Foot .2 $ $ % e0- dm B45 1 LS Repair Cracks and Spans and Plug Openings in Existing 1041 Wide R.G. Box Culvert, complete in place, per Lump Sum _ $ f - 6- >6 $ 6 - C3 6 B46 • 21 LF • Concrete Trough, complete in place, per Linear Foot $ 1 <e/tf $ f f 5 ie ° B47 6800 Trench Safety for Storm Water Conduits and Inlets, complete in place, per Linear Foot $ -- $ B48 22 F.A Trench Safety for Storm Water Manhole or Junction Box, complete in place. per Each � $ / 2i! r? $ ,z 76 B49 1 LS Allowance for Unanticipated Storm Water Improvements, complete in place, per Lump sum $50,000.00 $50,000.00 B50 1 4' x 4' Post Inlet $ 57ew- obi $ yy1rl. rtfe Attachment No. 1 FT M4tems B'I through 850): $ 1I4 9/5 id PAGE 8OF40 STAPLES STREET, PHASE 1 SARATOGA TO HOLLY (BOND 2008) PROJECT NO. 6494 PART C: WATER DISTRIBUTION IMP Attachment No. 1 PROPOSAL FORM Addendum #2 PAGE 9 OF 40 11 III IV V BPD ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES t I -FAA - 1 ii,, (QTY X UNIT PRICE IN FIGURES) C1 1 EA 2" Dia. Tie- in/Connection, complete in place per Each $ £J4 eo ... el el / $ 95 . ni) $ if" C2 2 EA 6" Dia. Tie-in/Connection. complete in place, per Each C3 12 EA 8" Dia. Tie- in/Connection, complete in place, per Each $ 7,e5 eye) C4 8 EA 12" Dia. Te-tn Connection, complete in place, per Each $ %Yad e de) $ ,q god, 66 C5 228 Grout and Abandon -in -Place Existing 6" Dia. Asbestos Cement Waterline, complete in place, per Linear Foot $ $ / t pia C6 3428 LF Grout and Abandon -in -Place Existing 8" Dia. Asbestos Cement Waterline. complete in place, per Linear Foot $ !r lid $ .Gib ,ACS C7 5243 LF Grout and Abandon-in-Place Existing 12" Dia. Asbestos Cement Waterline, complete in place, per linear Foot $ ` $ 1 Pc7, ie C8 70 LF 6" Dia. C900 PVC Waterline (DR 18), complete in place, per Linear Foot $. 6, ge i $ 4/ 9.74 /30 C9 5334 LF 8" Dia C900 PVC Waterline (DR 18), complete in place, per Linear Foot $ f 0;4 $ /97 5 4, C10 9114 8" Dia. Ductile Iron Waterline (Pressure Class 350 psi), complete in place, per Linear Foot too $ t; 7/ 66 C11 5280 LF 12" Dia. C900 PVC Waterline (DR 18). complete in place, per Linear Foot $ -f A $ 21:5...4.z/n. ee C12 1298 LF 12" Dia. Ductile Iron Waterline (Pressure Class 350 psi), complete in place, per Linear Foot $ �� $ �/fa �i (� d� C13 160 LF 20" Dia. Steel Casing (0.51 Wall) for 8" Waterline, complete in place, per Linear Foot $ /v/i. /_� $�L�L� -Gc 6 C14 82 LF 24" Dia. Steel Casing (0.5" Wall) for 12" Waterline, complete in place, per Linear Foot $ 4 eV $ /5ii�Q G _.._( C15 12 EA • 6" Dia 45° D.I. Bend, complete in place. per Each // $ /6.` $ figiftOO Attachment No. 1 PROPOSAL FORM Addendum #2 PAGE 9 OF 40 IIIIIIMMIIIEMIIIIIIIIIIIMELIIIMIIIIMII 1 v BID ITEM QTY 8 UNIT DESCRIPTION UNIT PRICE IN FIGURES (QTY X UNIT PRICE IN FIGURES) C16 86 EA 8" Dia. 45° D.I. Bend, complete in place, per Each $ 'gig, eCB S 11.41e6A- Ad C17 1 EA 8" Dia. 90° Di. Bend, complete in place, per Each , / $ lift ifG C18 Y 2 EA 12" Dia. 22 X° D.1, Bend, complete in place, per Each $ Ei lee co $ 9 'r. C19 79 EA 12" Dia 45° D.1 Bend, complete in place, per Each $ 31 a c $ 5 erXe.9et C20 8 EA 8" x 6" D.I. Tee, complete in place, per Each $ .7C3 Og C21 2 EA 12" x 6" 0.1. Tee, complete in place, per Each $ 4 -1, eV, $ / (se -C3d C22 7 EA 12" x 8" D.I. Tee, complete in place, per Each $ cgir f 66 $ f 7!6 ore, C23 3 EA 12 x 12" D.1. Tee, complete in place, per Each $ l /G)- $ / 'Pe' tie-" C24 1 8" Dia. D.I. Cross, complete in place, per Each $, .1%4, er0 $ 754 C25 1 2 EA 12" Dia. D.I. Plug, complete in place, per Each $ AV, 4 o $ ‘/66-60 C26 2 EA 6" Gate Valve with Box and Cover, complete in place, per Each $ 79 -d, 6.6 $ /f /`ne C27 26 EA 8" Gate Valve with Box and Cover, complete in place, per Each $ /revi ‘56 $ 16 met„ C28 17 EA 12" Gate Valve with Box and Cover, complete in place, per Each $ /e/g, ,,' � 6 66 $ - C29 3 EA V Automatic Air - Release Valve wl Box and Cover, complete in place, per Each $ X 5 e 20- $ 4 i ey ee) ' C30 32 EA Fire Hydrant Assembly (Type 1), complete in place. per Each $ 35 5Coe, 4e $ //#2.,40.4. Oct C31 i 1 EA Fire Hydrant Assembly (Type 2), complete in place, per Each $ ',t ad e .g $ 161 eye C32 2 EA Relocate Existing Fire Hydrant Assembly, complete in place, per Each $ 5/66,06 $ / 2e3.. 66 Attachment No. 1 PROPOSAL FORM Addendum #2 PAGE 10OF40 F IE / iEl I IY BID ITEM arif & uNIT DESCRIFnoN UNIT PRICE IN MTV X UNIT PRICE IN C33 14 EA Remove & Replace Existing 1" Dia. Water Service, complete in place, per Each e . $ //y' f .. C3c C34 7 EA Remove & Replace Existing 1%" Dia. Water Service, complete in place, per Each $ 9.264,d e56 C35 5 EA Remove & Replace Existing 2" Dia. Water Service, complete in place, per Each ,,,� $ 4 /$sers C36 8 EA Relocate Existing Water Meter, complete in place, per Each E' $ /.doe*.o e C37 1 LS Adjust Existing Water Valves and Meter Boxes to Finish Grade, complete in place, per Lump Sum $4_ C38 13,096 LF Trench Safety for Waterlines, complete in place, per Linear Foot $ le 24 $ %✓ 7 /Ze C39 1 LS Allowance for Unanticipated Water Improvements, complete In place, per Lump Sum $50.000.00 $50.000.00 TOTAL BASE BID PART C (kerns Cl through C39): $ / f3 ', 2Y PROPOSAL FORM Addendum #2 Attachment No. 1 PAGE 11 OF 40 STAPLES STREET, PHASE 1 SARATOGA TO HOLLY (BOND 2008) PROJECT NO. 6494 PART D: WASTEWATER (SANITARY SEWER) IMPROVEMENTS Attachment No.1 PROPOSAL FORM Addendum #2 PAGE 12 OF 40 f 1 1 II 1 III IV V BID ITEM IIIIIIIQTY UNIT PRICE IN FIGURES (QTY X UNIT PRICE iN FIGURES 101 4" Tie-in/Connection (Gravity), cornplete place, per Each igifir, CO $ g2e561. 46 1 6* Tie-in/Connection (Gravity), D3 9 . EA 8" Tie-in/Connection (Gravity). complete in place, per Each /eke) ei, / 1 o" Tie-in/Connection (Gravity), EA 12" Tie - in/Connection (Gravity), complete in place. per Each $ q/OO OZ) $ —{ D8 1399 LF Remove Existing Wastewater Lines, complete in place, per Linear Foot $ /A, de; 99d j 07 10 f Grout and Abandon -in -Place Existing 8" C.I.P. Wastewater Line, complete in place, per Linear Foot $ �> • : 1 LS Bypass Pumping of Raw Sewerage, complete in place, per tun' Sum $ 2t O6 CO $ fifd .: /) j D9 36 LF 4" Dia PVC (SDR 26) Wastewater Gravity Line (0'-6' Depth), complete in place, per Linear Font $ 4 on $r D10 10 6" Dia. PVC (SDR 26) Wastewater Gravity Line (0'-6' Depth), complete in place, per Linear Foot $ $ D11 10 LF 6" Dia. PVC (SDR 26) Wastewater Gravity Line (8' -10' Depth). complete in place, per Linear Foot $ re ' f� $ F[ '. D12 480 8" Dia. PVC (SDR 26) Wastewater Gravity Line (0' -6' Depth), complete in place, per Linear Foot $ /‘z5- $ zrs D13 104 LF 8" Dia. PVC (SDR 26) Wastewater Gravity Line (6'-8' Depth), complete in place , per Linear Foot $ �o ` -? ed $ re qp D14 190 8" Dia. PVC (SDR 26) Wastewater Gravity Line (8' -10' Depth), complete in place, per Linear Foot $ �y /r f $�r D15 272 LF 10" Dia. PVC (SDR 26) Wastewater Gravity Line (8' -10' Depth), complete in place, per Linear Foot $ /47" $----1 .4V° AD Attachment No.1 PROPOSAL FORM Addendum #2 PAGE 12 OF 40 MIMI 111 = 1v - v ITl QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES i •- - T y. - - . T (QTY X UNIT PRICE IN ' FIGURES D16 86 LF 10" Dia. PVC (SDR 26) Wastewater Gravity Line (10' -12' Depth), complete in place, per Linear Foot ,� $ /�'° i $ 79 6 $ /1-115..6.5 10" Dia_ PVC (SDR 26) Wastewater Gravity Line (12' -14' Depth), complete in place, per Linear Foot D17 80 LF $ /� .dL),/�ll l �` 12" Dia. PVC (SDR 26) Wastewater Gravity Line (10' -12' Depth), complete in place, per Linear Foot 018 18 LF d�4 019 80 LF r Dia.. PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (6'-8' Depth), complete in place, per Linear Foot $ /lel ' 66 $ X • -mod 02EI 80 LF 8" Dia. PVG Wastewater Pressure Pipe (150 psi) for Waterline Crossing (8' -10' Depth), complete in place, per Linear Foot $ jet Gi $ ,941,e),6 D21 14 . LF • 14" Dia. HDPE Casing (DR 13.5) for 8" Wastewater Line, complete in place, per Linear Foot $ £/� �� $ds �L 022 16 LF 16" Dia. HDPE Casing (DR 13.5) for 10" Wastewater Line, complete in place, per Linear Foot $ .1/4d em $ 510 -66 D23 4 EA 8" Dia. Plug, complete in place. per Each $ der:4 D24 3 EA 6" Dia. PVC Cleanout, complete in place, per Each $ 9.26- oz) $ zei;ecze 025 15 EA 4' Dia. Fiberglass Manhole (‹ 6' Depth), - complete in place, per Each $ _ r&fiii Ad $_. 640etel 026 43 VF Extra Depth for 4' Dia. Manhole (Over 6' Depth), complete in place, per Vertical Foot $ r' ;'f -/A4 $ ..Zip: .0i55.. C3 0 D27 1 EA 6" Dia. Drop Connection, complete in place, per Each $ gi6C3. ee $ '- . 46.11 4 D28 1 EP► 8" Dia. Drop Connection, complete in place, per Each $ Orivi. ii 0 $ g/ets. oa D29 8 - Replace Existing Wastewater Service w! New Service Connection, complete in place, per Each $ //lie GO $ 26M(y) D30 1 EA ,Adjust Existing Wastewater Manhole to Finish Grade, complete in place, per Each $ 7% 1, ex $ i_1- d- e) 031 1426 LF Trench Safety for Wastewater Lines, complete in place, per Lineal, Foot $ 1 $ f9 9.% 6'd. Attachment No. 1 - PROPOSAL. FORM Addendum #2 PAGE 13OF40 TOTAL BASE BID PART 0 (Items D1 through. 033): $, PROPOSAL FORM Addendum #2 Attachment Na 1 PAGE 14 OF 40 II III N BID ITEM QTY & UNIT DESCRIPTION (QTY X UNIT PRICE IN FIGURES - D32 15 EA Trench Safety for Wastewater Manhole. complete in place, per Each $ 77)efi $ f,d,e ato 033 1 LS Allowance for Unanticipated Wastewater Improvements, complete in place. • er Lump Sum $25.000.00 $25,000.00 TOTAL BASE BID PART 0 (Items D1 through. 033): $, PROPOSAL FORM Addendum #2 Attachment Na 1 PAGE 14 OF 40 STAPLES STREET, PHASE 1 - SARATOGA TO HOLLY (BOND 2008) PROJECT NO. 6494 • e_n_d PEDESTRIAN IMPROVEMENTS [PHASE 1 TOTAL BASE BID PART E (Items El through E7): $ f5 � (FM' PROPOSAL FORM Addendum #2 Attachment No. 1 PAGE 15 OF 40 - -- II . III !v f BID ITEM QTY a UNIT DESCRIPTION UNIT PRICE IN FIGURES B D -_ 1 - . 1 (QTY X UNIT PRICE IN II FIGURES 6fl,326 SF r Concrete Sidewalk and Bicycle Path in place, ;r / S -1 2 a $ t$'-. it-Ye aoplete p Selsq a 944 SF 5' Concrete Sidewalk and Bicycle Path Malmo*, complete in place, $ ‘644 $ qt-t#, lr 6 per Square Foot 314 LF Concrete Sidewalk :Retaining Curb fCele } (24" Maximum Height), $ FC e Zjd - $ // if 9( efi r complete in place, per Linear Foot 2833 SF Concrete Curb Ramp, complete in place, per Square Foot $ if f &) $ . C� ��'f 1, ifes E5 250 SF Unanticipated Concrete Sidewalk Removal, complete in place, per Square Foot $ C 66 i ?l -Ll3 L LF Reflective Pavement Marking Type I (W) (CROSSWALK) (10' Wide), complete in place, per Linear Foot $ 2 7 ife, l $ g n.N C36 • E7 26 LF Pedestrian Rail Type PR -1, complete in place, per Linear Foot $ /64 e,to $ : 5,46, CL2 TOTAL BASE BID PART E (Items El through E7): $ f5 � (FM' PROPOSAL FORM Addendum #2 Attachment No. 1 PAGE 15 OF 40 STAPLES STREET, PHASE 1. - SARATOGA TO HOLLY. (BOND 2008) PROJECT NO. 6494 PART F: SIGNAL.IZATION IMPROVEMENTS (PHASE 1} TOTAL BASE BID PART F (Item F1): $ 4 ice. (� PROPOSAL FORM Addendum #2 Attachment No. 1 PAGE 16 OF 40 II HI MOMILMINIIM V BID ITEM - QTY & UNIT . DESCRIPTION UNIT PRICE IN FIGURES (QTY X UNIT PRICE IN FIGURES) F1 1 LS Signarzation Improvements, complete in place, per Lump Sum _ $ /, -� 6 6 .t TOTAL BASE BID PART F (Item F1): $ 4 ice. (� PROPOSAL FORM Addendum #2 Attachment No. 1 PAGE 16 OF 40 STAPLES STREET, PHASE 2 - HOLLY TO WILLIAMS (BOND 2008) PROJECT NO. 6495 BASE BID (PHASE 21 PART G: STREET IMPROVEMENTS (PHASE 2 Attachment No 1 PROPOSAL FORM Addendum #2 PAGE 17 OF 40 11 Ili IV V BID ITEM CITY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM ExtettsI-ON (CITY X UNIT PRICE IN FIGURES) G1 1 LS Mobilization/ Bonds/ Insurance, complete in place, per Lump Sum $ 1 c o, coin - co $ 10.o ��� o co G2 it 6.9 . AC Clear Right-of-Way, complete in place, per Acre $ t O i MC) • to $ =-1 + 000. 0 o , G3 24,766 , SY Street Excavation, complete in place, per Square Yard $ S . Oa • $ 1 ' - 3 , (6 '3©,60 G4 24,766 SY . 12" Compacted Subgrade, complete in place, per Square Yard $ 1 , O o $ 1-'4 1 i (..:4.0 = OD G5 49,532 SY Geogrid, complete in place, per Square Yard $ 3. it o $ f S } -3 V V. z-0 G6 24,766 5Y 17" Crushed. Limestone Flexible Base (Type A, Grade 1), complete in place, per Square Yard 1 $ _ $ 53 71'4 } 2 2.. , z� G7 3440 GAL Prime Coat (0.15 GaVSY), complete in place, per Galion $ '-}. '7.0 $ IL 1 b % . 00 G8 22,935 SY One Course Surface Treatment Underseal, complete in place, per Square Yard $ '2.. 60 $ � °t � "5... 00 G9 22,935 SY 4" HMAC Pavement (Type B) Base Course, complete in place, per Square Yard $ % b .1 0 $ 4 .Z$ , % bt{ . 50 G10 22,935 SY 2.5" HMAC Pavement (Type D) Surface Course, complete in place, per Square Yard $ j 2- _ co $ 415, z_ 2.D-co G11 15,661 SF 6" Concrete Driveway, complete in place, per Square Foot $ 6,tbp $ " 1 U j '6-5'3.7, 0 G12 100 SF Unanticipated Concrete Driveway. Removal, complete in Place, per Square Foot $ `5- 0 c $ ")00 • ac G� 4� Item Deleted Item Deleted 6 G14 10 EA Actjust Existing Gas Valve to Finish Grade, complete in place. per Each $ 5 Gb .13o $ S, o 00 - tic; Attachment No 1 PROPOSAL FORM Addendum #2 PAGE 17 OF 40 I l 11 III N • y. J BID ITEM QTY & UNIT DESCRIPTION - UNIT PRICE IN FIGURES : 1 I. ..' 1jti.I • 1 (QTY X UNIT PRICE IN FIGURES) G15 250 LF Fence Relocation, complete in place, per Linear Foot $ 12- • 00 $ S o0, co G16 2 EA Survey Monument, complete in place, per Each $ 4-0 0 - v:s $ e, GO . op G17 3 DAY Ozone Day, complete per P $ too. oa o . 0-0 G18 33 EA Reflective Pavement Marking Type 1 (W) (ARROW), complete in place, per Each ('z 5. o . $ 30 ( 3 S, G19 9 EA Reflective Pavement Marking Type! (W) ("ONLY"), complete in place, per Each $ 0.-0 • a:: $ t i O $ O , 00 G20 1121 Reflective Pavement Marking Type 1 (W) (4") (Broken), complete in place. per Linear Foot $ o. '7o $ '7 S'f . 10 G21 788 LF Reflective Pavement Marking Type! (Y) (4") (Broken), complete in place, per Linear Foot 0.i o $ CS i • A. 0 G22 2962 Reflective Pavement Marking Type 1 (Y) (4") (Solid), complete in place, per linear Foot $ c _ ;7 o $ 2, o 7 3 . ,-E-o G23 845 LF Reflective Pavement Marking Type I (Y) (4") (Solid) (Double), complete in place, per Linear Foot $ 1.40 p $ , I $ 6 00 G24 1245 Reflective Pavement Marking Type 1 (W) (r (Solid), complete in place, { t o ! i 3i19 , co 140 LF 315 LF 175 EA 150 EA 11 EA Attachment No 1 Reflective Pavement Marking Type 1 (W) (24") (Solid) (Gore), complete in place, per Linear Foot Reflective Pavement Marking Type 1(W) (24") (Solid), complete in place, per Linear Foot Ty If-C -R Raised Pavement Marker (Reflectonzed), complete in place, per Each Ty 11 -A-A Raised Pavement Marker (Reflectorized), complete in place, per Each Street Sign Assembly w19" Blades (Green) and STOP Sign, complete in place; per Each NO PARKING Sign, complete in place, per Each ra,e $ 4.4D $ 4.40 $ `{ 5D- cc:, PROPOSAL FORM Addendum #2 PAGE 18 OF 40 $ $ b,150 , cc) $ 4, ' F ox, , 06 BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES & my i[ GIN cA I t N I jN (QTY X UNIT PRICE IN FIGURES 4 EA §0trti 2614 S gn, complete 6 place, per Each 1. 5 0 < o� $ t + c 3 , c G32 23 EA Other Regulatory Sign, complete in place, per Each $ ri 50 , ov $ 10 t 3 5 e t zo G33 1520 SY Asphalt Pavement Repair (Type t), complete in place, per Square Yard 31 . co 2. ;i,a , oo G34 I 50 SY ' Asphalt Pavement Repair (Type 2), complete in place, per Square Yard $ ce ct , c 4� $ 4 44 00 s o o 635 28 SY Temporary Detour Widening, complete in place, per Square Yard $ 13 . o 0 � $ 2 , (, o { , 0 G36 250 SY 6" Concrete Pavement Repair (Class P), complete in place, per Square Yard $ l b. ,........0 $ ` , oc o . Oo G37 77 Ll= 6" Concrete Header Curb, complete in place, per Linear Foot $ 58 , a 0 $ .Z ." i 0 , 0C_1 G38 1 LS Traffic Control, complete in place, per Lump Suin • $ ' ;,D , MO _ 30 $ t o G t c ©c . CFO G39 1 LS Allowance for Unanticipated Street-Related improvements, complete in place, per Lump Sum $75,0(10.00 $75.000.00 G40 5 FA Permanent 12' Wide Asphalt Speed Hump (35'LongMax) $ iLsco.co $ .l i 5oo. u:: $ t i • 06 $ S ; 00 , c G41 3 E4 Temporary 36" Wide Rubber Speed Hump (35' Long Max) G42 10 Speed Hump Sign �..r -_it ` 0 c ry TOTAL BASE BID PART G (Items 61 through G42): $ PROPOSAL FORM Addendum #2 Attachment No_ 1 PAGE 19.0F 40 5LIII3I.10 STAPLES STREET, PHASE 2 - HOLLY TO WILLIAMS (BOND 2008) PROJECT NO. 6495 T H. STORM WATER DRAINAGE IMPROVEMENTS HASE 2) Attachment No. 1 PROPOSAL FORM Addendum #2 PAGE 20 OF 40 0 J III j tV y i BID ITEM QTY & UNIT UNIT PRICE IN (QTY X UNIT PRICE IN DESCRIPTION FIGURES - FIGURES H1 2834 SY . Block Sodding, complete in place. per Square Yard $ 41 $ - t 1 r 3176, oo H2 100 SY Seeding for Erosion Control, complete in place, per Square Yard $ (s, o 4 $ Ia ens . ct H3 28 12" Dia. A -2000 PVC Drainage Pipe (Schedule 40), complete in place, per Linear Foot. $ .14+ i t5T $ 2 3 0-12_,,c0 H4 1640. LF 18" Dia. RCP (Crass III), complete in place, per Linear Foot $ '? '3 : 04 $ ) t aL r 12-0, Z H5 428 LF 24" Dia. RCP (Class 111), complete in place, per Linear Foot $ t .z • 00 $ 3 5 (al G. co H6 1067 LF 30" Dia. RCP (Class III), complete in place, per Linear Foot $ 1 b z.. c v $ L U°: ft, -i . lZ 41 117 70 LF 36" Dia. RCP (Class III), complete in place, per Linear Foot S to 2. . 0 0 $ 1 1 1' 40, oo H8 570 LF 4' x 3' Precast Concrete Box Culvert, complete in place, per Linear Foot. $ '2 o , c 0 $ OA q y 7 00. vo H9 496 LF 5 x 3' Precast Concrete Box Culvert, complete in place, per Linear Foot $ z_.-7 c, c-0 $ L 3 3 °r z o • C=o ; H10 3 EA Tie-in Existing 15" Diameter RCP, complete in place, per Each $ Li' 00 . e i $ L o 2. v:.. a4 1-111 4 EA Tie-in Existing 18" Diameter RCP, complete in place, per Each $ L}c . o $ l y G 0,0. v. H12 1 EA Tie-in Existing 22" x 18" RCP, complete in place, per Each $ 530 , 00 $ 5-3 o . vv H13 1. EA Tie -in Existing 24" Diameter RCP, complete in place, per Each $ so c. to $ 5 c:, - c.c. H14 2 EA Tie-in Existing 6' x 3'.RCB. complete in place, per Each $ 31 1 o o . ‹:-... $ 61 Z o . t t. ) H15 . 1 F.A Safety End Treatment for 18" RCP, complete in place, per Each $ 10 • ` '--I $ 4i ov , tio Attachment No. 1 PROPOSAL FORM Addendum #2 PAGE 20 OF 40 1 ( '11- ) III. . IV BID ITEM QTY & UNIT DESCRIPTION Sidewalk Drain, complete in place, per Each UNIT PRICE IN FIGURES (QTY X UNIT PRICE IN FIGURES) H16 3 EA $ 1 , s, t,+ . �4 $ '711 o•o . ov H17 24 EA 5' Standard Curb Inlet, complete in place, per Each • $ 1 , DO $ ;-,1 , acs H18 1 EA Grate Inlet, complete in place, per Each $ Zt`ic .@ "7--4c*c .oz-, H19 7 4' Diameter Concrete Storm Water Manhole (Type A), complete in place, per Each $ i4 -2,c- . co $ �� i a , cc !120 5 EA 5' Diameter Concrete Storm Water Manhole (Type A), complete in place. per Each $ • 9.9 1:,-t: , to $ .s1 "oo .. e 4 H21 2 EA Concrete Storm Water Manhole (Type C), complete in place, per Each $ 5 y l • c t=, $ tO 2+% .6 . 1..). 3 1122 8 F.A Concrete Storm Water Manhole (Type D), complete in place, per Each I - H23 1 Concrete Storm Water Junction Box, complete in place, per Each $ b'4- tot : C, � $ i =A c o . a-�., 1124 4 EA Manhole Riser, complete in place, per Each $ 34- 00,oi.. $ 1 I -6aa, eU. H25 2 EA Adjust Existing Storm Water Manhole to Finish Grade, complete in place, per Each $ l s OO , e„ $ �� 6 ati , ° H26 67 LF Excavation for Roadside Drainage Ditch, complete in place, per Linear Foot $ N , 06 $ (l 2.7 '5. c H27 • 200 SF 5" Concrete Riprap, complete in place, per Square Foot $ LZ , J $ i , r; . H28 - 5403 LF 6" Concrete Curb and Gutter, complete in place, per Linear Foot $ 16 , o t $ '66 1144 co. c r,, H29 100 LF Unanticipated Curb and Gutter Removal, complete in place, per Linear Foot . $ Li. 5 o $ y 50 , cf.., H30. • 6019 LF Silt Fence for Storm Water Pollution Prevention, complete in place, per Linear Foot $ '� 7c $ zZ 2-7 O. o H31 650 LF 12" Erosion Control Log, complete in place, per Linear Foot . $ 9 L Go $ i 155 a. oC Attachment No. 1 PROPOSAL FORM Addendum #2 PAGE 21 OF 40 TOTAL. BASE BID PART H (Items HI through H36): $ `�' ? ! 1 5 to ; So PROPOSAL FORM Addendum #2 Attachment No. 1 PAGE 22 OF 40 BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID T ' (QTY .X UNIT PRICE IN FIGURES H32 i 20 1F Concrete Trough, complete in place, per Linear Foot $ S6 :ov $ l , L 2rtD , as H33 1 LS Repair Cracks and Spells and Plug Openings in R.C. Box Culverts, complete in place, per Lump Sum $ '3 cc:v - oo $ 3 r 0-0D . a{:; H34 4415 Trench Safety for Stoma Water Conduits and Inlets, complete in place, per Linear Foot $ 2.50 $ it 01?-1, 5.0 H35 29 a Trench Safety for Storm Water Manhole or Junction Box, complete in place, per Each $ t 4 C , e.. $ 140 roo.Py H36 1 LS Allowance for Unanticipated Storm Water Improvements, complete in place, per Lump Sum $50.000.00 50.000.00 TOTAL. BASE BID PART H (Items HI through H36): $ `�' ? ! 1 5 to ; So PROPOSAL FORM Addendum #2 Attachment No. 1 PAGE 22 OF 40 STAPLES STREET, PHASE 2 - HOLLY TO WILLIAMS (BOND 2008) PROJECT NO. 6495 PART 1: WATER DISTRIBUTION IMPROVEM Attachment No. 1 PROPOSAL FORM Addendum #2 PAGE 23OF40 BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID IT T TE ION (QTY X UNIT PRICE IN FIGURES 6" Dia. Tie-in/Connection, complete in per. per Each $ t ca) . CO $ S cso4 . a:,c3 12 10 EA 8" Dia. Tie- in/Connection, complete in place, per Each $ lam- 0 w $ Ia 000.40 24" Dia. Tie- in/Connection, complete in place, per Each $ t 000- �� $ t,.‘. 1 0700 , Remove Existing 24" Dia. Ductile Iron Waterline, complete in place, per Linear Foot - . $ Z. co , ve) $ -2-, , 1 5 i. , co 15 254 Grout and Abandon -in -Place Existing 6" Dia. Asbestos Cement Waterline, complete in place, per Linear Foot $ $ "2-, r ov !6 3199 Grout and Abandon -in -Place Existing 8" Dia. Asbestos Cement Waterline, complete in place, per Linear Foot et. c $ $ z '7 1/,01.) 17 292 LF 6" Dia. C900 PVC Waterline (DR 18), complete in place, per Linear Foot $ c e. , c 0 $ i G 1 1 , c 18 2758 LF 8" Dia. C900 PVC Waterline (DR 18), complete in place, per Linear Foot $ 3—y , '20 $ 10 •. , o ` b . 00 19 580 L1` 8" Dia. Ductile Iron Waterline (Pressure Class 350 psi), complete in place. per Linear Foot $ t 1 00 $ 3 s 3 c` 4 110 8g 24" Dia. Ductile Iron Waterline (Pressure Class 350 psi), complete in place, per Linear Foot - $ t `i ` $ Ito) IV.1 G► , r; 4-', 111 22 FA 6" Dia. 45° D.l. Bend, complete in place, per Each $ Itoe. OD 7� 5 2-0, OD 112 2 EA 8" Dia. 113V D.1. Bend, complete in place, per Each $ z.✓0 • cc, $ 52o. Do 113 2 EA 8" Dia. 22 W D.l. Bend, complete in place, per Each $ zi. 0 . u^ 4_. $ 5-7-o , L.T 8" Dia. 45° D_i. Bend, complete in place. per Each $ z t 0 • cc' �. $ t 2.. t • tr 24" Dia. 45° D.I. Bend, complete in place, per Each $ [ ! 4c4' ' j $ 1 I 1 'l'11/' av Attachment No. 1 PROPOSAL FORM Addendum #2 PAGE 23OF40 BID 'TEM QTY & UNIT 5 EA 117 EA 119 120 121 122 123 1 5 FA DESCRIPTION 8" x 6" D.I. Tee, complete in place, per Each UNIT PRICE IN FIGURES 1 • 8" x 8" D.I. Tee, complete in place, per Each 8" Dia. D_t_ Plug, complete in place. per Each 24" x 8" Tapping Sleeve, complete in place, per Each 6" Gate Valve with Box and Cover, complete in place, per Each $ 1, S-00, $ 5,5o7 .co $ (✓s`%0.: tc �} 51 0. 00 $ i i:),c0 $ 55 at) •c- '�i' ©o • cc 17 EA 8" Gate Valve with Box and Cover, complete in place, per Each I, coo 000. o 1" Automatic Air - Release Valve wF Box and Cover, complete in place, per Each $ Z 500 • 1s-0 $ 5 , • O 11 EA Fire Hydrant Assembly (Type 1), complete in place, per Each 3 600. e•-:: $ 31 (7 • co 124 6 Fire Hydrant Assembly (Type 2), complete in place, per Each $ 3. 'it O )O $ `t00 • ecc 125 3 Remove & Replace Existing 1° Dia. Water EA Service, complete in place, per Each $ ! , �1 60 • .oc '- uE9 • oa 126 Remove & Replace Existing 11A" Dia Water Service, complete in place, per Each 127 Remove & Replace Existing 2" Dia. Water Service, complete in place, per Each 3,70v :00 '11400. co 128 4 129 1 LS Relocate Existing Water Meter, complete in place, per Each $ 1 VL 57.-vz"i•CO- Adjust Existing Water Valves and Meter Boxes to Finish Grade, complete in place, per Lump Sum 1,01 cap' , u z 130 3716 Trench Safety for Waterlines, complete in LF place, per Linear Foot $ 'L L : 44 0 131 1 LS Allowance for Unanticipated Water Improvements, complete in place, per Lumrr Sum $25,000.00 $25,000.00 • Attachrnent No. 1 TOTAL BASE BID PART 1 (Items 11 through 131): $ r ? 7 PROPOSAL FORM Addendum #2 PAGE 24 OF 40 E sti 8 . STAPLES STREET, PHASE 2 - HOLLY TO WILLIAMS (BOND 2008) PROJECT NO. 6495 T J: WASTEWATER (SANITARY SEWER) IMPROVEMENTS (PHASE 2 1 11 1I1 IV v SID ITEM • QTY 8 UNIT DESCRIPTION UNIT PRICE 114 FIGURES (QTY X UNIT PRICE IN FIGURES) J1 5 EA 6" Dia. Tie- in/Connection (Gravity), complete in place, per Each $ 1 f 4 t) .0') $ "1 t c:;:.. 0-0- .12 14 EA 8" Dia: Tiiean/Connection (Gravity), complete in place, per Each $ Li /00- ev $ 2.1 j 4 . c'u• J3 EA 10" Dia Tie- in/Connection (Gravity), complete in place, per Each $ Lit oi.-e . 4'0 $ 4 1 Goe, .. co J4 1 EA 10" Dia. Tie-in to Existing Manhole (15' Depth), complete in place. per. Each $ 41 -too. o c $ :-{ i 'zoo. or-- J5 1 EA • 12" Dia. Tie-in to Existing Manhole (13' Depth), complete in place, per Each $ -1 , 2.a4 , tml $ i.j + Z ,. 0 _ J6 1 EA _ 15" Dia. Tie-in to Existing Manhole (17' Depth), complete in place, per Each $ ib 1 /o0. 0 i s .l $ t.) 100, 00 Ji 685 LF Remove Existing 10 "VCP Wastewater Line, complete in place, per Linear Foot $ 3. LI o $ 15 1 7 S 5, o s Remove Existing 12" VCP Wastewater Line, complete in place, per Linear Foot $ 21 • 0i.) $ o , S S f . o e .18 1931 IF J9 J10 J11 J12 J13 J14 115 100 Grout and Abandon -in -Place xing " C.I.P. Wastewater Line, complete in place, $ 0,00 LF per Linear Foot • 1 LS 32 LF 46 LF 40 LF 101 LF 49 LF Bypass Pumping of Raw Sewerage, complete in place, per Lump Sum 6" Dia. PVC (SDR 26) Wastewater Gravity. Line (12' -14' Depth), complete in place, per Linear Foot 6" Dia. PVC (SDR 26) Wastewater Gravity Line (14' -16' Depth), complete in place, per Linear Foot 8" Dia. PVC (SDR 26) Wastewater Gravity Line (4'-6' Depth), complete in place, per Linear Foot 8" Dia. PVC (SDR 26) Wastewater Gravity Line (6' -8' Depth), complete in place, per Linear Foot Dia. PVC (SDR 26) Wastewater Gravity Line (8`-10' Depth), complete in place, per Linear Foot 00 .00 $ i10 • oa 130 L'is 6-0 $ qo ,Ito ,do l 7 on •ova $ 40r .Ors 3 {520,00 $ S,1 `ai?,0o "I I C al O. 00 $_ t 7 °Li, 03 PROPOSAL FORM Addendum #2 Attachment No. 1 PAGE 25 OF 40 11 111 BID - ITEM OTY & UNIT DESCRIPTION UNIT PRICE 1N FIGURES J16 63 LF 8" Dia. PVC (SDR 26) Wastewater Gravity Line (10' -12' Depth), complete in place, per Linear Foot $ furl 600 (QTY X UNIT PRICE IN FIGURES $ (r,1 'II_ co J17 279 LF 8" Dia. PVC (SDR 26) Wastewater Gravity Line (17-14' Depth), complete in place, per Linear Foot J18 77 LF 8" Dia. PVC (SDR 26) Wastewater Gravity Line (14 =16' Depth), complete in place, per Linear Foot $ 1,1-0 vt, 4 V7 5 $ i ,7S. 0.c�c J19 274 10" Dia. PVC (SDR 26) Wastewater Gravity LF Line (12 -14' Depth ), complete in place, per Linear Foot $ 2-2" 0o $ 7j 5-' �1 2 oo J20 351 LF 10" Dia. PVC (SDR 26) Wastewater Gravity Line (14' -16' Depth), complete in place, per Linear Foot $ fi+5.ov J21 827 LF 12" Dia. PVC (SDR 26) Wastewater Gravity Line (12 -14' Depth), complete in place, per Linear Foot $- 1011 1 S(O .04,1 J22 731 LF 12" Dia. PVC (SDR 26) Wastewater Gravity Line (14' -16' Depth), complete in place, per Linear Foot $ ) '4O.00 J23 69 LF 15" Dia. PVC (SDR 26) Wastewater Gravity Line (14` -16' Depth), complete in place, per Linear Foot $ . 150.cta J24 154 LF J25 40 LF 15" Dia. PVC (SDR 26) Wastewater Gravity Line (16' -18' Depth), complete in place, per Linear Foot 6" Dia. PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (12' - -14' Depth), complete in place, per Linear Foot ftzVil�3.r $ /OL 34 -0 rei3 $ Ic, 55o. co / 44 0 r t3ti 1.2,0. cc 91 600.00 J26 6" Dia. PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (14' -16' Depth), complete in place, per Linear Foot $ 14°11; u $ b t 0 F 0 r J27 J28 J29 J30 J31 20 IF 8" Dia. PVC Wastewater Pressure Pipe (150, psi) for Waterline Crossing (10' -12' Depth), complete in place, per Linear Foot $ 2'0' D L 70 LF 70 LF. 8" Dia. PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (12 -14' Depth), complete in place, per Linear Foot 8" Dia. PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (14' -16' Depth), complete in place, per Linear Foot $ $ $ f5f". .c(.) 20 LF 10" Dia. PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (12' -14' Depth), complete in place, per Linear Foot $ •'� Qt . c3:r 40 LE 10" Dia. PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (14' -16' Depth), complete in place, per Linear Foot $ i� r LQ'•. cv PROPOSAL_ FORM Addendum #2 Attachment No. 1 PAGE 26 OF 40 i.� BID If ITEM II- 111 QTY & UNIT DESCRIPTION _ UNIT PRICE IN FIGURES - ` r -1,' - 74-1 , (QTY K UNIT PRICE IN FIGURES 116 63 LF 8" Dia. PVC (SDR 26) Wastewater Gravity Line (10' -12' Depth), complete in place, per Linear Foot $ U _ ' �` $ 1 ' 7 q .31. 279 LF 8" Dia. PVC (SDR 26) Wastewater Gravity Line (12' -14' Depth), complete in place, per Linear Foot $ Z5 , co $ 3 } s'7 S , 0 118 8" Dia. PVC (SDR 26) Wastewater Gravity Line (14' -16' Depth), complete in place, per Linear Foot $ i I'd • 00 119 274 10" Dia. PVC (SDR 26) Wastewater Gravity Line (12-14' Depth), complete in place, per Linear Foot 2`ti L?L' .5 S1 67i �, i7!! J20 351 LF 10' Dia. PVC (SDR 26) Wastewater Gravity Line (14' -if Depth), complete in place, per Linear Foot $ 14C.0-0 0 S i 5 . c o 121 827 12" Dia. PVC (SDR 26) Wastewater Gravity Line (17-14' Depth), complete in place, per Linear Foot $ f 0 G.: $ 10 7 S! , a 122 731 LF 12" Dia. PVC (SDR 26) Wastewater Gravity Line (14' -16' Depth), complete in place, per Linear Foot $ ) C �� $ / Q 2. 1 340 , c i3 123 69 LE 15" Dia. PVC (SDR 26) Wastewater Gravity Line (14' -16' Depth), complete in place, per Linear Foot $ 150 , 00 $ t o_; 3 5 0 . 00 J24 154 LF - 15" Dia PVC (SDR 26) Wastewater Gravity Line (16' -18' Depth), complete in place, per Linear Foot bC . 4, $ 2'°f b a , vi.: 125 6" Dia. PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (12-14' Depth), complete in place, per Linear Foot $ 12 �. i<c" $ ' i L'Ch • cir J26 LF 6" Dia. PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (14' -16' Depth), complete in place, per Linear Foot i , 0 , 00 $ b C ' [ + 00 127 20 LF 8" Dia. PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (10' -12' Depth), complete in place, per Linear Foot c" 2 `i �'�' J28 70 LF 8" Dia. PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (12'44' Depth), complete in place, per Linear Foot I �F . �_" $ 1 `'� ��' J29 70 LF 8" Dia. PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (14' -16' Depth), complete in place, per Linear Foot r 50 t v $ i 0 y 5 act .+� ; J30 20 LE 10" Dia. PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (12-14' Depth), complete in place, per Linear Foot $ 150 ` a? o co E 131 40 LF 10" Dia. PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (14' -16' Depth), complete in place, per Linear Foot $ t $ b GtiJ . co Attachment No. 1 PROPOSAL FORM Addendum #2 PAGE 26 OF 40 TOTAL BASE BID PART J (Items J9 through J44): $ i") 1-I '0 ' ? , 0 0 PROPOSAL FORM Addendum #2 Attachment No. 1 PAGE 27 OF 40 J BID ITEM 11 111 I Iv QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES $ 5+ ` 00 . (QTY X UNIT PRICE IN FIGURES J32 LF 12" Dia. PVC Wastewater Pressure Pipe (150 psi) for Waterine Crossing (12' -14' Depth), complete in place, per Linear Foot $ 1 a r , o 0 i J33 f_ 1pQ L!= 12" Dia PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (14' -16' Depth), complete in place, per Linear Foot $ / '-' 1 $ 1 to coo . oo J34 $ EA 6' Dia. PVC (SDR 26) Wastewater Service (Deep Cut), complete in place, per Each $ S , Cc70 ' Q4) f $ 2 5r "U[ao .. tai: J35 1 8° Dia. Plug, complete in place, per Each J36 12 EA • 4' Dia. Fiberglass Manhole (' 6' Depth), complete in place, per Each $ `I ( 000 . Ot? (p opt) . o o J37 81 VF Extra Depth for 4' Dia. Manhole - (Over 6' Depth), complete in place, per Vertical Foot $ "? . $ 5 2 , I-(- CO i 60 J36 4 EA 5' Dia. Fiberglass Manhole (< 6' Depth), complete in place, per Each $ i j 1 0 uU, bz $ z 1-1'-kior,x2 , o o J39 35 VF Extra Depth for 5' Dia. Manhole (Over 6' Depth), complete in place, per Vertical Foot $ ' (A3 . c �? $ 1 ti o [3C? ► Ui; J40 6 • EA 6" Dia. Drop Connection, complete in place, per Each $ 2c ba-t3 . c,Tc? f J41 2 EA Adjust Existing Wastewater Manhole to Finish Grade, complete in place, per Each $ (, s cam, of $ co J42 3541 LF Trench Safety for Wastewater Lines, complete in place, per Linear Foot $ t -} , oa • $ 14 1 14, 4. Oo J43 16 EA Trench Safety for Wastewater Manhole, complete in place. per Each $ i. 30 , at) $ 2- o S t7 , oa J44 1 LS Allowance for Unanticipated Wastewater Improvements, complete in place, per Lump Sum $50,000.00 $50.000_.00 TOTAL BASE BID PART J (Items J9 through J44): $ i") 1-I '0 ' ? , 0 0 PROPOSAL FORM Addendum #2 Attachment No. 1 PAGE 27 OF 40 STAPLES STREET, PHASE 2 - HOLLY TO WILLIAIIAS (BOND 2008) PROJECT NO. 6495 PART K: A.D.A. PEDESTRIAN IMPROVEMENTS (PHASE 1 II 111 L. V F-- BID ITEM QTY & UNIT DESCRIPTION _ UNIT PRICE IN FIGURES B D - -'.r -1 1 I (QTY X UNIT PRICE IN FIGURES K1 30,515 SF 4° Concrete Sidewalk and Bicycle Path elerod). complete in place, $ ' 12Z 0 C O i s per Square Foot I(2 133 LF Concrete Sidewalk Retaining Curb (CeleiedL (24- Maximum Height), $ 'L e: $ ' t 'Z c� complete in place, P Pl . P Linear Foot K3 2355 : SF Concrete Curb Ramp. complete in place, per Square Foot $ 1$ , co $ =-k 2 i3S , o K4 100 SF Unanflcipated Concrete Sidewalk Removal, complete in place, per Square Foot $ Z. o� $ --2-00 c u 1. K5 i I 524 LF Reflective Pavement Marking Type I (W ) (CROSSWAU() (10' Wide). complete in place. per Linear Foot I $ as - o 0 $ i-2,1 100 , 00 TOTAL BASE BID PART K (Items K'1 through K5): $ '1),› .. C 2 -.1-K 00 PROPOSAL FORM Addendum #2 Attachment No. 1 PAGE 28 OF 40 STAPLES STREET, PHASE 2 - HOLLY TO.WILLIAMS (BOND 2008) PROJECT NO. 6496 PART!.: SIGNAUZATION IMPROVEMENTS (PHASE 2] TOTAL BASE BID PART L (Item Ll): $ 1 ci 0 Q OO , u 0 PROPOSAL FORM Addendum #2 Attachment No. 1 PAGE 29 OF 40 H III 1 IV y BID ITEM QTY S UNIT DESCRIPTION UNIT PRICE IN FIGURES B (QTY X UNIT PRICE IN FIGURES Li 1 LS Signalization Improvements. complete in place. per Lump Sum 1101 000 . CO $ L et 0 000: 00 TOTAL BASE BID PART L (Item Ll): $ 1 ci 0 Q OO , u 0 PROPOSAL FORM Addendum #2 Attachment No. 1 PAGE 29 OF 40 STAPLES STREET, PHASE 1 - SARATOGA TO HOLLY (BOND 2008) PROJECT NO. 6494 ADDmVE ALTERNATES (PHASE 1) A13DITIVE ALTERNATE NO, .1 1PHASE 1) BART M: JOINTED CONCRETE PAVEMENT (PHASE 1) fl III BID rTEM QTY &UNIT DESCRIPTION UNIT PRICE IN FIGURES BID (QTY X UNIT PRICE IN FIGURES M1 45.775 SY M2 521 GAL M3 . (91,550) SY t1l14 (45,775) SY M5 . 3475 SY M6 (42,300) SY M7 (42,300) SY M8 45,775 SY M9 42,300 SY M10 913 SY 6 -inch Cement Stabilized Caliche Base, complete 'in place, per Square Yard ▪ .` � 0 Prime Coat (0.15 GALISY), complete in place, per Gallon o DEDUCT: Geogrid, complete in place, per Square Yard o DEDUCT: 17" Crushed Limestone Flexible Base (Type A, Grade 1), complete in place, per Square Yard One Course Surface Treatment Underseal, complete in place, per Square Yard $ € .1 0 ▪ k $ ti. 0 $3c4 7, :L DEDUCT: 4" HMAC Pavement (Type B) Base Course, complete in place. per Square Yard $. 14, To DEDUCT: 2.5" HMAC Pavement (Type D) Surface Course, complete in place, per Square Yard 1" HMAC Pavement (Type D) Bond Breaker, complete in place, per Square Yard ($ 42.3 ? 0,3, 0 ) 10" Jointed Reinforced Concrete Pavement (Class P), complete in place, per Square Yard $-' -k.)0 Asphalt Pavement Repair (Type 2), complete in place, per Square Yard 00 00. 0 , L; TOTAL ADDITIVE ALTERNATE NO. 1 PART M (Items M1 through M10): $ 4 t 2- , °- , . c PROPOSAL FORM Addendum #2 Attachment No. 1 PAGE 30 OF 40 STAPLES STREET, PHASE 1 - SARATOGA TO HOLLY (BOND 2008) PROJECT NO. 6494 ACID 'IVE ALTERNATE NO. 2 (PHASE 1) FART N: R.T.A. BUS STOP PADS (5 EACH (PHASE 1 I II j III Ai . BID STEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES V I] (QTY X UNIT PRICE IN FIGURES Ni {400} SY DEDUCT: 17" Crushed Limestone Flexible ; a., $ - i • C 0 {$ c O Base (Type A, Grade 1), complete in place, per Square Yard N2 400 SY 12-5" Crushed Limestone Flexible Base (Type A, Grade 1), complete in place, - per Square Yard $ 5. $ p N3 (400) SY DEDUCT: 4" HMAC Pavement (Type B) , $ ' ' �- ($ C. ri O Base Course, complete in place, per Square Yard ld4 (400) DEDUCT:.2.5" HMAC Pavement (Type D) $ (l 0 . ($ p Surface Course, complete in place, per Square Yard 145 400 SY 1" HMAC Pavement (Type D) Bond Breaker, complete in place, per Square Yard $ : a c) — $ %. O Oa= OD 146 400 SY 10" .Jointed Reinforced Concrete Pavement (Class P), complete in place, per Square Yard $ . ' '`' 3 $ _ 31, g o o. ` a IV {1200} 20 SF DEDUCT: 4" Concrete Sidewalk and $ EA, OD {$ `� O ;� } Bicycle Path (Colored), complete in place, per Square Foot Ne 2025 SF 5" Concrete Pedestrian Landing (Colored) complete in place, per Square Foot $ € c> 0 $ I co . c, 0 TOTAL ADDITIVE ALTERNATE NO.2 PART N (Items 141 Through N8): $ . t S., 2- 0 . Q PROPOSAL FORM Addendum #2 Attachment No. 1 PAGE 31 OF 40 STAPLES STREET, PHASE 1 - SARATOGA TO HOLLY (BOND 2008) PROJECT NO. 6494 . ADDITIVE ALTERNATE NO. 3 (PHASE 1) PART P: ELECTRICAL CONDUIT FOR FUTURE M.I.S. (PHASE 1 1 II 111 IV ~� BID ITEM f DESCRIPTION UNIT PRICE IN FIGURES B (QTY X UNIT PRICE IN FIGURES LF 2" Dia.. PVC (Sch. 80) Electrical Conduit w/ Pull String for Future M.I.S., complete in place, per Linear Foot $ $ :} �+' . O:: P2 2 EA 2" Dia. PVC Cap,, complete in place, per Each $ 1, b c . $ > . C p P3 7 FA 24" x 36" x 18" Ground Box for M.I.S. Conduit, complete in place, per Each $ 4- $ 0 t '-'7.) D $ i 0, .1.`,00. . 00 TOTAL ADDITIVE ALTERNATE NO. 3 PART P (Items P1 through P3): $ I"? + , G PROPOSAL FORM Addendum #2 Attachment No. 1 PAGE 32 OF 40 STAPLES STREET, PHASE 2 e HOLLY TO WILLIAMS (BOND 2008) PROJECT NO. 6495 ADDITIVE ALTERNATES (PHASE 2) ADaDITIVE ALTERNATE NO. 4 (PHASE 2) RT Q: JOINTED CONCRETE PAVEMENT (PHASE 2 1 11 11II Iv BID ITEM QTY & UNIT UNIT PRICE IN DESCRIPTION FIGURES BD ',, (QTY X UNIT PRICE IN 01 23,351 SY 6-inch Cement Stabilized Caliche Base, complete in place, per Square Yard $ P ) ': y ID $ Q2 78 GAL Prime Coat (0.15 GAUSY), complete in place, per Gallon $ f . 0 o $ _. �; 0 03 (49,532) • SY DEDUCT: Geogrid, complete in place, ($ ( 3 j 4., ,(, 0) per Square Yard $ ? g 04 (23,435} SY DEDUCT: IT Crushed Limestone Flexile ($ - O `- 4 z , ' j) Base (Type A, Grade 1), complete in place. per Square. Yard • 05 618 SY One Course Surface Treatment Underseal, complete in place, per Square Yard $ 2.-.):3-0 $ (St 5 .C) - I (36 (.935) . SY DEDUCT: 4° HMAC Pavement (Type B) ($ 3 -'� 1, i 4-16 0 ) • Base Course, Square Ya dmplete in place, $ ' . ., { > per Ci7 (22,935) SY DEDUCT: 2.5" HMAC Pavement (Type 0) ($1 3 .c o: 0 0 ) Surface Course, complete in place, Square Yard per 08 23,351 SY 1" HMAC Pavement (Type D) Bond Breaker, complete in place, f Square Yard $- r $'1 `rte f +J a y-, .r n per 09 21,388 SY 10" Jointed Reinforced Concrete Pavement (Class P), complete in place, $ (4 O P Square Yard . $ 4 i . ,D `1 O O per 010 250 SY Asphalt Pavement Repair (Type 2). complete in place, per Square Yard $ 7 -0 , O 0 $ [ r 2 ;; O a ; 0 TOTAL ADDITIVE ALTERNATE NO. 4 PART Q (Items 01 through 010): s, + s- . PROPOSAL FORM Addendum tt2 Attachment No_ 1 PAGE 33 OF 40 STAPLES STREET, PHASE 2 - HOLLY TO WILLIAMS (BOND 2008) PROJECT NO. 6495 AODMVE ALTERNATE NO.5 (PHASE 2) PART R: R.T.A. BUS STOP PADS (4 EACH (PHASE 2 TOTAL ADDITIVE ALTERNATE NO. PART R (Items R1 through R8): $ , ? €, PROPOSAL FORM Addendum #2 Attachment No. 1 PAGE 34 OF 40 II j III IV V PRICE IN BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES (QTY X UNIT FIGURES) RI (320) SY DEDUCT: 17" Crushed Limestone Flexible , $ `_ 0 4,-) ($ Cx .uv. Base (Type A. Grade 1), complete in place, per Square Yard 320 SY 12.5" Crushed Limestone Flexible Base (Type A, Grade 1), complete in place, per Square Yard $ _ '} $ t. -i ? o . O _ R3 (320) SY DEDUCT: 4" HMAC Pavement (Type B) a .., $ `' ($ Base Course, complete in place, per Square Yard R4 (320) SY DEDUCT: 2.5" HMAC Pavement (type D) $ ! i ($ :c (! . - ., ) Surface Course, complete in place, per Square Yard R5 320 SY 1" HMAC Pavement (Type D) Bond Breaker, complete in place, per Square Yard $ �= 0 p $ ( : . R6 $20 SY 10" Jointed Reinforced Concrete Pavement (Class P), complete in place; per per Square Yard $ 73-1,0f:). $ . 2- (-- `- t- O R7 (960) SF DEDUCT: 4" Concrete Sidewalk and $ y 00 ($ " } -' Bicycle Path (Colored), complete in place. per Square Foot R8 1620 SF 5" Concrete Pedestrian Landing (Colored), complete in place, per Square Foot $ 4-. ;} o $ 4- 0. o TOTAL ADDITIVE ALTERNATE NO. PART R (Items R1 through R8): $ , ? €, PROPOSAL FORM Addendum #2 Attachment No. 1 PAGE 34 OF 40 STAPLES STREET, PHASE 2 - HOLLY TO WILLIAMS (BOND 2008) PROJECT NO. 6496 gpDiT1VE ALTERNATE NO. 6 (PHASE 21 T S: ELECTRICAL CONDUIT FOR FUTURE M.LS. (PHASE 2) ! 11 III _ IV BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES B (QTY X UNIT pR10E IN FIGURES S1 2647 LF 2" Dia. PVC (Sch. 80) Electrical Conduit wf Pull String for Future M.I.S., complete in place, per Linear Foot $ _ ' o -5' $ t S 2_c?.. w t) 52 100 LF Bore 3" Dia PVC (Sch. 80) Electrical Conduit Under Holly Road. complete in place, per Linear Foot $ t , 0 $ Z.1 Osp. 00 S3 6 EA . 24" x 36" x 18" Ground Box for M.I.S. Conduit, complete in place, per Each . 0 o., 0 o $ _ 4 ca : 0,' _ TOTAL ADDITIVE ALTERNATE N0.6 PART 5 (items S1 through S3): $ 2- r Cp - 9. Do ADDITIVE ALTERNATE NO. 7 (PHASE 1 & 2) • PROJECT COMPLETION (PHASE 1 8 2 _ ` 1 11 111 IV v BID ITEM QTY & UNIT DESCRIPTION _ - UNIT PRICE IN FIGURES BI (QTY X UNIT PRICE IN FIGURES) i- 11 1 LS Project Completion in 540 Calendar Days $ 4 0 000 .DD $ TOTAL ADDITIVE ALTERNATE NO.7 PART T (Item Ti): $ r } ' s Q43 0 • t PROPOSAL FORM Addendum #2 Attachment No. 1 -PAGE 35 OF 40 STAPLES STREET, PHASE 1 AND PHASE 2 - SARATOGA TO WILLIAMS (BOND 2008) PROJECT NO. 6494 AND 6495 BID SUMMARY TOTAL - BASE BID (PHASE 1): PART DESCRIPTION TOTALS Total Bid Bid Part A Items Al through A45 ---)-------i 131,90 $.1-1‘. 0 Total Bid Part B Items B1 through B50 • $ 97 cl 15,6,, ,,?0 SZfi 3/43./ RI 3. q Total Bid Part C Items C1 through C39 $ 4 i_ cp_1317,s`-l-c) s_Li..4,43 -2.crri. So Total Bid Part D items D1 through D33 (142. 53 32 00 ----_---,e Total Bid Part E Items El through E7 -) -• _ 3$ ‘')-zi -I-. cA 7, 1 co Total Bid Part F Item Fl $ 1%3 0 0 0; to 0 _ 1 -I 0 TOTAL BASE BID (PHASE 1) (Parts A, B, C, 0, E and F): TOTAL - BASE BID (PHASE 2): $ PART . DESCRIPTION 1 TOTALS Total Bid Part G Items GI through G42 ---)-------i 131,90 Total Bid Part H Items H1 through H36 • $ 97 cl 15,6,, ,,?0 Total Bid Part I Items 11 through 131 $ 4 i_ cp_1317,s`-l-c) Total Bid Part J Items Jl through J44 (142. 53 32 00 Total Bid Part K Items K1 through K5 . 1 ?.?- o2-4, o Total Bld Part L Item Ll _ 1 -I 0 TOTAL BASE BID (PHASE 2) (Parts G, H. 1, J, K.and L): TOTAL BASE BID (PHASE 1 + PHASE 2) (Parts A thru 14: PROPOSAL FORM Addendum #2 Attachment No. 1 PAGE 36 OF 40 $ 2.Y1,5-77, o it t 2z)V4-(= STAPLES STREET, PHASE 1 AND PHASE 2 - SARATOGA TO WILLIAMS (BOND 2008) PROJECT NO. 6494 AND 6495 TOI T'AL. ADDITIVE ALTERNATE NO. 1 (PHASE 1): D CRPT Total Bid Part NI Items MI through M10 TOTAL - ADDITIVE ALTERNATE NO. 2 (PHASE 1): • fn?� PART D R P 0 -• Total Bid Part.R Total Bid Part N Items N1 through 148 $ ti 4 o O $ 2- I 51.0, 00 TOTAL - ADDITIVE ALTERNATE NO. 3 (PHASE 1): Total Bid Part P Items P1 through P3 TOTAL - ADDITIVE ALTERNATE NO. 4 (PHASE 2): PART ESCRIPTION TOTAL Total Bid Part Q Items Q1 through Q10 TOTAL - ADDITIVE ALTERNATE NO. 5 (PHASE 2): TOTAL - ADDITIVE ALTERNATE NO. 6 (PHASE 2): �t PART • CRIP- • ` 1.111111RJEKr I Total Bid Part.R Items R1 through R8 ] $ ti 4 o O Items S1 through S3 TOTAL - ADDITIVE ALTERNATE NO. 6 (PHASE 2): �t PART 1 DESCRIPTION I TOTAL ] Total Bid Part S Items S1 through S3 $ . W.-% 0 TOTAL • ADDITIVE ALTERNATE NO. 7 (PHASE 1 & 2): PROPOSAL FORM Addendum #2 Attachment No_ 1 PAGE 37 OF 40 PART DESCRIPT 0 TOTAL I Total Bid Part T Item T1 $ I O cl p o o, o 0 PROPOSAL FORM Addendum #2 Attachment No_ 1 PAGE 37 OF 40 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract-documents relating to the work covered by hz s bid or bids, that he agrees to do the work, and that no representations made by the cue- ty are in any sense a warranty but are mere .estimates for the guidance of the c='1 tractor. 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 f .ithful performance of this contract and a Payment Bond (as required) to inmtre payment fckr all labor and materials. The bid bond attached to this proposal, in the amount of 5t o the highest amount bid, is to become the property . of the City of Corpus Christi in the eJTent the contract and bonds are not executed within the time above set forth as l cpidated damages tor the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation:, The apparent low "bidder s -,-a11, within five days of receipt of bids, submit to City Engineer,. in writing, the names armed addresses of MBE firms participating in the contract and a description of the work to bee performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared ira not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 720 calendar days from the date designated by a Work Order. No additional time will be allotted for env Additive Alternate. The undersigned further declares that he will provide all necessary tools arid apparatus, do all the work and furnish all the materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set tr. e-r h Rettipt of the tollowing aaciencla is acknowledged (addenda number): k 4' 2 (Seal - If Bidder is • a Corporation) NpTE: Do not detach bid from other papers. Fill in with ink and submit Respect tully.submitted Name: By: Address: Telephone: c1.0 (P.O. Box) (Street) 4,--��vus (city) (State) - Zip `•-s, )7r PROPOSAL FORM Addendum #2 (Revised August 2000) Attachment No. 1 PAGE 38 OF 40 PERFORMANCE BOND STATE OF TEXAS COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS:. BOND No. 929532446 That Berry Contracting LP dba Bay, Ltd. of the City of Corpus Christi , County of Nueces , and State of Texas , as principal ( "Principal "), and CONTINENTAL CASUALTY COMPANY , a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ( "Surety "), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ( "City" or "OWNER "), in the penal sum of FIFTEEN MILLION, EIGHTY -ONE THOUSAND, FOUR HUNDRED NINETY -FIVE AND 801100 U.S. Dollars ($15,081,495.80 U.S.) to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made, We, said Principal and Surety, bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: Conditions of this bond are such that, whereas, Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the 10TH of January , 2012, which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of: STAPLES STREET, PHASE 1 AND PHASE 2 SARATOGA TO WILLIAMS (BOND 2008) PROJECT NOS. 6494 AND 6495 (TOTAL BASE BID + AA #1, #2, #3, #4, #5, #6 & #7: $15,081,495.80) Now therefore, the condition of this obligation is such, that if said Principal shall faithfully perform said Agreement in accordance with the plans, specifications and contract documents, including any changes, extensions, or guarantees, • and including all and singular covenants, conditions, and agreements in and by said contract agreed and covenanted by Principal to be observed and performed, and according to the true intent and meaning of said Agreement hereto annexed, 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(OWNER), then this obligation shall be void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to 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_ (Rev. Date May 2011) Performance Bond Page 1 of 3 Provided further, that this bond is executed pursuant to Chapter 2253, Texas Government Code, as amended. Provided further, that if any legal action be filed, on this bond, venue shall He in Nueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent 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 Sections 3503.001 to 3503:005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original, this the 24TH day of JANUARY ,- 2012. PRINCIPAL SURETY BERRY CONTRACTING LP DBA BAY, LTD. CONTINENTAL CASUALTY COMPANY By: Title: `J 'E s 4-:, M y T `• �� ATTEST: 16',41/4, T--,77147(447K 0 Secretary Address: P.O. BOX 9908 CORPUS CHRISTI, TEXAS 78469 By: Attor r in -fact MAR LLEN MOORE Address: 5151 SAN FELIPE, SUITE 1800 HOUSTON, TEXAS 77056 Telephone: 713751376303 Fax: 713- 513 -6296 E- Mail :larry.schmidt @cnasurety.com Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: (Rev. Date May 2011) Performance Bond Page 2 of 3 Name: RANDAL M. LEE Agency: SWANTNER & GORDON INSURANCE AGENCY Address: 500 N. SHORELINE BLVD, SUITE 1200 (Physical Street Address) CORPUS CHRISTI, TEXAS 78401 (City) (State) (Zip) Telephone: 361- 883 -1711 E -Mail: =As-gins. corn Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Performance Bond must not be prior to date of contract. END (Rev. Date May 2011) Performance Bond Page 3 of 3 PAYMENT BOND STATE OF TEXAS COUNTY OF NUECES KNOW ALL BY THESE PRESENTS: BOND No. 929532446 That Berry Contracting, LP dba Bay, Ltd. of the City of Corpus Christi , County of Nueces and State of Texas , as principal ( "Principal "), and CONTINENTAL CASUALTY COMPANY , a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ( "Surety"), are held and firmly bound unto the City of Corpus Christi, a Horne Rule municipal corporation of Nueces County, Texas ( "City" or "OWNER "), and unto all Subcontractors, workers, laborers, mechanics and suppliers as their interests may appear, all of whom shall have a right to sue upon this bond in the penal sum of FIFTEEN MILLION, EIGHTY -ONE THOUSAND, FOUR HUNDRED NINETY -FIVE AND 801100 U.S. Dollars ($15,081,495.80 U.S.) to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made, We, said Principal and Surety, bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: Conditions of this bond are such that, whereas, Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the 10TH day of January, 2012 which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of: STAPLES STREET, PHASE 1 AND PHASE 2 SARATOGA TO WILLIAMS (BOND 2008) PROJECT NOS. 6494 AND 6495 (TOTAL BASE BID + AA #1, #2, #3, #4, #5, #6 & #7: $15,081,495.80) Now, therefore, the condition of this obligation is such, that if said Principal shall well and truly pay all Subcontractors, workers, laborers, mechanics and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, . supplies and materials done and furnished for the construction of improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to 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. (Rev. Date May 2011) Payment Bond Page 1 of 3 Provided further, that this bond is executed pursuant to Chapter 2253, Texas Government Code, as amended. Provided further, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent 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 Sections 3503.001 to 3503.005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in. 4 copies, each one of which shall be deemed an original, this the 24TH day of JANUARY , 2012. PRINCIPAL BERRY CONTRACTING LP DBA: BAY ,. LTD .. By: Title: A-- ATTEST: 1/166,:(2- Secretary SURETY CONTINENTAL CASUALTY COMPANY By: s _7 Attor - -fact MAR LEN MOORE Address: P.O. BOX 9908 CORPUS CHRISTI,. TEXAS 78469 Address: 5151 SAN FELIPE, SUITE 1800 HOUSTON, TEXAS 77056 Telephone: 713-513-6303 Fax: 713 -513 -6296 E- Mail: Larry, schmidt @cnasurety. com Rev. Date May 2011 Payment Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name: RANDAL M. LEE Agency: Address: Telephone: F'WANTTTFT? & COPDON INS[JRANCF A.GPN V 500 N. SHORELINE BLVD, SUITE 1200 (Physical Street Address) CORPUS CHRISTI, TEXAS 78401 (City) (State) (Zip) 361- 883 -1711 E -Mail: rml@s-gins.com Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by Iaw or by OWNER under applicable Iaw. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Payment Bond must not be prior to date of contract. END Rev. Date May 2011 Payment Bond Page 3 of 3 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN-FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies "), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint R M Lee, Mary Ellen Moore, Steve Addkison, Tami J Duncan, Cathleen Hayles, Individually of Corpus Christi, TX, their true and lawful Attorney(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be hereto affixed on this 24th day of January, 2011. Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Stathy Darcy enior Vice President State of Illinois, County of Cook, ss: On this 24th day of January, 2011, before me personally came Stathy Darcy to me known, who, being by me duly sworn, did depose and say: that she resides in the City of Glenview, State of Illinois; that she is a Senior Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that she knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. OFFICIAL SEAL 41ZAPRICE WOW Pli1LO • SUM OF LIMOS MY COMIMOONIOVIRELOWIT113 My Commission Expires September 17, 2013 .i..4Eliza Price CERTIFICATE Notary Public I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power' of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 4TH day of JANUARY , 2012 . Form F6853- 112011 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Mary A. Assistant Secretary Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article IX— Execution of Documents Section 3. Appointment of Attorney -in -Fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other - obligatory instruments of like nature. Such "attorneys -in -fact subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thererto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article VI- Execution of Documents Section 3 Appointment of Attorney -in -Fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President or the Board of Directors may at any time revoke all power and authority previously given to any attorney -in- fact" This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the I7`" day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article VIl- Execution of Documents Section 3. Appointment of Attorney -in -Fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto_ The Chairman of the Board of Directors, the President or any Executive, Senior Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 171" day of February, 1993. "RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Insurance Company may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature .of a Secretary or an Assistant Secretary and the seal of the Insurance Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Insurance Company. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Insurance Company." State of Texas Clain Notice Endorsement In accordance with Section 2253.021(1) of the Texas Govemment Code and Section 53.202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: CNA Surety 333 South Wabash Chicago, IL 60604 Telephone: (312) 822 -5000 You may also write b •CNA Surety at P.O. Box 1068, Houston, Texas 77251 -1088. You may cohts ntact the Texas Department of Insurance to obtain information on companies, coverages 1- 800 - 252-3439 You may also write the Texas Department of Insurance: P.O. Box 149104, Austin, Texas 78714-9104, or fax 512-475-1771. PREMIUM OF CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the company first If the dispute is not resolved you may contact the Texas Department of insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached documents. diSUPPLIER TO ASS � BY MY = PURCHASING DIVISION City of CoElits Christi CITY OF CORPUS CHRISTI DISCLOSIJRE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA ". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P.O BOX: c O O L STREET ADDRESS: E �' �'a h „ 9 a �: , ,CITY: ErFIRM IS: 1. Corporation 8 2. Partnership 4_ Association 5. Other 4` z1P: ;> 3. Sole Owner DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. I. State the names of each `employee" of the City of Corpus Christi having an `ownership interest" constituting 3% or more of the ownership in the above named "firm" Name Job Title and City Department (if known) 2. State the names of each "official" of the .City of Corpus Christi having an "ownership .interest" constituting 3% or more of the ownership in the above named "firm." 1 Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name IA Board, Commission or Committee 4. State the names of each- employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract t and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." sV J Name Consultant PROPOSAL FORM PAGE 39 0E 40 FILING REQUIREMENTS • If a person who requests official action on a matter knows that the requested action will confer an economie benefit on any City official or employee that is distinguishable faom the effect that the action wiilhave on members of the public in general or a substantial segment thereof you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the math, unless the interest of the City official or employee in the matter is apparent The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2 -349 (d)1 CERTWICATION I certify that all information provided is true and correct as of the date of this statement, that 1 have not knowingly withheld disclosure of any information requested; and that supplemental statements will be pro y submitted to the City of Corpus Christi, Texas as changes occur_ Certifying Person: .) o ,,, Title: L`�. s"-\- , r,, z-[-: r`s3 'Net 5 , (i 'p or tiiQt) Signature of Certifying Person: DEFINITIONS Date: a. "Board member." A member of any board, commission, or committee appointed by The City Council of the City of Corpus Christi, Texas. b. "Economic benefit'. An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d . `Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self - employed person, partnership, corporation, joint stock company, joint venture, receivership or Mist, and entities which for purposes of taxation are treated as nonprofit organizations. e. "Official." The Mayor, members of the City Cornell, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest" Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by. the City of Corpus Christi for the purpose of professional consultation and recommendation. . PROPOSAL FORM PAGE 40OF40 BERGPCI OP ID: BRNI AiC-400RCO' ,,.,,� CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYW) 01/24/12 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 361 -883 -1711 Swantner & Gordon Ins Agcy-CC gam- A Higginbotham Company 361 -844 -0101 PO Box 870 Corpus Christi, TX 78403 -0870 Randal M Lee CONTACT NAME: PHONE FAX INC. No. ) 361- 883 -1711 (A/C, No): 361- 844 -0101 E-MAIL DDRLSS: INSURER(S) AFFORDING COVERAGE NAIC a INSURER A: Ace American Insurance Co 22667 INSURED Berry Contracting, LP dba Bay, Ltd. P.O. Box 4858 Corpus Christi, TX 78469 -4858 INSURER B :Ace Property & Casualty Ins Co 20699 Illinois Union Insurance Co INSURER C : 2796{) INSURER 0: $ 1,000,000 INSURER E $ 100,000 INSURER F : CLAIMS -MADE COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUER VJVD POLICY NUMBER POLICY EFF (MMIDDIYYYY) POLICY EXP IMM!DD)YYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY HDOG25526545 05120111 05/20/12 EACH OCCURRENCE $ 1,000,000 PREM SEai a occur° nce) $ 100,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 10,000,000 GEN'L AGGREGATE LIMIT APPLIES POLICY I ^1 PRO PER: LOC PRODUCTS - COMPIOP AGG $ 5,000,000 $ A AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS — SCHEDULED AUTOS NON -OWNED AUTOS ISAH08634257 05/20/11 05/20!12 COMBINED SINGLE LIMIT (Ea accident} $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ B X UMBRELLA LIAR EXCESS L1AB )( OCCUR CLAIMS -MADE XOOG25908843 05120/11 05/20/12 EACH OCCURRENCE $ 25,000,000 AGGREGATE $ 25,000,000 DED 1 X 1 RETENTION $ 25,000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Yf N N N I A 4YLRC46AT224A • 05/20/11 05/20112 X WC STATU- TORY LIMITS OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 C Contractors Pollution CPYG24645332004 05/20/11 05/20/12 Pollution 25,000,000 Limit DESCRIPTION OF OPERATIONS/LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) See attached notepad for additional coverage information. CERTIFICATE HOLDER CANCELLATION CICO -CC City of Corpus Christi Engineering Services Attn: Contract Administrator PO Box 9277 'Corpus Christi, TX 78469 -9277 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE L�r/ ACORD 25 (2010/05) O 1988 -2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD NOTEPAD INSUREDS NAME Berry Contracting, LP General Liability: The General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written insured contract between the insured and certificate holder that requires such status. Additional Insured - Owners, Lessees or Contractors - Scheduled Person or Organization CG2010 10/01 and Additional Insured - Owners, Lessees or Contractors - Completed' Operations CG2037 10/01. The General Liability policy includes a blanket automatic waiver of subrogation endorsement hat provides this feature only when there is a written contract between the insured and certificate holder that requires it. Waiver of Transfer of Rights of Recovery Against Others To Us CG2404 05109. The General Liability policy includes - Non - Contributory Endorsement For Additional Insureds Form LD -20287 (06/06) as perwritten contract. Automobile: The Auto policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written insured contract between the insured and certificate holder that requires such status. Additional Insured - Designated Persons or Organizations DA -9U74 (12/94). The Auto policy includes a blanket automatic waiver of subrogation endorsement that rovides this feature only when there is a written contract between the insured and certificate holder that requires it. Waiver of Transfer of Rights of Recovery Against Others DA -13115 (12/02). BERGPCI OP ID: BRNI PAGE 2 DATE 01/24/12 Workers Compensation: The Workers Compensation policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. Waiver of Our Right to Recover From Others Endorsement WC000313 11/05 & Texas Waiver of Our Right to Recover From Others Endorsement WC420304A (1100). The Workers Compensation policy includes Longshore and Harbor Workers' Compensation Act Coverage Endorsement WC000106A 0492. The Workers Compensation _policy includes Outer Continental Shelf Lands Act Coverage Endorsement WC000109A 0492. The Workers Compensation policy includes Maritime Coverage Endorsement - Limits of Liability 81,000,000 Each Accident/Aggregate WC000201A 0492. NOTEPAD: HOLDER CODE CICO -CC NSURED'S NAME Berry Contracting, LP BERGPCI OP ID: BRNI PAGE 3 DATE 01/24/12 CERTIFICATE HOLDER: City of Corpus Christi Project: Staples Street, Phase 1 and Phase 2 Saratoga to Williams (Bond 200$) Project Nos. 6494 and 6495 The General Liability, Auto, and Workers Compensation policies includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium. General Liability: Notice To Others Endorsement - Schedule Notice y Insured's Representative ALL -32686 (01!11 ), Auto: Notice To Others Endorsement - Schedule Notice By Insured's Representative ALL -32686 (01/11). Workers Compensation: Notice To Others Endorsement - Schedule Notice by Insured's Representative WC 99 03 69 (01/11). Berry GP Inc. dba Bay, Ltd. POLICY NUMBER: HDO G25526545 Term: 05/20/11 to 05/20/12 END`['. #33 COMMERCIAL GENERAL LIABILITY GG20101001 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any Owner, Lessee or Contractor whom you have agreed to include as an additional . insured under a written contract, provided such contract was executed prior to the date of loss. City of Corpus Christi Engineering Services - Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section 1I — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional Insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. R. M. Lee Swantner & Gordon. Inns Agcy LLC CG 201 D 10 01 © ISO Properties, Inc., 2000 Page 1 of 1 El POLICY NUMBER: HDO G25526545 Berry GP Inc. dba Bay, Ltd.. Term: 05/20/11 to 05/20/12 ENDT. #29 COMMERCIAL GENERAL LIABILITY 00 20 37 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -- COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person or organization whom you have agreed to include as an additional insured under a written contract., provided such contract was executed prior to the data of loss. City of Corpus Christi, Engineering Services, Contract Administrator Location and Description of Completed Operations: p 0. Box 9277, Corpus Christi, TX 78 [MD] Per Contract Additional Premium: Included 469 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) Section II -- Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your wok at the location designated and described in the schedule of this en- dorsement performed for that insured and included in the "products- completed operations hazard." R. M. Lee Swantner & Gordon Ins Agcy LLC CG 20 3710 01 © ISO Properties, Inc., 2000 Pagel oft POLICY NUMBER: ISA 1-108634257 ENDT. #8 ADDITIONAL. INSURED — DESIGNATED PERSONS OR ORGANIZATIONS Named Insured Berry GP, Inc. dba Bay, Ltd. Endorsement Number 8 Policy Symbol ISA Policy Number H08634257 Policy Period 05/20/2011 to 05/20/2012 Issued By (Name of insurance Company) ACE American Insurance Company Effective Date of Endorsement 05/20/11 insert the pokey number. The reminder of the information is to be completed only when this endorsementls issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO POLICY TRUCKERS POLICY GARAGE POLICY Additional Insured (s): Any person or organization whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss. A. For a covered "auto," Who Is Insured is changed to include as an "insured," the persons or organizations named in this endorsement. However, these persons or organizations are an "insured" only for "bodily injury" or "property damage" resulting from acts or omissions of: 1. You. 2. Any of your employees or agents. 3. Any person operating a covered auto with permission from You, any of your employees or agents. B. The persons or organizations named in this endorsement are not liable for payment of your premium. City of Corpus Christi Engineering Services, Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469 DA -9U74 (12/94) Ptd. in U.S.A. 30 Authorized Agent R. M. Lee wani-nP.r & Gordon Ins. Agcy. LLC POLICY NUMBER: HDO 625526545 ENDT. #26 NOTICE TO OTHERS ENDORSEMENT — SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE Named insured Barry GP, Inc. dba. Bay, Ltd. Endorsement Number 26 Policy Symbol HID Policy Number I Policy Period G25526545 05/20/2011 to 05/20/2012 Issued By (Name of Insurance Company) ACE American Insurance Company Effective Date of Endorsement 05/20/11 Insert the policy number. The remainder of the information Is to be completed only when this endorsement is issued subseguent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. If we cancel the Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we wilt endeavor, as set out in this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the "Schedule') by allowing your representative to send such notice to such persons or organizations. This notice wilt be in addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. D_ We will only be responsible for sending such notice to your representative, and your representative will in turn send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. E. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of the Policy remain unchanged ALL-32686 (01/11) Page 1 of 1 POLICY NUMBER: ISA 1408634257 ENDT. #12 NOTICE TO OTHERS ENDORSEMENT - SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE Named Insured ]Berry GP, Inc. dba Bay, Ltd. Policy Symbol ISA Policy Number H08634257 Endorsement Number 12 Policy Period 05/20/2011 to 05/20/2012 issued By (Name of insurance Company) ACE American Insurance Company Effective Date of Endorsement Q5/20/11 Insert the policy number. The remainder of the information is to be completed onlywhen this endorsement is issued subsequent to the preeration of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. If we cancel the Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor, as set out in this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the "Schedule ") by allowing your representative to send such notice to such persons or organizations. This notice will be in addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legat obligation of any kind to any such person(s) or organization(s)_ The failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. D. We will only be responsible for sending such notice to your representative, and your representative will In turn send the notice to the persons or organizations listed in the Schedule at least 30 days 'prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule, or In causing your representative to provide the Schedule. E. This endorsement does not apply in the event that you cancel the Policy. , All other terms and conditions of Policy remain unchanged ALL -32686 (01111) Page 1 of 1 3705 Workers' Compensation and Employers' Liability Policy Named insured Bay, Ltd. BERRY GP, INC. y, 1414 VALERO WAY CORPUS CHRISTI TX 78409 Endorsement Number Policy Number Symbol: WLR Number: C4647224A Policy Period 05 -20 -2011 TO 05-20-2012 Effective Date of Endorsement 05 -20 -2011 Issued By (Name of insurance Company) ACE AMERICAN INSURANCE COMPANY insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. NOTICE TO OTHERS ENDORSEMENT — SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE A. If we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor, as set out in this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the "Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be in addition to our notice to you or the first Named insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. D. We will only be responsible for sending such notice to your representative, and your representative will in turn send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. E. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. 440)4 Authorized Representative WC 99 03 69 (01!11) Page 1 of 1 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 (1 0) cafe ,ndar da from date they 5 receive written work order and will complete same within ALE DAR 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