Loading...
Kyras File T H E • C 1 T Y • O F Coi'i'ui T � x A s � h o CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Freeport P Dividend Drive to West Bethel Road THE CITY OF COPPELL Bid No. Q-1218-01 Project ST15-01A ‘‘.‘ <$/-Z 1/19/2018 J. VOLKconsulting 830 Central Parkway East,Suite 300 I Plano,Texas 75074 972.201.3100(office)I 972.201 3099(fax) TBPE No.F11962 January 2018 TABLE OF CONTENTS Section 1 - Bidding Documents Notice to Bidders 1-1 Instructions to Bidders 1-3 Bid Form/Proposal/Bid Schedule 1-18 Prevailing Wage Rates 1-47 Bid Affidavit 1-48 Conflict of Interest 1-50 Section 2 - Contract Documents Standard Form of Agreement (Contract) 2-1 Certificate of Insurance 2-8 Instructions for Bonds 2-9 Performance Bond 2-10 Payment Bond 2-12 Maintenance Bond 2-14 For this project, the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord.#2006-1129), and Appendix 'C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord.#94-643) shall govern all work to be done, together with any additional Supplementary Conditions, Specific Project Requirements, General Notes, Description of Pay Items and/or Technical Specifications included herein. Section 3 - City of Coppell's Supplementary Conditions to the NCTCOG General Provisions Section 4 - Specific Project Requirements Section 5 - Description of Pay Items Section 6 - Technical Specifications City of Coppell Project Sign DWU Standard Specification Standard for Railroad Crossing Boards Railroad Swing Gate Hinges TXDOT Departmental Material Specifications TXDOT Special Specifications TXDOT Standard Specifications Electrical Specifications Underground Interconnect Requirements Multiple Conductor and Single Conductor Traffic Cable and Wire Power Service and Service Equipment/ General System Wiring Procedures Landscaping and Irrigation Specifications Stone Masonry Earthwork for Landscape Areas Non-Vehicular Concrete Paving Landscape Irrigation System Landscape Finish Grading for Landscape Areas Sodding Section 7 - Standard Forms Contractor's Application for Payment 7-1 Contractor's Lump Sum Worksheet 7-2 Contractor's Unit Price Worksheet 7-3 Contractor's Stored Materials Worksheet 7-4 Certificate of Substantial Completion 7-5 Work Change Directive 7-6 Change Order 7-7 Field Order 7-8 Section 8 - DART Railroad Crossing Documents Dallas Area Rapid Transit Agreement FWWR Contractor Training Information & Flagging Request Form Section 9 - Geotech Reports G151648R G151648-A Section 10 - Storm Inspection Report Section 11 - Addenda Addendum #1 Addendum #2 This page intentionally left blank. • • • • • • • • • • • • • • • SECTION 1 BIDDING DOCUMENTS T H E • C I T Y • O F COPPELL Y A' A 8 1 a 1-0 • • • • • • • • • • • • • • • • • • • • • This page intentionally left blank. t • • • • • • • • • • • • • • • • • • • NOTICE TO BIDDERS The City of Coppell is accepting bids for the construction of Freeport Parkway (Dividend Drive to West Bethel Road) (Project No. ST15-01A). The work shall consist of the installation of about 48,000 S.Y. of 11" concrete pavement; 300-ft span bridge crossing of Grapevine Creek, about 9,000 LF of 12", 16" and 20" water lines, about 5,000 LF of 8", 12" and 24" sanitary sewer mains, related drainage and utility improvements, the removal of existing pavement, and all appurtenant work necessary to complete construction of the project. Bidding documents, including Half-sized Construction Plans, Construction Specifications and Contract Documents, may be obtained for a non-refundable cost of $150.00 from the office of J. Volk Consulting, Inc at 830 Central Parkway East, Suite 300, Plano, Texas 75074; 972-201-3100 (carol.bush@jvolkconsulting.com). Office hours are 7:30 AM to 5:30 PM Monday through Thursday and 7:30 AM to 11:30 AM Friday. Digital copies of the bidding documents can be downloaded at www.BidSvnc.com. Bidding documents also may be examined free of charge at the offices of the City Engineer, City of Coppell, 265 Parkway Boulevard, Coppell, Texas. To ensure proper notification of Addendums, Bidders shall ensure they are a registered plan holder on the plan holder's list. Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of Freeport Parkway (Project No. ST15-01 A) will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, Coppell, Texas, until 2:00 p.m. on Thursday, December 7, 2017, and then publicly opened and read aloud. Each Bidder shall submit two identical copies of this bid with the City of Coppell Bid No. Q-1218-01 designated clearly on the exterior of the bid envelope. A Non-Mandatory Pre-Bid Conference has been scheduled for this project at the Coppell City Hall (255 E. Parkway Boulevard, Coppell TX 75019) at 2:00 p.m. on Thursday, November 30, 2017. Attendance at the Pre-Bid Conference is not mandatory but strongly encouraged. The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED. Bidders are expected to inspect the site of the work and to inform themselves regarding local conditions and conditions under which the work is to be done. Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 1-1 NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. (Note: This procedure may not be used, however, for materials which do not become a part of the finished product, such as, equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials (tangible personal property) in the space provided on the bid form. The successful bidder's bid form will be used to develop a separated contract and determine the extent of the tax exemption. • • • • • • • • • • • • • • • S 1-2 S • I BIDDING AND CONTRACT DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Defined Terms. Terms used in these Instructions to Bidders which are defined in the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition and the Supplementary Conditions of Agreement have the meanings assigned to them in these General Conditions. The term "Bidder" means one that submits a Bid directly to Owner, as distinct from a sub-bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible Bidder, as determined after review of calendar days, overall price, and qualifications, to whom the Owner (on the basis of the Owner's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form, the Construction Plans and Specifications, and the proposed Contract Documents (including all Addenda issued prior to receipt of bids). Specific defined terms are: Owner: Wherever the word "Owner" or "OWNER" is used in the specifications and Contract Documents, it shall be understood as referring to the City of Coppell, Texas. Engineer: Wherever the word "Engineer" or "ENGINEER" is used in the Specifications and Contract Documents, it shall be understood as referring to the City Engineer or his authorized representative, City of Coppell, P.O. Box 9478, Coppell, Texas 75019. Consulting Engineer: Wherever the word "Consulting Engineer" or "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, J. Volk Consulting, Inc. Inspector: The authorized representative of the City of Coppell assigned to observe and inspect any or all parts of the work and the materials to be used therein. 2. Scope of Work. This work shall consist of the reconstruction of approximately 6,800 LF of existing Freeport Parkway, from Dividend Drive to West Bethel Road. Freeport Parkway is currently a four-lane divided reinforced concrete roadway. Freeport Parkway shall be reconstructed as a four-lane divided roadway, comprised of a minimum 25-foot (b/c-to-b/c) concrete pavement section in each direction, and the construction of concrete trail (with ADA accessible ramps & roadway crossings) as indicated on the plans. This work will also include an approximate 300-foot long bridge crossing Grapevine Creek. Construction and/or installation of various storm drainage, water and sanitary sewer line improvements, signage, traffic signalization, pavement markings, foundations & conduit for roadway illumination, and other related 1-3 improvements within the project limits as shown on the plans are also included as • part of the scope of work. • This portion of Freeport Parkway is a heavily traveled arterial roadway through a • primarily industrial area between 1-635 to the south and West Bethel serving as a • connector for the residents of the City of Coppell to & from Sandy Lake Road to the • north, and Bethel Road to the south. Therefore, appropriate traffic control and construction sequencing must be considered and implemented throughout the project, as part of this scope of work, in order to maintain safe & effective: • a) Two-way traffic flow along every street at all times (unless shown • otherwise on the plans or directed otherwise by the Engineer); and b) Access to & from adjoining streets, neighborhoods & properties • (unless shown otherwise on the plans or directed otherwise by the • Engineer). The overall scope of work shall include all components necessary for the "turnkey" construction of the project as shown in the plans for the Freeport Parkway, Dividend Drive to West Bethel Road (Project No. ST15-01A). The Contractor for this project shall be responsible for coordinating with the residents regarding driveway access, mail/trash pickup (as applicable) and available street parking within the project (as applicable). 3. Copies of Bidding Documents. 3.1 Bidding documents, including Half-size Construction Plans, Construction Specifications and Contract Documents, may be obtained for a non-refundable cost of $150.00 from the office of J. Volk Consulting, Inc. 830 Central Parkway East, Suite 300, Plano, Texas 75074; 972-201-3100. Digital copies of the bidding documents can be downloaded at www.BidSync.com. Bidding documents also may be examined free of charge at the offices of the City Engineer, City of Coppell, • 265 Parkway Boulevard, Coppell, Texas. • • The following general requirements pertain to the Bidding Documents: • A) No bidding documents will be issued later than two (2) days prior to the bid • opening date. • B) After award of the Contract, the successful Bidder will be furnished two (2) • full-size sets and three (3) half-size sets of Contract Documents at no • charge. Additional sets will be furnished for an additional fee per set. • 3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City of • Coppell assumes no responsibility for errors or misinterpretations resulting from the • use of incomplete sets of Bidding Documents. No partial sets of plans, • specifications or proposal forms will be issued. • • • 1-4 • S a 3.3 The Owner, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant for any other use. 4. Minimum Qualifications of Bidders. The City will only consider Bidders who meet the Minimum Qualifications identified in this section. Should the City determine, at its sole discretion, that the Bidder does not meet these Minimum Qualifications, the City will disqualify the Bidder and their bid will be rejected as non-responsive. Experience performing projects of similar scope, quantities, and cost will be a primary consideration of meeting the minimum qualifications. The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. Bidders are subject to disqualification if they fail to provide evidence within the five day period. Confident bidders are strongly encouraged to have this evidence ready by Bid Opening. Submissions will be made to City Engineer, City of Coppell, 265 Parkway Boulevard, Coppell, Texas. The City reserves to right to conduct site/yard visits to the Bidders' place of business, yard sites or current project sites. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience. A list of all projects presently under construction by the bidder including approximate cost, project start date and estimated completion date shall be submitted upon request. B. Past Project Experience. A minimum of three (3) comparable projects in each category listed below meeting the following requirements shall be submitted. 1. Roadway Projects a. Completed within the previous five years b. Located in the Dallas-Fort Worth Metroplex c. Total Construction Cost for paving and drainage and related improvements of at least $4,000,000 d. Projects must be for divided arterial roadways with high traffic volumes e. Scope of work consisting of similar items and quantities including concrete paving and sidewalks, street lighting, storm drainage improvements, landscape and irrigation f. Project start date and completion date must be provided g. Copy of actual project schedule used during construction 2. Water and Sanitary Sewer Projects a. Completed within the previous five years b. Located in the Dallas-Fort Worth Metroplex 1-5 c. Total Construction Cost for water and sanitary sewer and related improvements of at least $1,500,000 d. Projects must include replacement of 16" to 24" water and sewer mains e. Scope of work consisting of similar items and quantities including PVC water mains, fittings, hydrants, valves, meters, PVC sewer mains, aerial sewer creek crossings, manholes and service connections f. Project start date and completion date must be provided g. Copy of actual project schedule used during construction 3. Bridge Projects a. Completed in the past five years b. Projects located in Texas c. Total Construction Cost for bridge improvements of at least $1,500,000 d. Projects must include phased removal of existing bridge and construction of new bridge while maintaining minimum two lanes open to traffic at all times e. Scope of work consisting of similar items and quantities f. Copy of actual project schedule used during construction 4. Traffic Signal and Lighting Projects a. Completed in the past five years b. Projects located in Texas flaw c. Total Construction Cost for traffic signal & lighting improvements of at • least $300,000 • d. Scope of work consisting of similar items and quantities • e. Copy of actual project schedule used during construction • • Note: Individual projects may be used for more than one category. However, the project cost for each project category must be greater than the minimum • costs listed above. For example, an arterial roadway reconstruction project • with paving related improvements of at least $4,000,000 which also included water and sewer replacement of at least $1,500,000 may be listed in both categories. • • C. Key Personnel Resumes. If requested, bidder shall provide resumes of • LOCAL personnel expected to oversee this project. Resumes shall be provided for executive and management team as well as on-site project • manager. 5 D. Work Performed by Subcontractor. Bidder shall submit all qualifications as required under this section for each subcontractor performing work • totaling more than 10% of the greatest amount bid. • I 1-6 I S E. Equipment Inventory. A list of equipment currently owned and leased which will be used on this project. The Bidder shall demonstrate that he has adequate equipment to complete this project, properly and expeditiously and shall state what additional equipment, if any, that he must rent/lease as may be required to complete this project. The City reserves the right to conduct equipment verifications. F. Financial Statement. Each Bidder shall be prepared to submit upon request of the Owner a financial statement prepared by an independent Certified Public Accountant with no evidence of threatening losses (current within the last six (6) months of bid date). This information will be used to confirm that the Bidder has suitable financial status to meet obligations incidental to performing the work. G. Proof that the bidder maintains a permanent place of business (must be submitted within five (5) days if requested). 5. Conflict of Interest. City Charter states that no officer or employee of the City shall have a financial interest (direct or indirect) in any contract with the City, nor shall be financially interested (directly or indirectly) in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1%) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. By submitting a bid, the Contractor represents that no employee or officer of the City has an interest in the Contractor. 6. Examination of Contract Documents and Site. 6.1 Access to the site shall be from 1-635, Dividend Drive, West Bethel Road or Freeport Parkway. It shall be the Contractor's responsibility before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, without additional cost to the OWNER. 1-7 • • • • 6.2 Information and data reflected in the Contract Documents with respect to • Underground Facilities at or contiguous to the site is based upon information and • data furnished to the Owner by Owners of such underground Facilities or others, and the Owner does not assume responsibility for the accuracy or completeness • thereof. All existing structures, improvements, and utilities shall be adequately • protected, at the expense of the Contractor, from damage that might otherwise • occur due to construction operations. Where construction comes in close proximity to existing structures or utilities, or if it becomes necessary to move services, poles, • guy wires, pipe lines, or other obstructions, it shall be the Contractor's responsibility • to notify and cooperate with the utility or structure owner. The utility lines and other existing structures shown on the plans are for information only and are not guaranteed by the City to be complete or accurate as to location and/or depth. It • shall be the Contractor's responsibility to verify locations and depths sufficiently in • advance of construction such that necessary adjustments may be made to allow for the proper installation of proposed improvements as indicated in the plans. The • Contractor shall be liable for damage to any utilities resulting from the construction • of this project. • 6.3 All work shall be completed in accordance with the recommendations of the 7 geotechnical study performed by Alpha Testing dated February 24, 2017; Report No. G15648-REVISED and its Addendum, G15648-A. 6.4 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. r 6.5 On request in advance, the Owner will provide each Bidder access to the site to • conduct explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former conditions, according to the City standards, upon completion of such explorations. • • 6.6 The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing • the Work, are identified in the Contract documents. • 6.7 The submission of a Bid will constitute an incontrovertible representation by Bidder • that Bidder has complied with every requirement of this Article 6, that without • exception the Bid is premised upon performing and furnishing the work required by the Contract Documents and such means, methods, techniques, sequences or • procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to • indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. • 1-8 • I 7. Interpretations and addenda. 7.1 All questions about the meaning or intent of the Contract Documents are to be directed to the Purchasing Agent. Interpretations or clarifications considered necessary by the Purchasing Agent in response to such questions will be issued by Addenda mailed or delivered to all bidders recorded as having received the Bidding Documents. Questions received less than two days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Each Bidder shall acknowledge on the bid proposal that all Addenda issued have been received. 7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the Owner. 8. Intentionally Omitted. 9. Substitute or "Or-Equal" Items. The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. No substitutions should be considered during the bidding process. 10. Subcontractors, Suppliers, and Others. 10.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or organizations to be submitted to the Owner in advance of the specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within seven (7) days after the request submit to the Owner a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is requested. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, supplier, person or organization if requested by the Owner. If the Owner, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, Owner may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's Bid price may be increased (or decreased) by the difference in cost occasioned by such substitution, and the 1-9 • • • • Owner may consider such price adjustment in evaluating Bids and making the • contract award. • If the apparent Successful Bidder declines to make any such substitution, the • Owner may award the contract to the next lowest Bidder that proposes to use • acceptable Subcontractors, Suppliers, other persons and organizations. The • declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder. • • 10.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. • • 11. Bid Proposal. 11.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in Item 15 of these Instructions to Bidders. The blank spaces in the Bid Form shall be filled in for each item for which a quantity is given and the Bidder shall state the price for which he proposes to do each item of work. All blanks on the bid form must be completed in ink or typed. No substitutions, revisions, or omissions from the plans and/or specifications will be accepted unless authorized in writing by the Owner. 11.2 Electronic Bids. Bidders may not use their own computer generated bid forms. Bidders must use the bid form provided in the bidding documents. An electronic version of the Bid Proposal in Excel format has been provided on BidSync. Use of this form shall be at the Bidder's risk. Any modifications by Bidder to the content w. of the bid form (other than unit prices and other information required to complete • the bid) may result in rejection of bid. • 11.3 The legal status of the Bidder, that is, as a corporation, partnership, or individual, • must be stated on the Bid Form. • A corporation Bidder must name the state in which the organization is chartered. • Bids which are signed for a corporation shall have the correct corporate name 110 thereof, its post office address, and the signature of the president or other • authorized officer of the corporation, manually written below the corporate name in the following manner: "By (name) - (corporate title) ." I If the bid is made by a firm or partnership, the name and post office address of the • managing member of the firm or partnership shall be given or the bid may be signed by an attorney-in-fact. If signed by an attorney-in-fact, there shall be • attached to the bid a power of attorney evidencing authority to sign the bid, • executed by the members of the firm or partners. • If the bid is made by an individual, his post office address shall be given. Bids which are not signed by the individuals making them shall have attached thereto a 1-10 power of attorney evidencing authority to sign the bid in the name of the person for whom it is signed. 12. Provision Concerning Escalator Clauses. Bids containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of materials, labor, or other items required for this project, may be rejected and returned to the Bidder without being considered. 13. Estimates of Quantities. The quantities listed in the Bid Form will be considered as approximate and will be used for the comparison of bids, unless stated otherwise in the description of pay items. Payments will be made to the Contractor only for the actual quantities of work performed or materials furnished in accordance with the contract. The quantity of work to be done and the materials may be increased or decreased as provided for in the Contract Documents. If an item is noted as a "Plans Quantity" then only the quantity shown in the unit bid price schedule will be paid. 14. Submission of Bids. Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, Coppell, Texas 75019 until, 2:00 p.m. on Thursday, December 7, 2017, and then publicly opened and read aloud. Two identical copies of the bid enclosed in an opaque sealed envelope and marked with the Project title, City of Coppell Bid No. Q-1218-01 and the name and address of the Bidder shall be submitted. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED Construction of: Freeport Parkway (Project No. ST15-01A) on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas. Bid submission shall include Bid Form, Bid Affidavit, Bid Bond and Conflict of Interest Form. 15. Modification and Withdrawal of Bids. 15.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 15.2 If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed written notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further bidding on the work. 1-11 • • • • 16. Rejection of Bids. Bids may be rejected if they show alterations of form, additions not called for, conditional bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to waive any irregularities in the bids as received and to reject any and all bids without qualification(s). More than one bid from an individual, firm or partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that a Bidder is interested in more than one such bid may cause the rejection of all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced (as determined by Owner) may be rejected. Bids submitted without a Proposal Guaranty, per NCTCOG's Item 102.5 of the Standard Specifications for Public works will be rejected. Bids with more than 800 Calendar Days for the time of completion will be rejected. 17. Bids to Remain Subject to Acceptance. All Bids will remain subject to acceptance for ninety (90) calendar days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date. 18. Contract Time. 18.1 The time of completion of the project will be set through the bidding technique used in the Proposal Form. A more detailed explanation of the bidding technique and completion time is given in Item 1.6 of the Specific Project Requirements (Section 4). Completion time will be a significant factor in the awarding of a contract for this • project. • 18.2 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall • submit a detailed Progress and Schedule chart to the Owner for approval. • • 18.3 Extension of the contract time shall be based on a Change Order or written amendment as specified in Item 108.8 of the General Provisions. • • • 19. Award of Contract. • 19.1 For the purpose of award, each bid submitted shall consist of: • • Base Bid (A) = The correct summation of the products of the estimated quantities shown in the proposal, multiplied by their bid unit prices. • i Time Bid (B) = (CD x Daily Value) = the product of the total number of calendar . days (CD) provided by the Contractor and the Daily Value established by the Owner. • • For the purposes of this Contract, the Daily Value is $1,500.00. 1-12 I I The lowest evaluated bid (Total Bid) will be determined by the Owner as the lowest sum of the Base Bid (A) plus the Time Bid (B) according to the following formula: Total Bid = Base Bid (A) + Time Bid (B) Time Bid (B) from the preceding formula will not be used to determine the final payment to the Contractor. All payments will be based on actual quantities and bid unit prices. The Owner desires to expedite construction on this contract to minimize the inconvenience to the traveling public and to reduce the time of construction. In order to achieve this, an incentive/liquidated damages provision is established for this contract. The total incentive payment shall not exceed $700,000.00. A more detailed explanation of the incentive/liquidated damages provision is given in Item 20 (below). A bid with more than 800 calendar days will be considered non- responsive and will be rejected. 19.2 The Owner reserves the right to reject any and all Bids, to waive any and all formalities except for the time of submission of the Bid and to negotiate contract terms with the Successful Bidder. The Owner also reserves the right to reject all nonconforming, non-responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject the Bid of any Bidder if the Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 19.3 In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data, as may be requested in the Bid form or prior to the Notice of Award. Time of completion will be a consideration in the award of the bid. 19.4 The Owner may consider the qualifications and experience of any Subcontractors, Suppliers, or other persons or organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as requested by the Owner. The Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 19.5 The Owner may conduct such investigations as the Owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial stability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to the Owner's satisfaction within the prescribed time. 1-13 19.6 If contract is to be awarded, it will be awarded to the lowest and best qualified • Bidder whose evaluation by the Owner indicates to the Owner that the award will be in the best interests of the Project. • • 19.7 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice • of Award within ninety (90) calendar days after the date of the Bid opening. • • 20. Incentive/Liquidated damages. Ali The Owner desires to expedite construction on this contract to minimize the inconvenience to the traveling public and to reduce the time of construction. In order to achieve this, an incentive/liquidated damages provision is established for this contract. The total incentive payment shall not exceed the amount listed below. However, there shall be no maximum liquidated damages. 20.1 Time of Completion. The maximum time of completion that will be allowed for the construction of Freeport Parkway is 800 calendar days. A contract time bid of more than 800 days will be considered nonresponsive and, therefore, rejected. 20.2 Liquidated Damages. Failure to complete the milestones listed below within the established number of calendar days, plus any additional calendar days granted, will result in liquidated damages being assessed for every calendar • day in excess of the stated number. • 20.3 Credit for Completion of Work Ahead of Time. Should the Contractor complete the Milestone under the number of calendar days specified in the • contract, a credit in the amount of the incentive per calendar day (equal to the • liquidated damage rate) for the number of calendar days under the number • stipulated in the proposal, plus any additional calendar days that may be granted. This credit will be added to the money due or to become due the • Contractor under the contract. 20.4 Milestone Completion. Milestone completion is defined as occurring when • traffic is following the lane arrangement described below and/or the final lane configuration. All pavement construction, resurfacing, traffic control and safety devices and pavement markings shall be in their final position (or as • called for in the plans for the specified phase of work) at this time. a The milestones for this project are shown in the following table. • Calendar • No. Milestone Location Starts Ends Days 1 Paving Dividend to First contract When lanes are 350 • improvements on West Bethel calendar day open and two-way • east (northbound) traffic shifted from lanes and east side west side lanes to • of bridge complete. east side lanes 2 Paving Dividend to Completion of When two lanes in 100 improvements Airline Drive Milestone 1 each direction are • complete open to traffic 1-14 3 Substantial Project Completion of When two lanes in 250 completion - paving Milestone 2 each direction are improvements open to traffic complete 4 Contract completion Project First contract Contract 800 calendar day Completion 20.5 Substantial Completion. Substantial Completion (Milestone 3) will be defined as occurring when two lanes of traffic are open in each direction. Additionally, all work shown in the plans and required under the contract shall be complete except for the following: • Median landscape and irrigation • Restoration of parkways (landscape and irrigation). 20.6 Contract Completion. Contract Completion (Milestone 4) will be defined as occurring when all work shown in the plans and required under the contract has been completed. Liquidated damages of $1,500 per calendar day shall also apply for any work that exceeds the total number of contract calendar days ("Original Contract Time" plus any additional days granted by change order). There is no maximum for liquidated damages. Additional provisions for the incentive/liquidated damages are set forth in Item 1.6 of the Specific Project Requirements (Section 4). 20.7 Maximum Incentive. The maximum incentive available is $700,000. 21. Execution of Agreement. Within fifteen (15) days after written notification of award of the contract, the Successful Bidder shall execute and furnish to the Owner three (3) original signed contracts and a Certificate of Insurance. 22. Affidavit of Bills Paid. Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the project construction have been paid in full, and that there are no claims pending. 23. Bid Compliance. Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor work any illegal alien. 24. Notice to Proceed. Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the Contractor requesting that he proceed with the construction. The Calendar day 1-15 • • • • count for the project shall commence within ten (10) calendar days after the date of • the Notice to Proceed or when the contractor begins work, whichever occurs first. • • 25. Sales Tax. • The bidder shall not include or provide for sales tax on tangible personal property to • be incorporated into the project. In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials to be incorporated into the contract (tangible personal property) in the space provided on the bid form. The successful bidders bid form will be used to develop a separated contract and will determine the extent of the tax exemption. Upon execution of the construction contract, the successful bidder shall provide a per item breakdown of: a) materials incorporated into the project; and b) labor, equipment, supervision and materials not incorporated into the project. 26. Silence of Specification. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of • these specifications shall be made on the basis of this statement by Owner or their authorized representative. • • 27. Change Orders. • No oral statement of any person shall modify or otherwise change, or affect the • terms, conditions or specifications stated in the resulting Contract. All change • orders to the Contract will be made in writing by the Owner using the Change Order • Form included in the Appendix. • 28. Assignment. • The Successful Bidder shall not sell, assign, transfer or convey this Contract, in • whole or in part, without the prior written consent of Owner. • 29. Venue. • • This agreement will be governed and construed according to the laws of the State • of Texas. This agreement is performable in Dallas County, Texas. •• • 1 • -16 a a a 30. Maintenance Bond. The Contractor shall provide a two-year Maintenance Bond in the amount of 50% of the value of the work at the completion of the project. The bond must be provided prior to final payment by the City. 31. Testing Requirements. The Owner shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of retests or re-inspections. The Contractor shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the Contractor of all reports and laboratory test results. Testing by the City does not alleviate the contractor's responsibility for his own quality assurance/quality control testing. Contractor shall replace any deficient construction items at his own expense. This does not include testing to be performed under Bid Item for "Density Testing of Existing Backfill". 32. Overtime. Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy-two hours advance-notice is required. All overtime incurred by the City for inspection services and any overtime incurred by the testing laboratory shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments. The pay rate for Inspector overtime charges will be $54 / hr. 33. Overnight Work. Contractor shall be permitted to perform work overnight for certain elements of construction including bridge work, utility crossings, storm drain repairs, utility connections, concrete paving and other elements as deemed acceptable by the City and its ordinances. Overnight work may include complete closure of Freeport Parkway between 10:00 p.m. and 6:00 a.m. Each overnight closure will require a request to the City at least 7 days in advance, along with a traffic control plan, detour plan and work zone lighting plan. Notice time will reset if weather impacts a planned closure. All overnight cost incurred by the City for inspection services and any overnight cost incurred by the testing laboratory shall be paid by the Contractor. The pay rate for overnight inspection charges will be $54 / hr. 34. Payment. Contractor shall submit Applications for Payment in accordance with Item 109.5 of the General Provisions. Applications for Payment will be processed by Engineer as provided in the General Provisions. Application for Payment shall be prepared using the form included in the Appendix. 1-17 • • • • 35. Documentation of Existing Conditions. Contractor must prepare a video and provide a copy to City of existing conditions within entire work area prior to the start of construction. Refer to Bid Item for "Pre- Project Video Survey" for additional information. 1111 36. Bid Security. • Contractor must submit a bid security in the amount of five (5%) percent of the • amount of the maximum total bid as a guarantee that the Bidder will promptly enter • into a Contract and execute a Performance, Payment and Maintenance Bonds on • the forms included in the Contract Documents if awarded the contract. • Acceptable Bid Security are: • a) Certified or cashier's check made payable to the Owner. • b) An approved Bidder's Bond underwritten by a surety named in the current list of "Surety Companies Acceptable on Federal Bonds" as published in the • Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Department. 37. Bonds Performance, Payment and Maintenance Bonds are required for this project and shall be provided in accordance with the General Conditions. O • • • • • • • • • • • S I I 1-18 111 I I BID FORM PROJECT IDENTIFICATION: Freeport Parkway (Dividend Drive to West Bethel Road) Project No, ST15-01A Coppell, Texas BID OF - TCI C� _� t 11✓lt crm,skr, C` DATE 1.7-11 1 f (NAME OF FIRM) THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER) do Purchasing Agent 255 Parkway Boulevard P.O. 9478 Coppell, Texas 75019 CITY OF COPPELL BID NO: Q-1218-01 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): No: Date: ( , 7 Rec'd: • • • • 1-19 • • • • (b) BIDDER has familiarized itself with the nature and extent of the Contract • Documents, Work, site, locality, and all local conditions and Laws and • Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has studied carefully all reports of exploration and tests of subsurface conditions contained in the contract documents and which have been used in preparation of the contract documents. CONTRACTOR may • rely upon the accuracy of the technical data contained in such reports, but • not upon nontechnical data, interpretations or opinions contained therein or 011 for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in • accordance with the other terms and conditions of the Contract Documents; • and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such r purposes. (e) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground • Facilities at or contiguous to the site and assumes responsibility for the • accurate location of said Underground Facilities. No additional • examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be 1111 required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. I I I 1-20 I a (f) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. (g) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. (h) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. (i) It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. (j) It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for otherwise in the Contract Documents. 4. BIDDER understands that the work for each street will be completed in multiple phases. Plans for phasing or move-ins by utility and paving contractors will require approval by the Engineer. It is understood and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. It is understood that time of completion will be a consideration in the award of the bid. 5. It is understood and agreed that the contractor's experience in this type of work will be a strong consideration in the award of the bid. 6. It is strongly recommended that each BIDDER visit the site prior to submitting a bid. Construction constraints exist, including heavy traffic volume along the roadway and accessibility requirements to & from adjacent streets, neighborhoods and properties, which could affect productivity. 7. BIDDER will complete the Work for the following price(s): 1-21 This page intentionally left blank. a a a a • a I a a a a FREEPORT PARKWAY RECONSTRUCTION (ST15-01 A) UNIT PRICE BID SCHEDULE BASE BID(A) Item Bid Unit Description and Unit Price in Words Unit Price Total Price No. Quantity MOBILIZATION C-1 1 LS SEVEN HUNDRED NINETY THOUSAND DOLLARS and NO CENTS per LUMP SUM $ 790,000.00 $ 790,000.00 PROJECT SIGN C-2 2 EA ONE THOUSAND DOLLARS and NO CENTS per EACH $ 1,000.00 $ 2,000.00 PROJECT COMMUNICATION C-3 1 LS TWENTY THOUSAND FIVE HUNDRED DOLLARS and NO CENTS per LUMP SUM $ 20,500.00 $ 20,500.00 PRE-PROJECT VIDEO SURVEY C-4 1 EA FOUR THOUSAND THREE HUNDRED DOLLARS and NO CENTS per EACH $ 4,300.00 $ 4,300.00 FURNISH, INSTALL, MAINTAIN AND REMOVE EROSION CONTROL DEVICES C-5 1 LS ONE HUNDRED THOUSAND DOLLARS and NO CENTS per LUMP SUM $ 100,000.00 $ 100,000.00 FURNISH, INSTALL AND MAINTAIN TEMPORARY TRAFFIC CONTROL DEVICES&DETOURS C-6 1 LS THREE HUNDRED NINETY THOUSAND DOLLARS and NO CENTS per LUMP SUM $ 390,000.00 $ 390,000.00 RIGHT-OF-WAY PREPARATION C-7 67 STA TWENTY TWO THOUSAND FIVE HUNDRED DOLLARS and NO CENTS per STATION $ 22,500.00 $ 1,507,500.00 REMOVE&DISPOSE OF EXISTING CONCRETE PAVEMENT C-8 44697 SY FOUR DOLLARS and FIFTEEN CENTS per SQUARE YARD $ 4.15 $ 185,492.55 REMOVE&DISPOSE OF EXISTING ASPHALT PAVEMENT C-9 20 SY THIRTY ONE DOLLARS and NO CENTS per SQUARE YARD $ 31.00 $ 620.00 REMOVE& DISPOSE OF STREET LIGHT C-10 11 EA FOUR HUNDRED TEN DOLLARS and NO CENTS per EACH $ 410.00 $ 4,510.00 Bid Schedule-Rebid 1-22 • FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) • UNIT PRICE BID SCHEDULE • BASE BID(A) • Item Q entity id • Unit Description and Unit Price in Words Unit Price Total Price No. • UNCLASSIFIED EXCAVATION • C-11 26000 CY EIGHTEEN DOLLARS • and SEVENTY FIVE CENTS per CUBIC YARD $ 18.75 $ 487,500.00 • CITY MONUMENT • C-12 1 EA FIFTY THOUSAND DOLLARS • and NO CENTS per EACH $ 50,000.00 $ 50,000.00 • SANITARY SEWER MAIN/MANHOLE CLEANING 0 C-13 4910 LF FIVE DOLLARS • and NO CENTS per LINEAR FOOT $ 5.00 $ 24,550.00 • SANITARY SEWER MANHOLE REHABILITATION • (RAVENSEAL COATING) C-14 12 EA EIGHT THOUSAND EIGHT HUNDRED DOLLARS • and NO CENTS per EACH $ 8,800.00 $ 105,600.00 • SANITARY SEWER MANHOLE REHABILITATION • (CONE REPLACEMENT) C-15 12 EA TWO THOUSAND ONE HUNDRED FIFTY DOLLARS and NO CENTS per EACH $ 2,150.00 $ 25,800.00 REMOVE EXISTING SANITARY SEWER PIPE C-16 420 LF TWENTY EIGHT DOLLARS and NO CENTS per LINEAR FOOT $ 28.00 $ 11,760.00 ABANDON EXISTING SANITARY SEWER MANHOLE C-17 1 EA ONE THOUSAND EIGHT HUNDRED SEVENTY FIVE DOLLARS and NO CENTS per EACH $ 1,875.00 $ 1,875.00 • REMOVE EXISTING SANITARY SEWER MANHOLE • C-18 7 EA ONE THOUSAND ONE HUNDRED TWENTY DOLLARS • and NO CENTS per EACH $ 1,120.00 $ 7,840.00 411 CONNECT TO EXISTING SANITARY SEWER PIPE • C-19 7 EA ONE THOUSAND SEVENTY FIVE DOLLARS • and NO CENTS per EACH $ 1,075.00 $ 7,525.00 6" PVC SDR-26 SANITARY SEWER PIPE a C-20 24 LF ONE HUNDRED TWENTY EIGHT DOLLARS a and NO CENTS per LINEAR FOOT $ 128.00 $ 3,072.00 • S a a a Bid Schedule-Rebid 1-23 III FREEPORT PARKWAY RECONSTRUCTION (ST15-01 A) UNIT PRICE BID SCHEDULE BASE BID(A) Item Bid No. Quantity Unit Description and Unit Price in Words Unit Price Total Price 8" PVC SDR-26 SANITARY SEWER PIPE C-21 10 LF ONE HUNDRED THIRTY DOLLARS and NO CENTS per LINEAR FOOT $ 130.00 $ 1,300.00 10" PVC SDR-26 SANITARY SEWER PIPE C-22 0 LF NO BID per LINEAR FOOT $ - $ 12" PVC SDR-26 SANITARY SEWER PIPE C-23 708 LF SIXTY TWO DOLLARS and NO CENTS per LINEAR FOOT $ 62.00 $ 43,896.00 15" PVC SDR-26 SANITARY SEWER PIPE C-24 87 LF SEVENTY ONE DOLLARS and NO CENTS per LINEAR FOOT $ 71.00 $ 6,177.00 18" PVC PS-115 SANITARY SEWER PIPE C-25 0 LF NO BID per LINEAR FOOT $ - $ 24" PVC PS-115 SANITARY SEWER PIPE C-26 844 LF ONE HUNDRED ONE DOLLARS and NO CENTS per LINEAR FOOT $ 101.00 $ 85,244.00 4' DIAMETER STANDARD SANITARY SEWER MANHOLE C-27 3 EA SIX THOUSAND ONE HUNDRED DOLLARS and NO CENTS per EACH $ 6,100.00 $ 18,300.00 5' DIAMETER STANDARD SANITARY SEWER MANHOLE C-28 8 EA SEVEN THOUSAND EIGHT HUNDRED DOLLARS and NO CENTS per EACH $ 7,800.00 $ 62,400.00 5' DIAMETER DROP SANITARY SEWER MANHOLE C-29 1 EA NINE THOUSAND DOLLARS and NO CENTS per EACH $ 9,000.00 $ 9,000.00 12"BORE AND STEEL ENCASEMENT FOR SANITARY SEWER PIPE C-30 0 LF NO BID per LINEAR FOOT $ - $ Bid Schedule-Rebid 1-24 • FREEPORT PARKWAY RECONSTRUCTION (ST15-01 A) • UNIT PRICE BID SCHEDULE • BASE BID (A) • Item Quantity id • Unit Description and Unit Price in Words Unit Price Total Price No. 0 15" PVC ENCASEMENT FOR SANITARY SEWER PIPE • C-31 0 LF NO BID • per LINEAR FOOT $ - $ - • 21" PVC ENCASEMENT FOR SANITARY SEWER PIPE • C-32 40 LF FORTY SIX DOLLARS and FIFTY CENTS per LINEAR FOOT $ 46.50 $ 1,860.00 24" PVC ENCASEMENT FOR SANITARY SEWER PIPE C-33 0 LF NO BID per LINEAR FOOT $ - $ - CONCRETE ENCASEMENT FOR SANITARY SEWER C-34 40 LF THIRTY THREE DOLLARS and NO CENTS per LINEAR FOOT $ 33.00 $ 1,320.00 CEMENT STABILIZED BACKFILL FOR SANITARY SEWER C-35 55 LF TWENTY SEVEN DOLLARS and FIFTY CENTS per LINEAR FOOT $ 27.50 $ 1,512.50 18" DRILLED SHAFT PIER AND CAP FOR AERIAL • SEWER CROSSING C-36 6 EA THREE THOUSAND TWO HUNDRED DOLLARS • and NO CENTS per EACH $ 3,200.00 $ 19,200.00 • ADDITIONAL DEPTH FOR AERIAL SEWER • CROSSING PIERS C-37 30 LF EIGHTY NINE DOLLARS • and NO CENTS per LINEAR FOOT $ 89.00 $ 2,670.00 • 20" STRUCTURAL STEEL CASING FOR AERIAL • SEWER CROSSING C-38 258 LF ONE HUNDRED SEVENTY SEVEN DOLLARS • and NO CENTS per LINEAR FOOT $ 177.00 $ 45,666.00 0 TRENCH SAFETY FOR SANITARY SEWER • IMPROVEMENTS (UP TO 22-FEET) C-39 1673 LF ONE DOLLAR • and NO CENTS per LINEAR FOOT $ 1.00 $ 1,673.00 • ABANDON EXISTING 1"WATER LINE (IN PLACE) 0 C-40 0 LF NO BID • per LINEAR FOOT $ - $ - 5 IP a S 6 Bid Schedule-Rebid 1-25 5 FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID(A) Item Bid No. Quantity Unit Description and Unit Price in Words Unit Price Total Price ABANDON EXISTING 2"WATER LINE (IN PLACE) C-41 0 LF NO BID per LINEAR FOOT $ - $ ABANDON EXISTING 6"WATER LINE (IN PLACE) C-42 0 LF NO BID per LINEAR FOOT $ - $ ABANDON EXISTING 8"WATER LINE (IN PLACE) C-43 285 LF THIRTY SIX DOLLARS and NO CENTS per LINEAR FOOT $ 36.00 $ 10,260.00 ABANDON EXISTING 12"WATER LINE (IN PLACE) C-44 370 LF TWENTY NINE DOLLARS and NO CENTS per LINEAR FOOT $ 29.00 $ 10,730.00 ABANDON EXISTING 16"WATER LINE (IN PLACE) C-45 2290 LF THIRTY THREE DOLLARS and NO CENTS per LINEAR FOOT $ 33.00 $ 75,570.00 6" PVC CLASS 200 DR-14 WATER LINE C-46 289 LF NINETY SIX DOLLARS and NO CENTS per LINEAR FOOT $ 96.00 $ 27,744.00 8" PVC CLASS 200 DR-14 WATER LINE C-47 822 LF EIGHTY SEVEN DOLLARS and NO CENTS per LINEAR FOOT $ 87.00 $ 71,514.00 12"PVC CLASS 150 DR-18 WATER LINE C-48 261 LF SIXTY FOUR DOLLARS and FIFTY CENTS per LINEAR FOOT $ 64.50 $ 16,834.50 16"PVC CLASS 150 DR-18 WATER LINE C-49 5164 LF SEVENTY SIX DOLLARS and NO CENTS per LINEAR FOOT $ 76.00 $ 392,464.00 20"PVC CLASS 150 DR-18 WATER LINE C-50 1472 LF ONE HUNDRED EIGHTY DOLLARS and NO CENTS per LINEAR FOOT $ 180.00 $ 264,960.00 Bid Schedule-Rebid 1-26 • FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) • UNIT PRICE BID SCHEDULE • BASE BID (A) • Item Quantity id • Unit Description and Unit Price in Words Unit Price Total Price No. • 24" PVC CLASS 150 DR-18 WATER LINE • C-51 8 LF TWO HUNDRED SIXTY TWO DOLLARS • and NO CENTS per LINEAR FOOT $ 262.00 $ 2,096.00 • 1" IRRIGATION WATER SERVICE& METER • C-52 4 EA - FOUR THOUSAND FIVE HUNDRED DOLLARS . and NO CENTS per EACH $ 4,500.00 $ 18,000.00 a 2" DOMESTIC WATER SERVICE& METER C-53 10 EA FIVE THOUSAND FIVE HUNDRED DOLLARS and NO CENTS per EACH $ 5,500.00 $ 55,000.00 2" IRRIGATION WATER SERVICE& METER C-54 4 EA FIVE THOUSAND EIGHT HUNDRED DOLLARS and NO CENTS per EACH $ 5,800.00 $ 23,200.00 6"GATE VALVES C-55 19 EA ONE THOUSAND THREE HUNDRED DOLLARS and NO CENTS per EACH $ 1,300.00 $ 24,700.00 8"GATE VALVES C-56 16 EA ONE THOUSAND SIX HUNDRED DOLLARS and NO CENTS per EACH $ 1,600.00 $ 25,600.00 12"GATE VALVES 9 C-57 8 EA TWO THOUSAND SEVEN HUNDRED DOLLARS • and NO CENTS per EACH $ 2,700.00 $ 21,600.00 • 16"GATE VALVES • C-58 17 EA ELEVEN THOUSAND DOLLARS • and NO CENTS per EACH $ 11,000.00 $ 187,000.00 41/ 20"GATE VALVES • C-59 5 EA TWENTY ONE THOUSAND FIVE HUNDRED DOLLARS • and NO CENTS per EACH $ 21,500.00 $ 107,500.00 ID CONNECT TO EXISTING WATER LINE • C-60 29 EA ONE THOUSAND FIFTY DOLLARS • and NO CENTS per EACH $ 1,050.00 $ 30,450.00 I I I II Bid Schedule-Rebid 1-27 111 FREEPORT PARKWAY RECONSTRUCTION (ST15-01 A) UNIT PRICE BID SCHEDULE BASE BID(A) Item Bid No. Quantity Unit Description and Unit Price in Words Unit Price Total Price 12"X 12"TAPPING SLEEVE AND VALVE C-61 0 EA NO BID per EACH $ - $ 16"X 16"TAPPING SLEEVE AND VALVE C-62 0 EA NO BID per EACH $ - $ STANDARD FIRE HYDRANT ASSEMBLY C-63 19 EA THREE THOUSAND SEVEN HUNDRED DOLLARS and NO CENTS per EACH $ 3,700.00 $ 70,300.00 REMOVE EXISTING FIRE HYDRANT C-64 18 EA ONE THOUSAND ONE HUNDRED DOLLARS and NO CENTS per EACH $ 1,100.00 $ 19,800.00 WATER LINE DUCTILE IRON FITTINGS C-65 21 TON TWO THOUSAND DOLLARS and NO CENTS per TON $ 2,000.00 $ 42,000.00 20" PVC ENCASEMENT FOR WATER LINE C-66 0 LF NO BID per LINEAR FOOT $ - $ 24" PVC ENCASEMENT FOR WATER LINE C-67 20 LF SEVENTY EIGHT DOLLARS and NO CENTS per LINEAR FOOT $ 78.00 $ 1,560.00 24"STEEL ENCASEMENT FOR WATER LINE C-68 235 LF ONE HUNDRED THIRTY FOUR DOLLARS and NO CENTS per LINEAR FOOT $ 134.00 $ 31,490.00 24"BORE&STEEL ENCASEMENT FOR WATER LINE C-69 102 LF FIVE HUNDRED SIXTY DOLLARS and NO CENTS per LINEAR FOOT $ 560.00 $ 57,120.00 2"AIR RELEASE VALVE (TYPE 1) C-70 2 EA SEVEN THOUSAND DOLLARS and NO CENTS per EACH $ 7,000.00 $ 14,000.00 Bid Schedule-Rebid 1-28 • FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) • UNIT PRICE BID SCHEDULE • BASE BID(A) • INo. Qutem antity id • Unit Description and Unit Price in Words Unit Price Total Price • 4"AIR RELEASE VALVE (TYPE 2) • C-71 1 EA THIRTEEN THOUSAND DOLLARS • and NO CENTS per EACH $ 13,000.00 $ 13,000.00 • BLOW-OFF VALVE (TYPE 1) • C-72 1 EA FIVE THOUSAND DOLLARS and NO CENTS per EACH $ 5,000.00 $ 5,000.00 PERMANENT REINFORCED CONCRETE PAVEMENT REPAIR (WATER LINE) C-73 797 SY ONE HUNDRED SIXTEEN DOLLARS and NO CENTS per SQUARE YARD $ 116.00 $ 92,452.00 TRENCH SAFETY FOR WATER LINE IMPROVEMENTS C-74 8016 LF ONE DOLLAR and NO CENTS per LINEAR FOOT $ 1.00 $ 8,016.00 STORM DRAIN CLEANING AND TELEVISION INSPECTION C-75 1200 LF TWENTY SEVEN DOLLARS and NO CENTS per LINEAR FOOT $ 27.00 $ 32,400.00 DENSITY TESTING OF EXISTING BACKFILL C-76 150 EA THREE HUNDRED SIXTY DOLLARS and NO CENTS per EACH $ 360.00 $ 54,000.00 • EXCAVATE AND RE-COMPACT EXISTING • TRENCH BACKFILL C-77 100 CY THIRTY NINE DOLLARS • and NO CENTS, per CUBIC YARD $ 39.00 $ 3,900.00 • REMOVE EXISTING SMALL CURB INLET (4'-8') • C-78 9 EA ONE THOUSAND TWO HUNDRED DOLLARS • and NO CENTS per EACH $ 1,200.00 $ 10,800.00 • REMOVE EXISTING LARGE CURB INLET (10'-12') • C-79 20 EA ONE THOUSAND TWO HUNDRED DOLLARS • and NO CENTS per EACH $ 1,200.00 $ 24,000.00 II REMOVE EXISTING Y-INLET • C-80 1 EA ONE THOUSAND TWO HUNDRED DOLLARS • and NO CENTS per EACH $ 1,200.00 $ 1,200.00 • I I I I Bid Schedule-Rebid 1-29 w • FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) • UNIT PRICE BID SCHEDULE • BASE BID(A) 41% Item Bid No. Quantity Unit Description and Unit Price in Words Unit Price Total Price REMOVE EXISTING 4'X 4' MANHOLE C-81 1 EA ONE THOUSAND TWO HUNDRED DOLLARS and NO CENTS 0 per EACH $ 1,200.00 $ 1,200.00 REMOVE EXISTING 6'X 6' MANHOLE C-82 1 EA ONE THOUSAND TWO HUNDRED DOLLARS and NO CENTS per EACH $ 1,200.00 $ 1,200.00 REMOVE EXISTING 21" HEADWALL C-83 1 EA FIVE HUNDRED FIFTY DOLLARS and NO CENTS per EACH $ 550.00 $ 550.00 REMOVE EXISTING 27"HEADWALL C-84 2 EA TWO HUNDRED SEVENTY FIVE DOLLARS and NO CENTS per EACH $ 275.00 $ 550.00 REMOVE EXISTING 54"HEADWALL C-85 1 EA FIVE HUNDRED FIFTY DOLLARS and NO CENTS per EACH $ 550.00 $ 550.00 REMOVE EXISTING 18" RCP STORM DRAIN C-86 255 LF TWENTY FIVE DOLLARS and NO CENTS per LINEAR FOOT $ 25.00 $ 6,375.00 REMOVE EXISTING 21" RCP STORM DRAIN C-87 169 LF FOURTEEN DOLLARS and FIFTY CENTS per LINEAR FOOT $ 14.50 $ 2,450.50 REMOVE EXISTING 24"RCP STORM DRAIN C-88 45 LF THREE DOLLARS and EIGHTY CENTS per LINEAR FOOT $ 3.80 $ 171.00 REMOVE EXISTING 27" RCP STORM DRAIN C-89 202 LF ELEVEN DOLLARS and FIFTY CENTS per LINEAR FOOT $ 11.50 $ 2,323.00 REMOVE EXISTING 30"RCP STORM DRAIN C-90 10 LF SEVENTEEN DOLLARS and NO CENTS a per LINEAR FOOT $ 17.00 $ 170.00 Bid Schedule-Rebid 1-30 • FREEPORT PARKWAY RECONSTRUCTION (ST15-01 A) • UNIT PRICE BID SCHEDULE • BASE BID (A) • Item Quantity id • Unit Description and Unit Price in Words Unit Price Total Price No. • REMOVE EXISTING 33" RCP STORM DRAIN • C-91 10 LF SEVENTEEN DOLLARS • and NO CENTS per LINEAR FOOT $ 17.00 $ 170.00 • REMOVE EXISTING 36" RCP STORM DRAIN • C-92 10 LF TWENTY ONE DOLLARS • and TWENTY FIVE CENTS per LINEAR FOOT $ 21.25 $ 212.50 • REMOVE EXISTING 42" RCP STORM DRAIN • C-93 75 LF THREE DOLLARS • and EIGHTY CENTS per LINEAR FOOT $ 3.80 $ 285.00 • REMOVE EXISTING 54" RCP STORM DRAIN lb C-94 30 LF FIVE DOLLARS and SEVENTY CENTS per LINEAR FOOT $ 5.70 $ 171.00 REMOVE EXISTING 60" RCP STORM DRAIN C-95 10 LF SEVENTEEN DOLLARS and NO CENTS per LINEAR FOOT $ 17.00 $ 170.00 REMOVE EXISTING 66" RCP STORM DRAIN C-96 15 LF ELEVEN DOLLARS i and FIFTY CENTS per LINEAR FOOT $ 11.50 $ 172.50 toy REMOVE EXISTING 72" RCP STORM DRAIN • C-97 12 LF SEVENTEEN DOLLARS • and NO CENTS per LINEAR FOOT $ 17.00 $ 204.00 • REMOVE EXISTING 8'X 5' RCB STORM DRAIN • C-98 16 LF TWO HUNDRED SIXTY EIGHT DOLLARS • and NO CENTS per LINEAR FOOT $ 268.00 $ 4,288.00 • 18" REINFORCED CONCRETE PIPE STORM • DRAIN C-99 104 LF ONE HUNDRED TWENTY THREE DOLLARS • and NO CENTS i per LINEAR FOOT I $ 123.00 $ 12,792.00 • 21" REINFORCED CONCRETE PIPE STORM • DRAIN C-100 231 LF NINETY NINE DOLLARS • and NO CENTS per LINEAR FOOT $ 99.00 $ 22,869.00 411 • • • • Bid Schedule-Rebid 1-31 • a FREEPORT PARKWAY RECONSTRUCTION (ST15-01 A) UNIT PRICE BID SCHEDULE BASE BID(A) Item Bid No. Quantity Unit Description and Unit Price in Words Unit Price Total Price 24" REINFORCED CONCRETE PIPE STORM DRAIN C-101 59 LF ONE HUNDRED TWO DOLLARS and NO CENTS per LINEAR FOOT $ 102.00 $ 6,018.00 27" REINFORCED CONCRETE PIPE STORM DRAIN C-102 160 LF ONE HUNDRED FORTY TWO DOLLARS and NO CENTS per LINEAR FOOT $ 142.00 $ 22,720.00 30"REINFORCED CONCRETE PIPE STORM DRAIN C-103 10 LF FOUR HUNDRED FORTY EIGHT DOLLARS and NO CENTS per LINEAR FOOT $ 448.00 $ 4,480.00 33" REINFORCED CONCRETE PIPE STORM DRAIN C-104 10 LF FOUR HUNDRED TEN DOLLARS and NO CENTS per LINEAR FOOT $ 410.00 $ 4,100.00 36" REINFORCED CONCRETE PIPE STORM DRAIN C-105 0 LF NO BID per LINEAR FOOT $ - $ 42" REINFORCED CONCRETE PIPE STORM DRAIN C-106 75 LF TWO HUNDRED THREE DOLLARS and NO CENTS per LINEAR FOOT $ 203.00 $ 15,225.00 54" REINFORCED CONCRETE PIPE STORM DRAIN C-107 45 LF FOUR HUNDRED THIRTY TWO DOLLARS and NO CENTS per LINEAR FOOT $ 432.00 $ 19,440.00 60" REINFORCED CONCRETE PIPE STORM DRAIN C-108 10 LF NINE HUNDRED FIFTY TWO DOLLARS and NO CENTS per LINEAR FOOT $ 952.00 $ 9,520.00 66" REINFORCED CONCRETE PIPE STORM DRAIN C-109 15 LF SEVEN HUNDRED DOLLARS and NO CENTS per LINEAR FOOT $ 700.00 $ 10,500.00 8'X 5' REINFORCED CONCRETE BOX STORM DRAIN C-110 16 LF EIGHT HUNDRED FIFTY FIVE DOLLARS and NO CENTS per LINEAR FOOT $ 855.00 $ 13,680.00 Bid Schedule-Rebid 1-32 FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE 6 BASE BID (A) • tem id INo. Quantity • Unit Description and Unit Price in Words Unit Price Total Price • 10' RECESSED CURB INLET • C-111 11 EA FOUR THOUSAND SEVEN HUNDRED DOLLARS • and NO CENTS per EACH $ 4,700.00 $ 51,700.00 • 15' STANDARD CURB INLET C-112 2 EA EIGHT THOUSAND THREE HUNDRED DOLLARS and NO CENTS per EACH $ 8,300.00 $ 16,600.00 15' RECESSED CURB INLET C-113 14 EA NINE THOUSAND SEVEN HUNDRED DOLLARS and NO CENTS per EACH $ 9,700.00 $ 135,800.00 20' RECESSED CURB INLET C-114 2 EA TWELVE THOUSAND DOLLARS and NO CENTS per EACH $ 12,000.00 $ 24,000.00 4'X 4' STORM MANHOLE C-115 1 EA EIGHT THOUSAND FIVE HUNDRED DOLLARS and NO CENTS per EACH $ 8,500.00 $ 8,500.00 6'X 6' STORM MANHOLE C-116 2 EA FIFTEEN THOUSAND DOLLARS and NO CENTS per EACH $ 15,000.00 $ 30,000.00 21"TXDOT TYPE CH-FW-0 HEADWALL C-117 1 EA FOUR THOUSAND TWO HUNDRED DOLLARS and NO CENTS per EACH $ 4,200.00 $ 4,200.00 27"TXDOT TYPE CH-FW-0 HEADWALL • C-118 2 EA FOUR THOUSAND FIVE HUNDRED DOLLARS • and NO CENTS per EACH $ 4,500.00 $ 9,000.00 • 54"TXDOT TYPE CH-FW-0 HEADWALL • C-119 1 EA SEVEN THOUSAND ONE HUNDRED DOLLARS • and NO CENTS per EACH $ 7,100.00 $ 7,100.00 • ADJUST EXISTING STORM MANHOLE RIM TO . GRADE C-120 4 EA ONE THOUSAND THREE HUNDRED DOLLARS "l" and NO CENTS per EACH $ 1,300.00 $ 5,200.00 Bid Schedule-Rebid 1-33 FREEPORT PARKWAY RECONSTRUCTION (ST15-01 A) UNIT PRICE BID SCHEDULE BASE BID(A) Item Bid Unit Description and Unit Price in Words Unit Price Total Price No. Quantity ADJUST EXISTING RCP MITER SLOPE TO GRADE C-121 3 EA SEVEN HUNDRED DOLLARS and NO CENTS per EACH $ 700.00 $ 2,100.00 TRENCH SAFETY FOR DRAINAGE IMPROVEMENTS C-122 936 LF ONE DOLLAR and NO CENTS per LINEAR FOOT $ 1.00 $ 936.00 RAILROAD CROSSING COORDINATION C-123 1 LS TEN THOUSAND DOLLARS and NO CENTS per LUMP SUM $ 10,000.00 $ 10,000.00 4"ASPHALT(HMAC) BASE LAYER ON 6" COMPACTED SUBGRADE C-124 50049 SY FOURTEEN DOLLARS and SEVENTY FIVE CENTS per SQUARE YARD $ 14.75 $ 738,222.75 11"REINFORCED CONCRETE STREET PAVEMENT(NO.6 BARS 18"O.C.E.W.) C-125 42526 SY SEVENTY FIVE DOLLARS and NO CENTS per SQUARE YARD $ 75.00 $ 3,189,450.00 11"REINFORCED CONCRETE DRIVEWAY PAVEMENT(NO. 3 BARS 18"O.C.E.W.) C-126 2687 SY SEVENTY FIVE DOLLARS and NO CENTS per SQUARE YARD $ 75.00 $ 201,525.00 11" REINFORCED STAMPED CONCRETE PAVEMENT C-127 1575 SY ONE HUNDRED THIRTEEN DOLLARS and NO CENTS per SQUARE YARD $ 113.00 $ 177,975.00 6"REINFORCED STAMPED CONCRETE IN MEDIANS C-128 1758 SY SEVENTY EIGHT DOLLARS and NO CENTS per SQUARE YARD $ 78.00 $ 137,124.00 10'WIDE HIKE/BIKE TRAIL-6" REINFORCED CONCRETE C-129 47528 SF FIVE DOLLARS and NO CENTS per SQUARE FOOT $ 5.00 $ 237,640.00 4" REINFORCED CONCRETE SIDEWALK(ALL WIDTHS) C-130 31046 SF SIX DOLLARS and NO CENTS per SQUARE FOOT $ 6.00 $ 186,276.00 Bid Schedule-Rebid 1-34 FREEPORT PARKWAY RECONSTRUCTION (ST15-01 A) UNIT PRICE BID SCHEDULE BASE BID(A) Item Bid Unit Description and Unit Price in Words Unit Price Total Price No. Quantity TXDOT TYPE 2 PEDESTRIAN RAMP C-131 13 SY ONE HUNDRED THIRTEEN DOLLARS and NO CENTS per SQUARE YARD $ 113.00 $ 1,469.00 • TXDOT TYPE 3 PEDESTRIAN RAMP • C-132 431 SY EIGHTY FIVE DOLLARS • and NO CENTS per SQUARE YARD $ 85.00 $ 36,635.00 • TXDOT TYPE 7 PEDESTRIAN RAMP • C-133 280 SY ONE HUNDRED FIFTY SIX DOLLARS • and NO CENTS per SQUARE YARD $ 156.00 $ 43,680.00 • DELETED • C-134 0 SF NO BID • per SQUARE FOOT $ - $ 0 CONCRETE RETAINING WALL INTEGRAL W/ . SIDEWALK OR TRAIL (CAST-IN-PLACE) C-135 980 SF ONE HUNDRED FOURTEEN DOLLARS and FIFTY CENTS per SQUARE FOOT $ 114.50 $ 112,210.00 • TXDOT TYPE E PEDESTRIAN HANDRAIL • C-136 795 LF SEVENTY TWO DOLLARS • and NO CENTS per LINEAR FOOT $ 72.00 $ 57,240.00 • TXDOT METAL BEAM GUARD FENCE • C-137 325 LF TWENTY FIVE DOLLARS • and NO CENTS per LINEAR FOOT $ 25.00 $ 8,125.00 • METAL BEAM GUARD FENCE TRANSITION • C-138 4 EA ONE THOUSAND NINE HUNDRED FIFTY DOLLARS • and NO CENTS per EACH $ 1,950.00 $ 7,800.00 • METAL BEAM GUARD RAIL END TREATMENT • (MBGF-11) C-139a 2 EA FIVE HUNDRED EIGHTEEN DOLLARS • and SEVENTY FIVE CENTS per EACH $ 518.75 $ 1,037.50 • METAL BEAM GUARD RAIL END TREATMENT (SGT8-14) C-139b 2 EA THREE THOUSAND THREE HUNDRED FIFTY DOLLARS and NO CENTS per EACH $ 3,350.00 $ 6,700.00 GABBION BASKETS C-140 117 CY FOUR HUNDRED FORTY SIX DOLLARS and NO CENTS per CUBIC YARD $ 446.00 $ 52,182.00 Bid Schedule-Rebid 1-35 FREEPORT PARKWAY RECONSTRUCTION (ST15-01 A) UNIT PRICE BID SCHEDULE BASE BID(A) Item Bid No. Quantity Unit Description and Unit Price in Words Unit Price Total Price TREE ROOT BARRIER C-141 1000 LF TWELVE DOLLARS and TWENTY FIVE CENTS per LINEAR FOOT $ 12.25 $ 12,250.00 RESTORE IRRIGATION SYSTEM C-142 1 LS ONE HUNDRED EIGHTY TWO THOUSAND DOLLARS and NO CENTS per LUMP SUM $ 182,000.00 $ 182,000.00 RESTORE PARKWAYS AND DISTURBED AREAS C-143 67 STA THREE THOUSAND FIVE HUNDRED NINETY DOLLARS and NO CENTS per STATION $ 3,590.00 $ 240,530.00 RESTORE LANDSCAPE BEDS C-144 6735 SF FIVE DOLLARS and NINETY SIX CENTS per SQUARE FOOT $ 5.96 $ 40,140.60 STREET SIGNS C-145 69 EA THREE HUNDRED SEVENTY FIVE DOLLARS and NO CENTS per EACH $ 375.00 $ 25,875.00 RAILROAD CROSSING SIGNAGE, STRIPING AND MARKINGS C-146 1 LS FIVE THOUSAND TWO HUNDRED FIFTY DOLLARS and NO CENTS per LUMP SUM $ 5,250.00 $ 5,250.00 PAVEMENT STRIPING& MARKINGS C-147 62 STA ONE HUNDRED SIXTY DOLLARS and NO CENTS per STATION $ 160.00 $ 9,920.00 TRAFFIC BUTTONS C-148 2287 EA THREE DOLLARS and SEVENTY FIVE CENTS per EACH $ 3.75 $ 8,576.25 POST-PROJECT VIDEO SURVEY C-149 1 EA THREE THOUSAND FIVE HUNDRED DOLLARS and NO CENTS per EACH $ 3,500.00 $ 3,500.00 PORTABLE CHANGEABLE MESSAGE SIGN C-150 4 EA EIGHT THOUSAND DOLLARS and NO CENTS per EACH $ 8,000.00 $ 32,000.00 Bid Schedule-Rebid 1-36 • FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) • UNIT PRICE BID SCHEDULE • BASE BID(A) • INo. Q tem entity • Unit Description and Unit Price in Words Unit Price Total Price • CEM STABIL BKFL • B-1 512 CY ONE HUNDRED TEN DOLLARS • and NO CENTS per CUBIC YARD $ 110.00 $ 56,320.00 • DRILL SHAFT(18 IN) di B-2 164 LF SIXTY ONE DOLLARS and NO CENTS per LINEAR FOOT $ 61.00 $ 10,004.00 DRILL SHAFT(36 IN) B-3 1076 LF ONE HUNDRED TWENTY EIGHT DOLLARS and NO CENTS per LINEAR FOOT $ 128.00 $ 137,728.00 CL C CONC (ABUT)(HPC) B-4 119 CY NINE HUNDRED DOLLARS and NO CENTS per CUBIC YARD $ 900.00 $ 107,100.00 CL C CONC (BENT)(HPC) B-5 134 CY ONE THOUSAND TWO HUNDRED DOLLARS and NO CENTS per CUBIC YARD $ 1,200.00 $ 160,800.00 REINF CONC SLAB (HPC) B-6 26780 SF EIGHTEEN DOLLARS and NO CENTS per SQUARE FOOT $ 18.00 $ 482,040.00 APPROACH SLAB (HPC) B-7 227 CY FIVE HUNDRED DOLLARS and NO CENTS per CUBIC YARD $ 500.00 $ 113,500.00 PRESTR CONC GIRDER (TX54) B-8 3360 LF ONE HUNDRED FIFTY FOUR DOLLARS and NO CENTS per LINEAR FOOT $ 154.00 $ 517,440.00 RIPRAP (STONE PROTECTION)(12 IN) B-9 473 CY ONE HUNDRED FOUR DOLLARS and NO CENTS per CUBIC YARD $ 104.00 $ 49,192.00 RIPRAP (STONE PROTECTION)(30 IN) B-10 260 CY NINETY DOLLARS and NO CENTS per CUBIC YARD $ 90.00 $ 23,400.00 STR STEEL(MISC NON-BRIDGE) B-11 478 LB FIFTEEN DOLLARS and NO CENTS per POUND $ 15.00 $ 7,170.00 Bid Schedule-Rebid 1-37 FREEPORT PARKWAY RECONSTRUCTION(ST15-01 A) UNIT PRICE BID SCHEDULE BASE BID(A) Item Bid Description and Unit Price in Words Unit Price Total Price No. Quantity Unit RAIL(PEDESTRIAN)(SPL) B-12 1048 LF THREE HUNDRED DOLLARS and NO CENTS per LINEAR FOOT $ 300.00 $ 314,400.00 SEALED EXPANSION JOINT(4 IN) (SEJ-A) B-13 174 LF SEVENTY FIVE DOLLARS and NO CENTS per LINEAR FOOT $ 75.00 $ 13,050.00 REMOVE& DISPOSE OF EXISTING BRIDGE STRUCTURE B-14 1 LS TWO HUNDRED THOUSAND DOLLARS and NO CENTS per LUMP SUM $ 200,000.00 $ 200,000.00 BRIDGE MEDIAN B-15 4570 SF NINE DOLLARS and NO CENTS per SQUARE FOOT $ 9.00 $ 41,130.00 BRIDGE SIDEWALK B-16 7857 SF SEVEN DOLLARS and NO CENTS per SQUARE FOOT $ 7.00 $ 54,999.00 CONCRETE MOWSTRIP(9"WIDTH)-RE: E/L1.9 L-1 1880 LF TWENTY DOLLARS and NO CENTS per LINEAR FOOT $ 20.00 $ 37,600.00 DRY RIVER BED OKLAHOMA FLAGSTONE (3" THICK)- RE: G/L1.9 L-2 147 SF ELEVEN DOLLARS and FORTY FOUR CENTS per SQUARE FOOT $ 11.44 $ 1,681.68 DRY RIVER BED STACKED CHOPPED LEUDER EDGE (2 COURSES)- RE: G/L1.9 L-3 532 LF SIX DOLLARS and SIXTY CENTS per LINEAR FOOT $ 6.60 $ 3,511.20 BOULDER TYPE A(24"L X 14"W X 18"H) L-4 23 EA FIFTY DOLLARS and FORTY FIVE CENTS per EACH $ 50.45 $ 1,160.35 BOULDER TYPE B(18"L X 12"W X 14"H) L-5 14 EA FIFTY DOLLARS and FORTY FIVE CENTS per EACH $ 50.45 $ 706.30 BOULDER TYPE C (10"L X 12"W X 20"H) L-6 22 EA FIFTY DOLLARS and FORTY FIVE CENTS per EACH $ 50.45 $ 1,109.90 Bid Schedule-Rebid 1-38 0 FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE • BASE BID(A) • id INo. Qutem antity • Unit Description and Unit Price in Words Unit Price Total Price • BOULDER TYPED (12"L X 14"W X 18"H) • L-7 5 EA FIFTY DOLLARS and FIFTY ONE CENTS per EACH $ 50.51 $ 252.55 STAMPED&COLORED CONCRETE (TO MATCH MEDIAN NOSES)-RE: CIVIL L-8a 2421 SF EIGHTEEN DOLLARS and NO CENTS per SQUARE FOOT $ 18.00 $ 43,578.00 COLORED CONCRETE-RE: CIVIL, SIM L-8b 1928 SF ELEVEN DOLLARS and NO CENTS per SQUARE FOOT $ 11.00 $ 21,208.00 ALLEE ELM- 100 GAL. L-9 4 EA ONE THOUSAND SIXTY FIVE DOLLARS and FIFTY CENTS per EACH $ 1,065.50 $ 4,262.00 CHINKAPIN OAK- 100 GAL. L-10 13 EA EIGHT HUNDRED NINETY SEVEN DOLLARS and NO CENTS per EACH $ 897.00 $ 11,661.00 CRAPE MYRTLE'RED ROCKET'-30 GAL. L-11 19 EA THREE HUNDRED FIFTY FIVE DOLLARS and NO CENTS per EACH $ 355.00 $ 6,745.00 TEXAS REDBUD-30 GAL. L-12 31 EA TWO HUNDRED FIFTY THREE DOLLARS and NO CENTS per EACH $ 253.00 $ 7,843.00 TEXAS SAGE'THUNDER CLOUD'-5 GAL. L-13 86 EA TWELVE DOLLARS and TWENTY CENTS per EACH $ 12.20 $ 1,049.20 ABELIA'CANYON CREEK'-5 GAL. L-14 105 EA TWELVE DOLLARS • and TWENTY CENTS per EACH $ 12.20 $ 1,281.00 • ROSEMARY'TUSCAN BLUE'-5 GAL. • L-15 120 EA ELEVEN DOLLARS • and FORTY CENTS per EACH $ 11.40 $ 1,368.00 • SOFTLEAF YUCCA-5 GAL. • L-16 18 EA FIFTEEN DOLLARS • and EIGHTY FIVE CENTS per EACH $ 15.85 $ 285.30 0 0 Bid Schedule-Rebid 1-39 s • a isurimanarmommairommo FREEPORT PARKWAY RECONSTRUCTION (ST15-01 A) UNIT PRICE BID SCHEDULE BASE BID (A) Item Bid Unit Description and Unit Price in Words Unit Price Total Price No. Quantity WHITE CLOUD MUHLY-3 GAL. L-17 233 EA FIFTEEN DOLLARS and EIGHTY FIVE CENTS per EACH $ 15.85 $ 3,693.05 MEXICAN FEATHER GRASS-3 GAL. L-18 358 EA FIFTEEN DOLLARS and EIGHTY FIVE CENTS per EACH $ 15.85 $ 5,674.30 GULF MUHLY'REGAL MIST'-3 GAL. L-19 116 EA TWELVE DOLLARS and FIFTY CENTS per EACH $ 12.50 $ 1,450.00 RED YUCCA-3 GAL. L-20 174 EA FIFTEEN DOLLARS and EIGHTY FIVE CENTS per EACH $ 15.85 $ 2,757.90 RUSSIAN SAGE- 1 GAL. L-21 12 EA FIVE DOLLARS and NO CENTS per EACH $ 5.00 $ 60.00 AUTUMN SAGE- 1 GAL. L-22 80 EA SIX DOLLARS and TEN CENTS per EACH $ 6.10 $ 488.00 MEXICAN BUSH SAGE- 1 GAL. L-23 32 EA FIVE DOLLARS and NO CENTS per EACH $ 5.00 $ 160.00 'BLONDE AMBITION' BLUE GRAMMA- 1 GAL. L-24 152 EA FIVE DOLLARS and SIXTY CENTS per EACH $ 5.60 $ 851.20 BLACKEYED SUSAN- 1 GAL. L-25 266 EA FIVE DOLLARS and NO CENTS per EACH $ 5.00 $ 1,330.00 PINK SKULLCAP- 1 GAL. L-26 90 EA SIX DOLLARS and FIFTY CENTS per EACH $ 6.50 $ 585.00 FALL ASTER- 1 GAL. L-27 246 EA FIVE DOLLARS and NO CENTS per EACH $ 5.00 $ 1,230.00 • Bid Schedule-Rebid 1-40 • • FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID(A) Item Bid Unit Description and Unit Price in Words Unit Price Total Price No. Quantity SOLID SOD BUFFALO GRASS L-28 20684 SF ONE DOLLAR and NO CENTS per SQUARE FOOT $ 1.00 $ 20,684.00 SOLID SOD BERMUDA GRASS L-29 100 SF NO DOLLARS and FIFTY FOUR CENTS per SQUARE FOOT $ 0.54 $ 54.00 DECOMPOSED GRANITE- RE: F/L1.9 L-30 1777 SF THREE DOLLARS and EIGHT CENTS per SQUARE FOOT $ 3.08 $ 5,473.16 BED PREPERATION &TOP MULCH L-31 8619 SF ONE DOLLAR and TWENTY SIX CENTS per SQUARE FOOT $ 1.26 $ 10,859.94 MULCH (TYP. 1' BAND AT BACK OF CURB) L-32 1475 SF NO DOLLARS and FIFTY SIX CENTS per SQUARE FOOT $ 0.56 $ 826.00 FERTILIZERS L-33 1 LS FOUR THOUSAND NINE HUNDRED SEVEN DOLLARS and FIFTEEN CENTS per LUMP SUM $ 4,907.15 $ 4,907.15 PRUNE BRANCHES TO 8' CLEAR ON EXISTING OVERHANGING TREES L-34 1 LS THREE THOUSAND DOLLARS and NO CENTS, per LUMP SUM $ 3,000.00 $ 3,000.00 ADJUST EXISTING RET.WALL& REPAIR • EXISTING LANDSCAPE BED- RE: B/L1.7 L-35 1 LS THREE THOUSAND THREE HUNDRED FIFTY ONE DOLLARS • and TWENTY THREE CENTS per LUMP SUM $ 3,351.23 $ 3,351.23 • IRRIGATION SYSTEM (IN MEDIANS) • L-36 8619 SF SEVENTEEN DOLLARS • and SIXTY SEVEN CENTS per SQUARE FOOT $ 17.67 $ 152,297.73 • TEMPORARY IRRIGATION SYSTEM (FOR TURF . OUTSIDE STREET EDGES) L-37 136480 SF NO DOLLARS411 and TWELVE CENTS per SQUARE FOOT $ 0.12 $ 16,377.60 • • • • . Bid Schedule-Rebid 1-41 . FREEPORT PARKWAY RECONSTRUCTION (ST15-01 A) UNIT PRICE BID SCHEDULE BASE BID(A) Item Bid No. Quantity Unit Description and Unit Price in Words Unit Price Total Price DRILL SHAFT (RDWY ILL POLE) (24 IN) T-1 42 EA ONE THOUSAND TWO HUNDRED TWENTY FIVE DOLLARS and NO CENTS per EACH $ 1,225.00 $ 51,450.00 BRIDGE BANNER POLE ASSEMBLY T-2 10 EA THREE THOUSAND ONE HUNDRED SEVENTY FIVE DOLLARS and NO CENTS per EACH $ 3,175.00 $ 31,750.00 BRIDGE ILLUMINATION POLE T-3 8 EA THREE THOUSAND NINETY FIVE DOLLARS and NO CENTS per EACH $ 3,095.00 $ 24,760.00 ANTIQUE LUMINAIRE-TYPE ZP26A T-4 8 EA ONE THOUSAND FIVE HUNDRED THIRTY DOLLARS and NO CENTS per EACH $ 1,530.00 $ 12,240.00 INSTALL ROADWAY ILLUM ASSEMBLY(LED) (MATERIALS PROVIDED BY CITY) T-5 42 EA ONE THOUSAND FOUR HUNDRED TWENTY FIVE DOLLARS and NO CENTS per EACH $ 1,425.00 $ 59,850.00 CONDUIT(PVC) (SCH 40) (2") (BORE) T-6 12401 LF SEVENTEEN DOLLARS and NO CENTS per LINEAR FOOT $ 17.00 $ 210,817.00 CONDUIT(PVC) (SCH 40) (2") (BRIDGE) T-7 1014 LF FIFTEEN DOLLARS and NO CENTS per LINEAR FOOT $ 15.00 $ 15,210.00 CONDUIT(PVC) (SCH 40) (2") (TRENCH) T-8 400 LF SIX DOLLARS and TEN CENTS per LINEAR FOOT $ 6.10 $ 2,440.00 GROUND BOX TYPE A T-9 29 EA SIX HUNDRED TWENTY FIVE DOLLARS and NO CENTS per EACH $ 625.00 $ 18,125.00 ELEC CONDR (NO. 8) BARE T-10 7308 LF ONE DOLLAR and NO CENTS per LINEAR FOOT $ 1.00 $ 7,308.00 ELEC CONDR (NO. 8) INSULATED T-11 14616 LF ONE DOLLAR and TEN CENTS per LINEAR FOOT $ 1.10 $ 16,077.60 Bid Schedule-Rebid 1-42 0 FREEPORT PARKWAY RECONSTRUCTION (ST15-01 A) • UNIT PRICE BID SCHEDULE • BASE BID (A) • INo. Qutem antity id Unit Description and Unit Price in Words Unit Price Total Price • • POWER SERVICE PEDESTAL& EQUIPMENT • T-12 4 EA FIVE THOUSAND TWO HUNDRED DOLLARS . and NO CENTS per EACH $ 5,200.00 $ 20,800.00 DRILL SHAFT(TRF SIG POLE) (36 IN) TS-1 26 LF TWO HUNDRED NINETY FIVE DOLLARS and NO CENTS per LINEAR FOOT $ 295.00 $ 7,670.00 DRILL SHAFT(TRF SIG POLE) (48 IN) TS-2 44 LF THREE HUNDRED SIXTY DOLLARS and NO CENTS per LINEAR FOOT $ 360.00 $ 15,840.00 CONDUIT(PVC) (SCH 40) (2") TS-3 40 LF SIX DOLLARS and TEN CENTS per LINEAR FOOT $ 6.10 $ 244.00 CONDUIT(PVC) (SCH 40) (2") (BORE) TS-4 110 LF SEVENTEEN DOLLARS and NO CENTS per LINEAR FOOT $ 17.00 $ 1,870.00 • CONDUIT(PVC) (SCH 40) (3") . TS-5 290 LF ELEVEN DOLLARS and NINETY CENTS • per LINEAR FOOT $ 11.90 $ 3,451.00 • CONDUIT(PVC) (SCH 40) (4") • TS-6 30 LF TWELVE DOLLARS and FIFTY CENTS • per LINEAR FOOT $ 12.50 $ 375.00 • CONDUIT(PVC) (SCH 40) (4") (BORE) • TS-7 485 LF TWENTY TWO DOLLARS and FIFTY CENTS • per LINEAR FOOT $ 22.50 $ 10,912.50 • ELEC CONDUCTOR (NO. 8) INSULATED • TS-8 2050 LF ONE DOLLAR and NO CENTS 0 per LINEAR FOOT $ 1.00 $ 2,050.00 • ELEC CONDUCTOR (NO. 6) BARE • TS-9 1810 LF ONE DOLLAR and FIVE CENTS 0 per LINEAR FOOT $ 1.05 $ 1,900.50 • ELEC CONDUCTOR (NO. 6) INSULATED • TS-10 360 LF ONE DOLLAR and TWENTY CENTS 0 per LINEAR FOOT $ 1.20 $ 432.00 • Bid Schedule-Rebid 1-43 • FREEPORT PARKWAY RECONSTRUCTION (ST15-01 A) UNIT PRICE BID SCHEDULE BASE BID(A) Item Bid Unit Description and Unit Price in Words Unit Price Total Price No. Quantity GROUND BOX TY C (162911)W/APRON TS-11 6 EA SIX HUNDRED SEVENTY FIVE DOLLARS and NO CENTS per EACH $ 675.00 $ 4,050.00 INSTALL HWY TRAF SIG (ISOLATED) TS-12 2 EA FOURTEEN THOUSAND ONE HUNDRED FIFTY DOLLARS and NO CENTS per EACH $ 14,150.00 $ 28,300.00 REMOVING TRAFFIC SIGNALS TS-13 1 EA ONE THOUSAND FIVE HUNDRED DOLLARS and NO CENTS per EACH $ 1,500.00 $ 1,500.00 VEH SIG SEC (12")LED(GRN) TS-14 8 EA TWO HUNDRED TWENTY FIVE DOLLARS and NO CENTS per EACH $ 225.00 $ 1,800.00 VEH SIG SEC (12")LED(GRN ARW) TS-15 4 EA TWO HUNDRED TWENTY FIVE DOLLARS and NO CENTS per EACH $ 225.00 $ 900.00 VEH SIG SEC (12")LED(YEL) TS-16 8 EA TWO HUNDRED TWENTY FIVE DOLLARS and NO CENTS per EACH $ 225.00 $ 1,800.00 VEH SIG SEC (12")LED(YEL ARW) TS-17 8 EA TWO HUNDRED TWENTY FIVE DOLLARS and NO CENTS per EACH $ 225.00 $ 1,800.00 VEH SIG SEC (12")LED(RED) TS-18 8 EA TWO HUNDRED TWENTY FIVE DOLLARS and NO CENTS per EACH $ 225.00 $ 1,800.00 VEH SIG SEC (12")LED(RED ARW) TS-19 4 EA TWO HUNDRED TWENTY FIVE DOLLARS and NO CENTS per EACH $ 225.00 $ 900.00 PED SIG SEC (LED) (COUNTDOWN) TS-20 16 EA FIVE HUNDRED TEN DOLLARS and NO CENTS, per EACH $ 510.00 $ 8,160.00 BACK PLATE (12") (3 SEC) TS-21 8 EA SIXTY DOLLARS and NO CENTS per EACH $ 60.00 $ 480.00 Bid Schedule-Rebid 1-44 FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID(A) Item Bid Unit Description and Unit Price in Words Unit Price Total Price No. Quantity :_ BACK PLATE(12")(4 SEC) t" TS-22 4 EA SEVENTY FIVE DOLLARS and NO CENTS per EACH $ 75.00 $ 300.00 TRF SIG CBL(TY A)(14 AWG) (5 CONDR) I TS-23 410 LF ONE DOLLAR and TWENTY CENTS per LINEAR FOOT $ 1.20 $ 492.00 TRF SIG CBL(TY A) (14 AWG)(7 CONDR) TS-24 1437 LF ONE DOLLAR 0 and FORTY CENTS per LINEAR FOOT $ 1.40 $ 2,011.80 TRF SIG CBL(TY A) (14 AWG)(12 CONDR) 0 TS-25 535 LF THREE DOLLARS ` and SIXTY CENTS per LINEAR FOOT $ 3.60 $ 1,926.00 TRF SIG CBL(TY A)(14 AWG) (16 CONDR) TS-26 1145 LF FIVE DOLLARS 0 and SIXTY FIVE CENTS per LINEAR FOOT $ 5.65 $ 6,469.25 0 TRF SIG CBL(TY C)(12 AWG)(2 CONDR) 5 TS-27 2385 LF ONE DOLLAR 0' and NINETY FIVE CENTS per LINEAR FOOT $ 1.95 $ 4,650.75 INS TRF SIG PL AM(S)1ARM(36') TS-28 2 EA EIGHT THOUSAND NINE HUNDRED DOLLARS 00 and NO CENTS per EACH $ 8,900.00 $ 17,800.00 INS TRF SIG PL AM(S)1ARM(55') TS-29 1 EA THIRTY FIVE THOUSAND ONE HUNDRED DOLLARS and NO CENTS per EACH $ 35,100.00 $ 35,100.00 INS TRF SIG PL AM(S)1ARM(60') TS-30 1 EA THIRTY FIVE THOUSAND FOUR HUNDRED FIFTY DOLLARS and NO CENTS per EACH $ 35,450.00 $ 35,450.00 PED POLE ASSEMBLY TS-31 8 EA ONE THOUSAND EIGHT HUNDRED FIFTY DOLLARS and NO CENTS per EACH $ 1,850.00 $ 14,800.00 PEDESTRIAN PUSH BUTTON POLE TS-32 1 EA ONE THOUSAND SEVEN HUNDRED DOLLARS and NO CENTS per EACH $ 1,700.00 $ 1,700.00 Bid Schedule-Rebid 1-45 S I FREEPORT PARKWAY RECONSTRUCTION (ST15-01A) UNIT PRICE BID SCHEDULE BASE BID (A) Item Bid No. Quantity Unit Description and Unit Price in Words Unit Price Total Price PED DETECT PUSH BUTTON (APS) TS-33 16 EA SIX HUNDRED FIFTY DOLLARS and NO CENTS per EACH $ 650.00 $ 10,400.00 PED DETECTOR CONTROLLER UNIT TS-34 2 EA THREE THOUSAND THREE HUNDRED DOLLARS and NO CENTS per EACH $ 3,300.00 $ 6,600.00 VIVDS PROCESSOR SYSTEM TS-35 1 EA SEVEN THOUSAND FIVE HUNDRED DOLLARS and NO CENTS per EACH $ 7,500.00 $ 7,500.00 VIVDS CAMERA ASSEMBLY TS-36 4 EA ONE THOUSAND FOUR HUNDRED DOLLARS and NO CENTS per EACH $ 1,400.00 $ 5,600.00 VIVDS SET-UP SYSTEM TS-37 1 EA FOUR HUNDRED FIFTY DOLLARS and NO CENTS per EACH $ 450.00 $ 450.00 VIVDS COMMUNICATION CABLE (COAXIAL) TS-38 1390 LF TWO DOLLARS and FIFTY CENTS per LINEAR FOOT $ 2.50 $ 3,475.00 BBU SYSTEM (EXTERNAL BATT CABINET) TS-39 1 EA SEVEN THOUSAND THREE HUNDRED DOLLARS and NO CENTS per EACH $ 7,300.00 $ 7,300.00 UNI-DIRECTIONAL OPTICOM DETECTOR TS-40 4 EA EIGHT HUNDRED EIGHTY DOLLARS and NO CENTS per EACH $ 880.00 $ 3,520.00 PHASE SELECTOR TS-41 1 EA THREE THOUSAND FIVE HUNDRED DOLLARS and NO CENTS per EACH $ 3,500.00 $ 3,500.00 OPTICOM DETECTOR CABLE TS-42 1333 LF NO DOLLARS and NINETY FIVE CENTS per LINEAR FOOT $ 0.95 $ 1,266.35 ILLUMINATED STREET NAME SIGNS TS-43 4 EA THREE THOUSAND TWO HUNDRED DOLLARS and NO CENTS per EACH $ 3,200.00 $ 12,800.00 Bid Schedule-Rebid 1-46 • FREEPORT PARKWAY RECONSTRUCTION (ST15-01 A) • UNIT PRICE BID SCHEDULE • BASE BID (A) • id INo. Qutem antity • Unit Description and Unit Price in Words Unit Price Total Price PROJECT ALLOWANCE FOR WATER • IMPROVEMENTS X-1 1 LS FIFTY THOUSAND DOLLARS • and NO CENTS per LUMP SUM $ 50,000.00 $ 50,000.00 • PROJECT ALLOWANCE FOR SANITARTY SEWER • IMPROVEMENTS X-2 1 LS FIFTY THOUSAND DOLLARS and NO CENTS per LUMP SUM $ 50,000.00 $ 50,000.00 PROJECT ALLOWANCE FOR STORM DRAIN IMPROVEMENTS X-3 1 LS FIFTY THOUSAND DOLLARS and NO CENTS per LUMP SUM $ 50,000.00 $ 50,000.00 PROJECT ALLOWANCE FOR PAVING IMPROVEMENTS X-4 1 LS FIFTY THOUSAND DOLLARS and NO CENTS per LUMP SUM $ 50,000.00 $ 50,000.00 PROJECT ALLOWANCE FOR BRIDGE IMPROVEMENTS X-5 1 LS FIFTY THOUSAND DOLLARS and NO CENTS per LUMP SUM $ 50,000.00 $ 50,000.00 PROJECT ALLOWANCE FOR ILLUMINATION IMPROVEMENTS X-6 1 LS TWENTY FIVE THOUSAND DOLLARS and NO CENTS per LUMP SUM $ 25,000.00 $ 25,000.00 PROJECT ALLOWANCE FOR LANDSCAPING • IMPROVEMENTS X-7 1 LS TWENTY FIVE THOUSAND DOLLARS • and NO CENTS per LUMP SUM $ 25,000.00 $ 25,000.00 • S TOTAL BASE BID (A) $ 15,819,808.64 • • Contractor shall base bid on bid items provided. All items listed above comprise the project. Any items not included in • the bid proposal shall be considered subsidiary and no separate pay will be allowed. • Contract quantities are based on construction plans. As approved by OWNER, CONTRACTOR will be given additional • working days for additional quantities/work. Additional work/quantities shall be determined by OWNER. S I S S S S S Bid Schedule-Rebid 1-47 BID SUMMARY— BID NO. Q-1218-01 Freeport Parkway Dividend Drive to West Bethel Road TOTAL BID ITEMS BASE BID (A) $ 15,819,808.64 (A) TOTAL TIME BID 550 CALENDAR DAYS TOTAL OF CALENDAR DAYS X $1,500 (B) $ 825,000.00 (B) BASIS FOR COMPARISON OF BIDS (A) + (B)* $ 16,644,808.64 (A+B) *The bid with the lowest amount for (A) + (B) will be considered the low bid. The awarded contract amount will be on the basis of the Base Bid (A) only. NOTE: A TIME BID OF MORE THAN 800 CALENDAR DAYS SHALL BE CONSIDERED NONRESPONSIVE AND WILL BE REJECTED. 1-48 • • • • • • 4. Communications concerning this Bid shall be addressed to the address of BIDDER • indicated on the applicable signature page. 5. BIDDER understands that the Owner is exempt from State Limited Sales and Use • Tax on tangible personal property to be incorporated into the project. Said taxes • are not included in the Contract Price (see Instructions to Bidders). • 6. The terms used in this Bid which are defined in the General Conditions of the • Construction Contract included as part of the Contract Documents have the • meanings assigned to them in the General Conditions. • The City of Coppell reserves the right to delete any portion of this project as it may deem • necessary to stay within the City's available funds. Should the City elect to delete any • portion, the contract quantities will be adjusted accordingly. • • • • PROPOSAL GUARANTY • A Proposal Guaranty shall be provided in accordance with Item 102.5 of the • Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition. • • SUBMITTED ON Z_ of I-b ' t Z �.__t • • • By: • Name: _.)1\ Irl+L\ALA:x • • Title: \J ICC • Company: jtt« _l atr 1lrrt -\S' 1AC..'hor\ C . • Com Address: 1641r�� �C� �� r1V. • EtLie .Ct. c4 C • l u z1 -7C12- Cites • • • 1-49 • • • • Document A310 TM — 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place o jhucine:c) Travelers Casualty and Surety Company Texas Sterling Construction Co. One Tower Square This document has important 1441 Airport Freeway, Suite 350 Hartford, CT 06183 legal consequences.Consultation Euless,TX 76040 Mailing Address for Notices with an attorney is encouraged with respect to its completion or One Tower Square modification. OWNER: (Name,legal status and address) Hartford, CT 06183 Any singular reference to City of Coppell Contractor,Surety,Owner or other party shall be considered 255 Parkway Boulevard plural where applicable. Coppell,TX 75019 BOND AMOUNT: 5% Five Percent of Amount Bid PROJECT: (Nave,location or address and Project number,ifa{t) Freeport Parkway The Contractor and Surety arc bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond arc such that if the Owncr accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the ditlerence,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perlbrm the work covered by said bid,then this obligation shall be null and void,otherwise to remain in fill three and effect.The Surety hereby waives any notice atm agreement between the Owner and Contractor to extend the time in which the Owner may accept the • hid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time fin. • acceptance of bids specified in the hid documents,and the Owner and Contractor shall obtain the Surety's consent tirr an extension beyond sixty(60)days. • If this Bond is issued in connection with a subcontractor's bid to a Contractor,the tern Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. • When this Bond has been lumished to comply with a statutory or other legal requirement in the location ol'the Project,any provision in • this Bond conflicting with said statutory or legal requirement shall be deemed deleted hcrelrom and provisions conforming to such statutory or other leeal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed • ase statutory bond and not as a common law bond. Signed and scaled this 30th day of November, 2017. • • / Texas Sterling Construction Co. • `,, ).k.�- (Principal) (Seal) (Witness)l,'t. ) Ocie,-, • i.' zr:, 2 !le) Tt,/, t)(►tj cry i�E _} t "1"1 AHO s (.4„,/ ravelers Casualty and Surety Company c�5 c ;n'4'j f�. (Surety) (Seal) , • HARTFORD, -4 Of;mem) Diane oraski / , 1 hIA . w, CGN, oB ' Ii.Wlej�"i L illi, .44. a`.'' (7 i )Jessica Piccirill ,Attorney-in-Fact s1 "' M+ , y ht S•0054/AS 8110 • • • . , • Aorph, • TRAVELERSJ • • POWER OF ATTORNEY • Farmington Casualty Company St.Paul Mercury Insurance Company • Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America • St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company • • Surety Bond No. Bid Bond Principal: Texas Sterling Construction Co. • OR • Project Description: Freeport Parkway Obligee: City of Coppell • • KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, • and United States Fidelity and Guaranty Company, are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance 46 Underwriters,Inc. Is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Jessica Piccirillo of the City of Farmington ,State of CT ,their true and lawful Attorney-In-Fact,to sign,execute,seal and acknowledge the surety bond(s)referenced above. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 24u'day of June, 2016. Farmington Casualty Company St Paul Mercury Insurance Company IP Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company • Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company • St Paul Guardian Insurance Company • Ga...U.44r Qyyfrvit. Ni. f.I' /,-,;";l lar,* ..,„t'M'WN,4 0,0,a.p/' �inw t 'T"V • 1952 0 <010 o • ,,,,,4,,,.„,./. f�' t 1951 SEA/. o' ztSSALi • i 3 a ^ • fro. ►" !)` IS V1�Cj, 1r.rv.° 1 . !p % Ad •• • • • State of Connecticut By: ii .” �— • City of Hartford ss. Robert L.Raney,Senior Vice President • On this the 24th day of June , 2016, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice • President of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company, • Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do, executed the foregoing Instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. • In Witness Whereof,I hereunto set my hand and official seal. a.trr • My Commission expires the 30th day of June,2021. c. �� o $ Marie C.Tetreault,Notary Public • I • I I This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farm ngton Casualty Company,Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, readi ig as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice Pres dent, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond,recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President, any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 30th day of November , 2017 Kevin E.Hughes,Assistant Secretary 30111. CDI% Jc7D: E) GDc: c �[ �c { 1951! �8 � C Nit,.1 ,per To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the Power is attached. 0 I I0 I • • • IMPORTANT NOTICE • To obtain information or make a complaint: • I You may call Travelers Casualty and Surety Company of America and its affiliates' toll- • free telephone number for information or to make a complaint at: • 1-800-328-2189 I You may contact the Texas Department of Insurance to obtain information on • companies; coverages, rights or complaints at: • 1-800-252-3439 . I You may write the Texas Department of Insurance: • P. O. Box 149104 • Austin, TX 78714-9104 • Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us • E-mail: ConsumerProtectionC tdi.state.tx.us • • PREMIUM OR CLAIM DISPUTES: • Should you have a dispute concerning your premium or about a claim you should contact your Agent or Travelers first. If the dispute is not resolved, you may contact the • Texas Department of Insurance. 1111 ATTACH THIS NOTICE TO YOUR BOND: • This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. • a I a a a a a a (PN-042•B) Ed.10.18.07 41 PREVAILING WAGE RATES Classification Hourly Rate Classification Hourly Rate CONCRETE FINISHER (Paving & Structures) 14.12 TRUCK DRIVER Lowboy-Float 16.24 ELECTRICIAN 19.80 Off Road Hauler 12.25 Single Axle 12.31 FORM BUILDER/FORM SETTER Single or Tandem Axle Dump Truck 12.62 Paving & Curb 13.16 Tandem Axle Tractor with Semi Trailer 12.86 Structures 13.84 Transit-Mix 14.14 LABORER WELDER 14.84 Asphalt Raker 12.69 Flagger 10.06 Laborer, Common 10.72 Laborer, Utility 12.32 Pipelayer 13.24 Work Zone Barricade Servicer 11.68 POWER EQUIPMENT OPERATOR Asphalt Distributor 15.32 Asphalt Paving Machine 13.99 Broom or Sweeper 11.74 Concrete Pavement Finishing Machine 16.05 Concrete Saw 14.48 Crane Operator, Lattice Boom 17.27 80 Tons or Less Crane Operator, Lattice Boom over 20.52 80 Tons Crane, Hydraulic 80 Tons or Less 18.12 Crawler Tractor 14.07 Excavator, 50,000 pounds or less 17.19 Excavator, over 50,000 pounds 16.99 Foundation Drill, Truck Mounted 21.07 Foundation Drill, Crawler Mounted 17.99 Front End Loader 3 CY or Less 13.69 Front End Loader, over 3 CY 14.72 Loader/Backhoe 15.18 Mechanic 17.68 Milling Machine 14.32 Motor Grader, Fine Grade 17.19 Motor Grader, Rough 16.02 Pavement Marking Machine 13.63 Reclaimer/Pulverizer 11.01 Roller, Asphalt 13.08 Roller, Other 11.51 Scraper 12.96 Small Slipform Machine 15.96 Spreader Box 14.73 Servicer 14.58 Steel Worker(Reinforcing) 16.18 1-50 r.. • • • • • • • • • • • • • • • • • • • I I I This page intentionally left blank. • I • • • • • I • • • • • • • a a a a a a BID AFFIDAVIT The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety(90)calendar days from the date of the bid opening. STATE OF COUNTY OF - RvYC<<L't BEFORE ME,the undersigned authority, a Notary Public In and for the State of ca_j,on this day personally appeared 111 \c L+CY1 who after being by me Name duly sworn, did depose and say: "I, �-�1`� t)1c n0-6 1 am a duly authorized office/agent for Name \ (‘ si‘ �CVc1 C. and have been duly authorized to execute the Name of Fimi foregoing on behalf of the said - t_C:i- { 1',(YC Q&nsfi l-c1 \ Cc, Name of Firm I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof, to control the price of services/ commodities bid on, or to influence any individual(s) to bid or not to bid thereon." Name and Address of Bidder: • s 3.( t.-\ C -y-1kc \)orN Cel. Telephone: ((AV) 2,612 X1157' by: it`hr1 N lCe ck P1 •Title: \ OTC1E Signature!— SUBSCRIBED ignature!SUBSCRIBED AND SWORN to before rite by the above named ,.)0141 - \v\C11c '1 on this the day of \11"(C ry\ t r 20 `";wuh', ROSE NGUYEN Notary Public in and for the State of ELLS a °-.' NOTARY PUBLIC-STATE OF TEXAS r /�.•`"c COMM.EXP.02-21-2018 7+`4 j ' V � \✓\\ NOTARY ID 124083696 A 1-51 • • • • • • • • If BIDDER IS: An Individual • • By (Seal) (Individual's Name) • doing business as • • Business address • Phone No. • • A Partnership • By (Seal) • (Firm Name) • (General Partner) 5 Business address • Phone No. • A Corporation • By 1iQS 3q_:\ (y\ Ci: l LtiuLfic 11 C > (Corporati Name) • 1.•. S y 16() (State of Incorporation) • � B11- k (Name of person aut rized to sigh) • J (_ sic\enk (Title) (Corporate Seal) S Attest )ti e ) • 111 Business address ` Ir�►r -k-- tt 3,..)%V 3 • 1�C-3c) �l(L k -(CAC- Phone No. Od02__) '21(2_ l lt'D A Joint Venture • By (Name) (Address) By (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) 1-52 I I CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire is being filed in accordance with chapter 176 of the Local OFFICE USE Government Code by a person doing business with the governmental entity. ONLY Date By law this questionnaire must be filed with the records administrator of the Received local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misd eanor. 1 Name of person doing business with local governmental entity 2 Cl Check this box if you are filing an update to a *us i ed questionnaire. (The law requires that you file an updated completed ••';',:tio afire with the appropriate filing authority not later than September 1 of the year fo .ch activity activity described in Section 176.006(a), Local Government Code, is pendin• ''d ater than the 7th business day after the date the•originally filed questionnaire-be -..mplete-or-inaccurate.) 3 Name each employee or contracto h:' oca`•governmental entity who makes recommendations to a local gov nment y j. r of the governmental entity with respect to expenditures of mone ND d cribe the affiliation or business relationship. 4 Name each local gove `ment officer who appoints or employs local government officers-of the governmental-entity for which this-questionnaire is filed AND describe the affiliation or business relationship. 1-53 11111111 • • • • • FORM CIQ • CONFLICT OF INTEREST QUESTIONNAIRE • Page 2 • For vendor or other person doing business with local governmental entity • 5 Name of local government officer with whom filer has affiliation or business relationship.(Complete this section only if the answer to A, B,or C is YES. • This section,item 5 including subparts A, B,C& D, must be completed for ea h officer with whom the filer has • affiliation or other relationship.Attach additional pages to this Form CIQ as cessary. • A. Is the local government officer named in this section receiving orlikely,to receive taxable income from the filer • of the questionnaire? ❑Yes U No • B. Is the filer of the questionnaire receiving or likely re ei taxable income from or at the direction of the local government officer named in this section A t able income is not from the local governmental entity? ❑Yes ❑ No r� • C. Is the filer of this questipn ai e affiliated with a corporation or other business entity that the local overnment officer serves as an bffic rot director, or holds an ownership of 10 percent or More? U Yes NO D. Describe each affiliation or business relationship. 6 Signature person doing bu mess with the governmental entity Date a a a 1-54 a a a