Top Banner
CITY OF LAREDO SOMBRERETILLO WASTEWATER TREATMENT PLANT Addendum No. 9 October 07 th , 2014 REVISIONS TO CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS Questions and Clarifications: Questions received by e-mail: Question- No. 1- Question- Low Pressure Air Valves (LPA), Valve Schedule 15090 PAGE 9, Drawings 0400-M-01, 0400-M-02, 0400-M-04, 0400-M-07. BV-410 12" MOV - We can not find this valve in the LPA Mechanical Drawings or the Electrical Drawings, in fact we can not find a 12" Butterfly Valve in the LPA lines at all. Response: The two valves are depicted on Sheet 0400-M-04, BF-0410-LPA and BF-0411-LPA. Delete and do not install BF-0411-LPA. Install BF-410-LPA but do not add the motor operated actuator. The motor operated actuator will be installed in the future as part of the next expansion. These future MOV will be powered from Power Panel PP-1 (Refer to Sheet 0105-E-17). Conduit No. PP1A-2 (1.5-inch) is reserved for this use. Sheet 0400-M-04 and Spec Section 15090 will be revised in the conformed set issued for construction. Question- No. 2- Question- Clarifications - Addendum #5, Q&A no 18. The question was about MJ accessories & Flange accessories (i.e. Flange Bolts & Nuts), it was stated that the above ground MJ accessories & Flange accessories aren't required to be 316SS, only buried MJ accessories & Flange accessories had to be 316SS. Your Answer was that: All Mechanical Joint Accessories, buried and above ground shall be 316 stainless steel. Are you referring to Flange Bolts & Nuts also when you state "All Mechanical Joint Accessories", We ask the above questions because of the following conflicts: Specification 15020 DIP 2.2 D, tells us to use Low Carbon steel conforming to A307 Grd B except for wetted, submerged or buried locations. and to use 316SS for wetted submerged or buried locations. Specification 02225 PVC Water Pipe 2.01 G, tells us to use 316SS bolts rods & nuts for DIP JF fittings. Addendum No. 9 - 10/07/2014 Page 1
99

CITY OF LAREDO SOMBRERETILLO WASTEWATER ......2014/05/08  · Drawing 0200-M-02, Note 3 for Section A, on the left side of the drawing, states - Substitute Type 316SS for all materials

Feb 11, 2021

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
  • CITY OF LAREDO

    SOMBRERETILLO WASTEWATER TREATMENT PLANT

    Addendum No. 9

    October 07th

    , 2014

    REVISIONS TO CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS

    Questions and Clarifications:

    Questions received by e-mail:

    Question- No. 1-

    Question-

    Low Pressure Air Valves (LPA), Valve Schedule 15090 PAGE 9, Drawings 0400-M-01, 0400-M-02, 0400-M-04,

    0400-M-07. BV-410 12" MOV - We can not find this valve in the LPA Mechanical Drawings or the Electrical

    Drawings, in fact we can not find a 12" Butterfly Valve in the LPA lines at all.

    Response:

    The two valves are depicted on Sheet 0400-M-04, BF-0410-LPA and BF-0411-LPA.

    Delete and do not install BF-0411-LPA. Install BF-410-LPA but do not add the motor operated actuator. The

    motor operated actuator will be installed in the future as part of the next expansion. These future MOV will be

    powered from Power Panel PP-1 (Refer to Sheet 0105-E-17). Conduit No. PP1A-2 (1.5-inch) is reserved for this

    use.

    Sheet 0400-M-04 and Spec Section 15090 will be revised in the conformed set issued for construction.

    Question- No. 2-

    Question-

    Clarifications - Addendum #5, Q&A no 18.

    The question was about MJ accessories & Flange accessories (i.e. Flange Bolts & Nuts), it was stated that the

    above ground MJ accessories & Flange accessories aren't required to be 316SS, only buried MJ accessories &

    Flange accessories had to be 316SS.

    Your Answer was that: All Mechanical Joint Accessories, buried and above ground shall be 316 stainless steel. Are

    you referring to Flange Bolts & Nuts also when you state "All Mechanical Joint Accessories",

    We ask the above questions because of the following conflicts:

    Specification 15020 DIP 2.2 D, tells us to use Low Carbon steel conforming to A307 Grd B except for wetted,

    submerged or buried locations. and to use 316SS for wetted submerged or buried locations.

    Specification 02225 PVC Water Pipe 2.01 G, tells us to use 316SS bolts rods & nuts for DIP JF fittings.

    Addendum No. 9 - 10/07/2014 Page 1

  • Specification 02506 PVC Pipe 2.01 G, tells us to use 316SS bolts rods & nuts for DIP JF fittings.

    15001 Process Piping - General 2.1 G, tells us all bolts and fasteners on buried fittings and valves shall be "alloy

    steel" in according with AWWA C110 or C111. Bolts and fasteners on submerged pipe, fittings, and valves shall be

    Type 316SS.

    Response:

    Yes.

    Question- No. 3-

    Question-

    Specification 15001 Process Piping - General, Pipe Schedule, tells us to use specifications 15032 & 15030 for PVC

    pipe on this project, do these sections over rule the following specifications;

    02225 PVC Water Pipe

    02506 PVC Pipe

    02531 Gravity Sanitary Sewers

    02532 Sanitary Sewer, Recycled Water Force Mains.

    Response:

    Specifications 15032 and 15030 do not override specifications 02225, 02506, 02531, 02532 Sanitary Sewer Lines

    A, B, C, 8” SS along Quivira Rd, 8” Water Line along Quivira Rd and 8” Potable Water (PW) are not considered

    part of Process Piping.

    Question- No. 4-

    Question-

    Bid item 10, is for 25 off-site manholes, but we count more than 25 off-site manholes (32 in all), 25 in lines A & B,

    and 7 in line D which gives us 32 off-site manholes.

    Our question is this. Is Bid item 10 for the 25 manholes in lines A & B only? If So, where do the 7 manholes in the

    8" Sewer Line D go? Bid item 6 or 10?

    Response:

    Line A (18 manholes), Line B (6 manholes), Line C (3 manholes) and 8” line along Quivira Rd (7 manholes) There

    are 34 Manholes Bid Item 10. Attached is the updated Section A5 Bid Proposal.

    Question- No. 5-

    Question-

    Drawing 0200-M-02, Note 3 for Section A, on the left side of the drawing, states - Substitute Type 316SS for all

    materials specified in Details. What is this note for? Do you mean all misc. items shown on the Mechanical - Detail

    Addendum No. 9 - 10/07/2014 Page 2

  • pages (1700-M-01 thru 1700-M-08) to be 316SS (i.e. Pipe Supports, Hose Racks, Eye Wash Stations, Valve

    Extension Stems, etc....) Just what does this note mean or refer to?

    Response:

    The note refers to details on drawing 0200-M-03.

    Question- No. 6-

    Question-

    In regards to the 18” thru 30” offsite piping . The plan sheets label it as PS 46. CITY OF LAREDO SPECS CALL

    OUT FOR A PS 115 and there are no call outs in their specs as “or as shown on plans”. Your specification #02531

    calls it out as PS 115 also. In the General Notes for Sanitary Sewer Sheet 0000-G-04 NOTE N11. Please let me

    know which is the correct offsite pipe stiffness PS 46 or PS 115.

    Response:

    PS 46.

    Additions & Deletions:

    SPECIFICATIONS:

    Modify: Specification Section A-5 Bid Proposal.

    Delete: In its entirety Section (Pages 1 to 22)

    Replace with:

    New Section – Attached hereto (Pages 1 to 22)

    Modify: Specification Section 01025 Measurement and Payment.

    Delete: In its entirety Section (Pages 1 to 12)

    Replace with:

    New Section – Attached hereto (Pages 1 to 12)

    CONSTRUCTION PLANS:

    Add: 0100-C-01.1 Sheet 21.1 of 391 Reclaimed Water Fill Station Site

    ATTACHMENTS:

    Add: Attachment B Geotechnical Engineering Study, Sombreretillo Waste Water Treatment Plant

    Sanitary Sewer Interceptors (Pages 1 to 58)

    Add: Attachment C Supplement to Geotechnical Engineering Study, Sombreretillo Waste Water

    Treatment Plant Offsite Sanitary Sewer Line and Quivira Road (Pages 1 to 2)

    Addendum No. 9 - 10/07/2014 Page 3

  • Each Bidder is requested to acknowledge receipt of this addendum by his/her signature affixed hereto and to file same with and attached to his/her bid.

    Recommended By:

    _____________________________________JoEmma P. Sherfey, P.E.Sherfey Engineering Company, LLCFirm No. F-3132

    Date:_________________________________

    All contractors, holders of plans and specifications and all interested parties to the referenced project are hereby notified of the following revisions to the plans and/or specifications of the above referenced project.

    The undersigned acknowledges receipt of this addendum and the bid submitted herewith is in accordance with the information and stipulations set forth.

    Signature of Bidder________________________________________

    Date: ________________________________________________________

    END OF ADDENDUM NO 9CONSISTING OF 99 PAGES

    Addendum No. 9 - 10/07/2014 Page 4

    10/07/2014

    emartinezTypewritten Text

    emartinezTypewritten Text

    emartinezTypewritten Text

    emartinezTypewritten Text

    emartinezTypewritten Text

    emartinezTypewritten Text

    emartinezTypewritten Text

    emartinezTypewritten Text

    emartinezTypewritten Text

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    BID PROPOSAL SECTION A-5 - 1

    SECTION A-5

    BID PROPOSAL SOMBRERETILLO WASTEWATER TREATMENT PLANT

    To: THE CITY OF LAREDO, TEXAS

    From:

    Contractor

    Address:

    PROJECT: SOMBRERETILLO WASTEWATER TREATMENT PLANT

    Attn: Honorable Raul G. Salinas, Mayor

    1. BIDDER’S DECLARATION

    Pursuant to Notice to Bidders, the undersigned bidder hereby proposes to furnish the labor, materials, and equipment in

    accordance with the Plans and Specifications, Conditions of the Contract, Special Provisions of the Agreement, and

    Addenda, if any. The bidder binds himself upon acceptance of his proposal to execute a contract and bonds on the

    accompanying form for performing and completing the said work within the time stated and as required by the detailed

    Specifications at the following unit prices. The quantities shown below are based on the Engineer's estimate of quantities

    and it is agreed that the quantities may be increased or diminished, and may be considered necessary in the opinion of the

    City of Laredo, Texas, to complete the work fully as planned and contemplated, and that all quantities of work, either

    increased or decreased, are to be performed at the unit prices set forth below (except as provided in the Conditions of the

    Contract or the Specifications, or the Contract Documents).

    2. CONTRACT TIME

    The undersigned bidder proposes to substantially complete the entire project including any and all alternates selected

    within three hundred and eighty (380) working days and forty five (45) working days to final project completion. Four

    hundred and twenty five (425) total working days.

    3. ADDENDA

    Acknowledgment of Addenda: (Please initial and date)

    Addendum No. 1:

    Addendum No. 2:

    Addendum No. 3:

    Addendum No. 4:

    Addendum No. 5:

    Addendum No. 6:

    Addendum No. 7:

    Addendum No. 8:

    Addendum No. 9:

    Addendum No. 10:

    Addendum No. 9 - 10/07/2014 Page 5

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    BID PROPOSAL SECTION A-5 - 2

    Addendum No. 11:

    Addendum No. 12:

    Addendum No. 13:

    4. SUBCONTRACTORS

    4.1 Bidders agree to submit in accordance with INSTRUCTIONS TO BIDDERS, a listing of subcontracting firms or business that will be awarded subcontracts.

    4.2 Indicate all Sub-Contractors and services that will perform 5% or more of the total contract amount (Page 19).

    5. DOCUMENTS

    5.1 Acknowledgement of other documents: (Please initial and date)

    Wage Determination: ______________________________________________________________

    Labor Provisions: _________________________________________________________________

    6. MAJOR EQUIPMENT ITEMS

    In connection with major items of equipment to be furnished and installed in the Project, the Bidder agrees to the

    following:

    1. Designate equipment to be supplied by the Bidder in the Schedule of Major Equipment Suppliers Table.

    2. The Bidder’s bids price includes the cost (if any) of changes in design, structure, building, piping, electrical, etc. necessary to accommodate any equipment proposed. Bid Documents were developed

    based on equipment noted as A in the Schedule of Major Equipment Suppliers Table.

    3. Contractor may propose to use an alternative supplier for Major Equipment noted in the Schedule of Major Equipment Suppliers Table. Include appropriate deductive price offered for any alternative supplier

    proposed deemed equal in quality to those listed as Base Bid Suppliers in table. However, a Base Bid

    supplier must be selected. Failure to indicate a Base Bid supplier shall render the Bidder non-responsive.

    If the alternate supplier is determined by the Engineer to not be equivalent, the Bidder shall revert back to

    the supplier selected in the base bid.

    4. If the proposed alternate supplier is determined “non equivalent” by the Engineer, the bidder must use the circled supplier. If the Bidder fails to indicate which listed supplier/manufacturer he intends to use if an

    alternate is rejected, he must use the supplier listed as “A”. Also, if the bidder circles more than one listed

    supplier, he must use the first supplier circled (unless an alternate is approved).

    5. For any alternate supplier accepted by the Owner, the Contract price will be reduced by the deductive amount stated in the Bid. However, because the Contract Price is based on listed suppliers/manufacturers

    it will not be adjusted for any alternate supplier rejected.

    6. The deductive amount specified for alternate suppliers/manufacturers will not be used in determining the successful Bidder. Alternates will be considered only after award of the contract.

    Addendum No. 9 - 10/07/2014 Page 6

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    BID PROPOSAL SECTION A-5 - 3

    SCHEDULE OF MAJOR EQUIPMENT SUPPLIERS

    Specification

    Section No.

    Equipment Description

    Base Bid

    Supplier/Mfr

    Selected Base

    Bid a Supplier/Mfr

    Deduct

    Alternative b Supplier/Mfr

    Deductive Price

    11062 Influent LS- Submersible

    Pumps

    A. Xylem/ITT Flygt B. KSB

    $

    11063

    BNR Basin-

    Scum Pump

    A. Xylem/ITT Flygt B. KSB

    $

    11064 BNR-

    NRCY Submersible

    Propeller Pumps

    A. Xylem/ITT Flygt B. KSB

    $

    11066 NPW PS-

    Vertical Turbine Pumps

    A. Flowserve A $

    11068 Dewatering Facility-

    Positive Displacement

    Pumps

    A. Moyno B. Netzsch C. Seepex

    $

    11070 Secondary Clarifier-

    Re-circulating Scum

    Pumps

    A. Vaughan B. Hayward Gordon

    $

    11072 RAS/WAS PS-

    Screw Centrifugal

    Pumps

    A. Wemco B. Hayward Gordon

    $

    11073 Headworks-

    Grit Pump

    A. Wemco B. Pista Turbo

    $

    11084 BNR & Chlorine Contact

    Basin-

    Fine Bubble Diffusers

    A. ITT Sanitare B. Aquarius C. Stamford Scientific Inc.

    (SSI)

    D. Environmental Dynamics, Inc. (EDI)

    $

    11086 Sludge Holding Tank-

    Coarse Bubble Diffusers

    A. Aquarius B. ITT Sanitare C. Stamford Scientific Inc.

    (SSI)

    D. Environmental Dynamics, Inc. (EDI)

    $

    11092 Headworks-

    Fine Screen

    A. JWC Environmental B. Hydo-Dyne, Inc.

    $

    11092 Headworks-

    Grinder

    A. JWC Environmental

    A $

    11096 Headworks-

    Vortex Grit System

    A. Smith and Loveless, Inc. B. Jones and Attwood C. Hydro-Dyne, Inc.

    $

    11097 Headworks-

    Grit Classifer and

    Washer

    A. Smith and Loveless, Inc. B. Jones and Attwood C. Hydro-Dyne, Inc.

    $

    11125 Secondary Clarifier-

    Circular Suction Type

    A. Siemens B. Ovivo C. Walker Process

    $

    11249 Disinfection System-

    Chlorine Scrubber

    System

    A. Purafil Environmental B. EST C. Pure Air Filtration

    $

    11282 Weir & Slide Gates, Stop

    Logs

    A. FONTAINE LTD. B. Whipps Inc. C. Hydro Gate

    $

    11373 CCB Rotary Lobe

    Positive Displacement

    Blowers

    A. Aerzen B. HSI/Atlas Copco, USA

    $

    Addendum No. 9 - 10/07/2014 Page 7

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    BID PROPOSAL SECTION A-5 - 4

    Specification

    Section No.

    Equipment Description

    Base Bid

    Supplier/Mfr

    Selected Base

    Bid a Supplier/Mfr

    Deduct

    Alternative b Supplier/Mfr

    Deductive Price

    11374 BNR and SHT-

    Rotary Lobe

    Compression Blowers

    A. Aerzen B. HSI/Atlas Copco, USA

    $

    11375 BNR-

    Vertical Anoxic Mixers

    A. Lightnin B. Philadelphia C. Chemineer

    $

    11415 Dewatering Facility-

    Belt Filter Press

    A. Ashbrook Simon-Hartly B. Andritz

    $

    11420 Sludge Holding Tank-

    Rotary Drum Thickener

    A. Parkson B. Alfa Laval, Inc. C. Vulcan Industries

    $

    11921 Disinfection System-

    Chlorination System

    A. Siemens- Wallace & Tiernan

    B. Capital Controls

    $

    11923 Chemical Feed-

    Polymer Feed System

    A. US Filter/Stranco B. Velodyne C. Dynablend

    $

    11924 SBS System-

    Chemical Induction Unit

    A. Water Champ B. JCS Industries C. Gas MASTRRR

    $

    11925 SBS System-

    Peristaltic Metering

    Pumps

    A. Watson-Marlow B. Blue and White C. Prominent

    $

    11928 SBS System -

    FRP Tank

    A. Xerxes B. Diamond Fiberglass C. Plastank

    $

    14550 Belt Conveyor -

    A. Jim Myers & Sons, Inc. B. KMS Environmental C. Custom Conveyors D. JDV Equipment

    $

    14560 Pivoting Shaft

    Conveyors-

    A. Jim Myers & Sons, Inc. B. KMS Environmental C. Custom Conveyors D. JDV Equipment

    $

    a Indicate Supplier selected: A, B, C, or D.

    b Indicate definite alternate supplier (if applicable) deemed equal in quality to those listed as Base Bid Suppliers.

    7. TRENCH EXCAVATION SAFETY PROTECTION

    When trench excavations exceed 5-feet in depth, CONTRACTOR shall comply with Occupational Safety and

    Health Administrations standards for trench safety that will be effect during the Work. A copy of geotechnical

    information for CONTRACTOR use in design of the trench safety system is available upon request.

    Addendum No. 9 - 10/07/2014 Page 8

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    BID PROPOSAL SECTION A-5 - 5

    8. BIDDER

    Contractor/Firm

    Signature Title

    Address City/State Zip Code

    Telephone Number: ( )

    Fax Number ( )

    Date:

    Addendum No. 9 - 10/07/2014 Page 9

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    BID PROPOSAL SECTION A-5 - 6

    CITY OF LAREDO UTILITIES DEPARTMENT

    SOMBRERETILLO WASTEWATER TREATMENT PLANT

    BID SCHEDULE

    BIDDER'S NOTE: Show amounts in both words and figures. In case of discrepancy, the amount shown in

    words shall govern. Refer to Specification Section 01025-MEASUREMENT AND

    PAYMENT for a complete description of each work item.

    ITEM

    NO.

    ITEM DESCRIPTION

    WITH UNIT BID WRITTEN IN WORDS

    UNIT UNIT

    QTY

    UNIT BID

    PRICE

    AMOUNT

    BID

    A. LUMP SUM WORK

    1.

    Mobilization. _________________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________ LS 1

    $________ $_________

    2.

    Stormwater Pollution Prevention Plan (SWPPP). This

    also includes all BMPs (silt fencing, construction,

    entrance, inlet protection, rock filter dams, hydromulch

    seeding, etc).

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1

    $________ $_________

    3.

    Control of Groundwater and Surface Water. _________

    ____________________________________________

    ____________________________________________

    ____________________________________________ LS 1

    $________ $_________

    4.

    Trench Safety System. __________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________ LF 16,297

    $________ $_________

    5.

    Off-site 8-inch Water Main, all depths, includes all

    excavation. ___________________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LF 1,925

    $________ $_________

    6.

    Off-site 8-inch Sanitary Sewer, all depths, includes all

    excavation. ___________________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LF 2,105

    $________ $_________

    Addendum No. 9 - 10/07/2014 Page 10

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    BID PROPOSAL SECTION A-5 - 7

    CITY OF LAREDO UTILITIES DEPARTMENT

    SOMBRERETILLO WASTEWATER TREATMENT PLANT

    BID SCHEDULE

    BIDDER'S NOTE: Show amounts in both words and figures. In case of discrepancy, the amount shown in

    words shall govern. Refer to Specification Section 01025-MEASUREMENT AND

    PAYMENT for a complete description of each work item.

    ITEM

    NO.

    ITEM DESCRIPTION

    WITH UNIT BID WRITTEN IN WORDS

    UNIT UNIT

    QTY

    UNIT BID

    PRICE

    AMOUNT

    BID

    7.

    Off-site 18-inch Sanitary Sewer, all depths, includes all

    excavation. ___________________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LF 2,450

    $________ $_________

    8.

    Off-site 24-inch Sanitary Sewer, all depths, includes all

    excavation. ___________________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LF 6,606

    $________ $_________

    9.

    Off-site 30-inch Sanitary Sewer (To Influent Lift

    Station), all depths, includes all excavation. _________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LF 3,210

    $________ $_________

    10.

    Off-site Manholes (All depths and sizes), includes all

    excavation. ___________________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    EA 34

    $________ $_________

    11.

    Influent Lift Station (Series 200). Includes all structural

    and mechanical components including equipment

    required to make Influent Lift Station functional

    whether shown or not shown on the Plans. Electrical and

    PMCS related items shall be included in Item 23 and 24.

    ____________________________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1

    $________ $_________

    12.

    Headworks (Series 300). Includes all structural and

    mechanical components excluding bid item 30 (Refer to

    Bid Item 30) required to make Headworks functional

    whether shown or not shown on the Plans. Electrical and

    PMCS related items shall be included in Item 23 and 24.

    ____________________________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1

    $________ $_________

    Addendum No. 9 - 10/07/2014 Page 11

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    BID PROPOSAL SECTION A-5 - 8

    CITY OF LAREDO UTILITIES DEPARTMENT

    SOMBRERETILLO WASTEWATER TREATMENT PLANT

    BID SCHEDULE

    BIDDER'S NOTE: Show amounts in both words and figures. In case of discrepancy, the amount shown in

    words shall govern. Refer to Specification Section 01025-MEASUREMENT AND

    PAYMENT for a complete description of each work item.

    ITEM

    NO.

    ITEM DESCRIPTION

    WITH UNIT BID WRITTEN IN WORDS

    UNIT UNIT

    QTY

    UNIT BID

    PRICE

    AMOUNT

    BID

    13.

    BNR Basin and Blowers (Series 400). Includes all

    structural and mechanical components including

    equipment required to make BNR Basin and Blowers

    functional whether shown or not shown on the Plans.

    Electrical and PMCS related items shall be included in

    Item 23 and 24. ________________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1

    $________ $_________

    14.

    Secondary Clarifiers (Series 600). Includes all structural

    and mechanical components including equipment

    required to make Secondary Clarifiers functional

    whether shown or not shown on the Plans. Electrical and

    PMCS related items shall be included in Item 23 and 24.

    ____________________________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1

    $________ $_________

    15.

    RAS/WAS PS (Series 700). Includes all structural and

    mechanical components including equipment required

    to make RAS/WAS Station functional whether shown or

    not shown on the Plans. Electrical and PMCS related

    items shall be included in Item 23 and 24. ___________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1

    $________ $_________

    16.

    Chlorine Contact Basin and Blowers (Series 800).

    Includes all structural and mechanical components

    excluding bid item 31 (Refer to Bid Item 31) required to

    make Chlorine Contact Basin and Blowers functional

    whether shown or not shown on the Plans. Electrical and

    PMCS related items shall be included in Item 23 and 24.

    ____________________________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1

    $________ $_________

    Addendum No. 9 - 10/07/2014 Page 12

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    BID PROPOSAL SECTION A-5 - 9

    CITY OF LAREDO UTILITIES DEPARTMENT

    SOMBRERETILLO WASTEWATER TREATMENT PLANT

    BID SCHEDULE

    BIDDER'S NOTE: Show amounts in both words and figures. In case of discrepancy, the amount shown in

    words shall govern. Refer to Specification Section 01025-MEASUREMENT AND

    PAYMENT for a complete description of each work item.

    ITEM

    NO.

    ITEM DESCRIPTION

    WITH UNIT BID WRITTEN IN WORDS

    UNIT UNIT

    QTY

    UNIT BID

    PRICE

    AMOUNT

    BID

    17.

    Chlorine Building (Series 900). Includes all structural

    and mechanical components including equipment

    required to make Chlorine Building functional whether

    shown or not shown on the Plans. Electrical and PMCS

    related items shall be included in Item 23 and 24. _____

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1

    $________ $_________

    18.

    Sodium Bisulfite (SBS) System (Series 1000). Includes

    all structural and mechanical components including

    equipment required to make Sodium Bisulfite (SBS)

    System functional whether shown or not shown on the

    Plans. Electrical and PMCS related items shall be

    included in Item 23 and 24. ______________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1

    $________ $_________

    19.

    Sludge Holding Tank and Blowers (Series 1100).

    Includes all structural and mechanical components

    including equipment required to make Sludge Holding

    Tank and Blowers Sodium Bisulfite (SBS) System

    functional whether shown or not shown on the Plans.

    Electrical and PMCS related items shall be included in

    Item 23 and 24. ________________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1

    $________ $_________

    20.

    Dewatering Facility (Series 1200). Includes all

    structural and mechanical components including

    equipment required to make Dewatering Facility

    functional whether shown or not shown on the Plans.

    Electrical and PMCS related items shall be included in

    Item 23 and 24. ________________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1

    $________ $_________

    21.

    Electrical Buildings (Series 1300). It also includes all

    items required including equipment to make Electrical

    Buildings functional whether shown or not shown on the

    Plans. Electrical and PMCS related items shall be

    included in Item 23 and 24. ______________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1

    $________ $_________

    Addendum No. 9 - 10/07/2014 Page 13

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    BID PROPOSAL SECTION A-5 - 10

    CITY OF LAREDO UTILITIES DEPARTMENT

    SOMBRERETILLO WASTEWATER TREATMENT PLANT

    BID SCHEDULE

    BIDDER'S NOTE: Show amounts in both words and figures. In case of discrepancy, the amount shown in

    words shall govern. Refer to Specification Section 01025-MEASUREMENT AND

    PAYMENT for a complete description of each work item.

    ITEM

    NO.

    ITEM DESCRIPTION

    WITH UNIT BID WRITTEN IN WORDS

    UNIT UNIT

    QTY

    UNIT BID

    PRICE

    AMOUNT

    BID

    22.

    Operation & Control Building and Associated

    Driveway, and Parking Areas (Series 1400) including

    equipment required to make Operations and Control

    Building functional whether shown or not shown on the

    Plans. Electrical and PMCS related items shall be

    included in Item 23 and 24. ______________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1

    $________ $_________

    23.

    Plant Electrical System including generators,

    switchgear, motor control centers, variable frequency

    drives, conduit and wiring system, underground conduit

    banks and pullboxes, etc. ________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1

    $________ $_________

    24.

    Plant Process Monitoring Control System (PMCS) and

    Field Instrumentation ___________________________

    ____________________________________________

    ____________________________________________

    LS 1

    $________ $________

    25.

    Plant Yard Piping. _____________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1

    $________ $_________

    26.

    Plant Paving and Grading (Includes all Plant roads). ___

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1

    $________ $_________

    27.

    Off Site Plant Entrance Road (Driveway). ___________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1

    $________ $_________

    28.

    Masonry Fence. _______________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LF 1,609

    $________ $_________

    Addendum No. 9 - 10/07/2014 Page 14

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    BID PROPOSAL SECTION A-5 - 11

    CITY OF LAREDO UTILITIES DEPARTMENT

    SOMBRERETILLO WASTEWATER TREATMENT PLANT

    BID SCHEDULE

    BIDDER'S NOTE: Show amounts in both words and figures. In case of discrepancy, the amount shown in

    words shall govern. Refer to Specification Section 01025-MEASUREMENT AND

    PAYMENT for a complete description of each work item.

    ITEM

    NO.

    ITEM DESCRIPTION

    WITH UNIT BID WRITTEN IN WORDS

    UNIT UNIT

    QTY

    UNIT BID

    PRICE

    AMOUNT

    BID

    29.

    Chain link Fence (Cyclone).______________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LF 1,731

    $________ $_________

    B. UNIT PRICE ITEMS

    30.

    Headworks Grinder (HWGR-0301 and HWGR-0302)

    JWC Environmental. (Equipment Only). Include

    installation cost only in Bid Item 12. _______________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    EA 2 $________ $_________

    31.

    NPW PS – Vertical Turbine Pumps (NPWP-0801 and

    NPWP-0802) Flowserve. (Equipment Only). Include

    installation cost only in Bid Item 16. ______________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    EA 2 $________ $_________

    C. ALLOWANCE:

    $_________

    32.

    Laboratory Equipment. _________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1 $80,000 $80,000

    33.

    Laboratory Equipment: Overhead and Profit. ________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1 $4,000 $4,000

    34.

    General. _____________________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1 $250,000 $250,000

    Addendum No. 9 - 10/07/2014 Page 15

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    BID PROPOSAL SECTION A-5 - 12

    CITY OF LAREDO UTILITIES DEPARTMENT

    SOMBRERETILLO WASTEWATER TREATMENT PLANT

    BID SCHEDULE

    BIDDER'S NOTE: Show amounts in both words and figures. In case of discrepancy, the amount shown in

    words shall govern. Refer to Specification Section 01025-MEASUREMENT AND

    PAYMENT for a complete description of each work item.

    ITEM

    NO.

    ITEM DESCRIPTION

    WITH UNIT BID WRITTEN IN WORDS

    UNIT UNIT

    QTY

    UNIT BID

    PRICE

    AMOUNT

    BID

    35.

    Landscaping. _________________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1 $18,000 $18,000

    36.

    Landscaping: Overhead and Profit. ________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1 $900 $900

    37.

    Field Testing. _________________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1 $10,000 $10,000

    38.

    Field Testing: Overhead and Profit. ________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1 $500 $500

    39.

    Skid-Steer Loader (Bobcat).______________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1 $25,000 $25,000

    40.

    Furniture and Furnishings for Operation and

    Maintenance Building. __________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1 $30,000 $30,000

    41.

    Furniture and Furnishings for Operations and

    Maintenance Building: Overhead and Profit. ________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1 $1,500 $1,500

    Addendum No. 9 - 10/07/2014 Page 16

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    BID PROPOSAL SECTION A-5 - 13

    CITY OF LAREDO UTILITIES DEPARTMENT

    SOMBRERETILLO WASTEWATER TREATMENT PLANT

    BID SCHEDULE

    BIDDER'S NOTE: Show amounts in both words and figures. In case of discrepancy, the amount shown in

    words shall govern. Refer to Specification Section 01025-MEASUREMENT AND

    PAYMENT for a complete description of each work item.

    ITEM

    NO.

    ITEM DESCRIPTION

    WITH UNIT BID WRITTEN IN WORDS

    UNIT UNIT

    QTY

    UNIT BID

    PRICE

    AMOUNT

    BID

    42.

    Door Finish Hardware for Operation and Maintenance

    Building. ____________________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1 $4,500 $4,500

    43.

    Door Finish Hardware for Operation and Maintenance

    Building: Overhead and Profit. ____________________________________________

    ____________________________________________

    ____________________________________________

    LS 1 $225 $225

    44.

    Conduit and Cable Modifications at BNR Basin. _____

    ____________________________________________

    ____________________________________________

    ____________________________________________ LS 1 $50,000 $50,000

    45.

    Reclaimed Water Fill Station. ____________________

    ____________________________________________

    ____________________________________________

    ____________________________________________ LS 1 $100,000 $100,000

    46.

    Rock excavation for Yard Piping within the plant site

    only. ________________________________________

    ____________________________________________

    ____________________________________________

    ____________________________________________

    CY 2,000 $80,000 $80,000

    Addendum No. 9 - 10/07/2014 Page 17

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    BID PROPOSAL SECTION A-5 - 14

    The following Extra Unit Prices are not included as part of the Bid Price:

    ITEM DESCRIPTION

    WITH UNIT BID WRITTEN IN WORDS

    UNIT UNIT

    QTY

    UNIT BID

    PRICE

    AMOUNT

    BID

    D. EXTRA UNIT PRICES FOR:

    1.

    7-in Concrete Pavement and subgrade

    ____________________________________________

    ____________________________________________

    ____________________________________________

    SY 1

    $________ $_________

    2.

    Asphalt Pavement (2-Inch HMAC, 13-in Flex Base,

    Prime Coat, and Sub-grade)

    ____________________________________________

    ____________________________________________

    ____________________________________________

    SY 1

    $________ $_________

    3.

    4-in thick Concrete Sidewalk including sub base

    preparation.

    ____________________________________________

    ____________________________________________

    ____________________________________________

    SY 1

    $________ $_________

    Addendum No. 9 - 10/07/2014 Page 18

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    BID PROPOSAL SECTION A-5 - 15

    BID SUMMARY

    LUMP SUM WORK (A): $

    UNIT PRICE ITEM (B): $

    ALLOWANCE (C): $

    TOTAL BID: (A+B+C) $

    TOTAL BID

    WRITTEN IN

    WORDS:

    Contractor/Firm

    Signature Title

    Address City/State Zip Code

    Telephone Number: ( )

    Fax Number ( )

    Date:

    NOTE: PRICES BID FOR ALL ITEMS ARE COMPLETE AND PLACE, AND FOR FURNISHING ALL

    LABOR, MATERIALS, EQUIPMENT, INCIDENTIALS AND ALL APPURTENANCES, AS

    REQUIRED FOR A COMPLETE AND TOTAL PROJECT AS DESIGNED AND SHOWN IN THE

    CONTRACT DOCUMENTS AND SPECIFICATIONS.

    Addendum No. 9 - 10/07/2014 Page 19

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    BID PROPOSAL SECTION A-5 - 16

    INFORMATION FROM BIDDERS

    CONTRACTOR’S STATEMENT OF QUALIFICATIONS

    CONSTRUCTION EXPERIENCE

    PROJECT: SOMBRERETILLO WASTEWATER TREATMENT PLANT

    Statement of Qualifications: (Similar Projects Completed by Bidder). Contractor shall list four (4) Wastewater

    Treatment Plant construction projects completed by the Contractor during the last 10 years, each involving work of

    similar type and complexity having a minimum capacity of 3 MGD (new or expansion). Additionally, at least three (3)

    of the four (4) qualifying reference projects must have been constructed in Texas. Failure to provide the information will

    cause the bid to be non-responsive and rejected.

    1. Name of Project:

    Value of Contract:

    Date Completed:

    Owner:

    Address:

    Telephone

    2. Name of Project:

    Value of Contract:

    Date Completed:

    Owner:

    Address:

    Telephone

    3. Name of Project:

    Value of Contract:

    Date Completed:

    Owner:

    Address:

    Telephone

    Addendum No. 9 - 10/07/2014 Page 20

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    BID PROPOSAL SECTION A-5 - 17

    4. Name of Project:

    Value of Contract:

    Date Completed:

    Owner:

    Address:

    Telephone

    Experience Data: (Include name and experience record of the Superintendent)

    Financial Status: A confidential financial statement will be submitted by the apparent successful low Bidder only if the

    Owner deems it necessary.

    Addendum No. 9 - 10/07/2014 Page 21

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    BID PROPOSAL SECTION A-5 - 18

    INFORMATION FROM BIDDERS (CONTINUED)

    CONTRACTOR’S STATEMENT OF QUALIFICATIONS

    PROJECT: SOMBRERETILLO WASTEWATER TREATMENT PLANT

    Proposed Project Team:

    1. Project Manager: ___________________________________

    2. Project Superintendent: ______________________________

    Proposed Progress Schedules:

    Data on Equipment to be used on the Work: (Include the number of machines, the type, capacity, age and conditions and

    locations)

    Materials: List sources, types and manufacturers of proposed materials. Failure to provide the listing of

    materials will render the bid non-responsive.

    1. Concrete ____________________________________________________

    2. Asphalt Stabilized Base ____________________________________________________

    3. Flexible Base Course _____________________________________________________

    4. Asphaltic Concrete Pavement _____________________________________________________

    5. _____________________ _____________________________________________________

    6. _____________________ _____________________________________________________

    7. _____________________ _____________________________________________________

    8. _____________________ _____________________________________________________

    9. _____________________ _____________________________________________________

    10. _____________________ _____________________________________________________

    Addendum No. 9 - 10/07/2014 Page 22

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    BID PROPOSAL SECTION A-5 - 19

    Subcontractors: Submit a list of proposed Subcontractors that are providing 5% or more of total bid price. Failure to

    provide the listing of subcontractors will render the bid non-responsive.

    1. Tunnel Shafts ____________________________________________________

    2. Tunnel Excavation ____________________________________________________

    3. Concrete _____________________________________________________

    4. System Integrator _____________________________________________________

    5. Electrical _____________________________________________________

    6. Process Monitoring Control System (PMCS)

    Including Field Instrumentation

    _____________________________________________________

    7. Yard and Site Piping _____________________________________________________

    8. Asphalt Pavement _____________________________________________________

    9. Structural Steel _____________________________________________________

    10. Utility Contractor (Offsite Sewer) _____________________________________________________

    11. _____________________ _____________________________________________________

    Additional Subcontractor Requirements:

    Bidding Contractors shall submit at bid time certified qualifications documentation from the proposed PMCS

    subcontractor that clearly substantiates compliance with qualifications requirements stipulated in Section 13440.1.01.D.

    Failure to meet the required acceptable qualifications could subject the General Contractor’s bid to be disqualified.

    Addendum No. 9 - 10/07/2014 Page 23

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    BID PROPOSAL SECTION A-5 - 20

    BID BOND

    PROJECT: SOMBRERETILLO WASTEWATER TREATMENT PLANT

    KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned

    as Principal, and

    as Surety, are hereby held and firmly bound unto The City of Laredo, Texas as Owner in the penal sum of

    for payment of which, well and truly to be made, we hereby jointly and severally bid ourselves, our heirs,

    executors, administrators, successors and assigns.

    Signed, this day of , .

    The condition of the above obligation is such that whereas the Principal has submitted to

    a certain Bid,

    attached hereto and hereby made a part hereof to enter into a Contract in writing for the

    PROJECT: SOMBRERETILLO WASTEWATER TREATMENT PLANT

    NOW, THEREFORE,

    (a) If said Bid shall be rejected, or in the alternate,

    (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful

    performance of said Contract, and for the payment of all persons performing labor or furnishing materials

    in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of

    said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being

    expressly understood and agreed that the liability of the surety for any and all claims hereunder shall, in no

    event, exceed the penal amount of this obligation as herein stated.

    The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety, and its bonds

    shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and

    said Surety does hereby waive notice of any such extension.

    IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals and such of

    them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their

    proper officers, the day and year first set forth herein.

    Addendum No. 9 - 10/07/2014 Page 24

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    BID PROPOSAL SECTION A-5 - 21

    BID BOND (CONTINUED)

    PROJECT: SOMBRERETILLO WASTEWATER TREATMENT PLANT

    (L.S.)

    Principal

    Seal

    Surety

    By:

    Addendum No. 9 - 10/07/2014 Page 25

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    BID PROPOSAL SECTION A-5 - 22

    AFFIDAVIT

    PROJECT: SOMBRERETILLO WASTEWATER TREATMENT PLANT

    Form of Non-Collusive Affidavit

    AFFIDAVIT

    STATE OF TEXAS { }

    COUNTY OF WEBB { }

    being first duly sworn, deposes and says

    that he is

    (a Partner or Officer of the firm of, etc.)

    the party making the foregoing proposal or bid, that such proposal or bid is genuine and not collusive or sham; that said

    Bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any Bidder or Person, to put in a

    sham bid or to refrain from bidding and has not in any manner, directly or indirectly, sought by agreement or collusion,

    or communication or conference, with any person, to fix the bid price or affiant of any other Bidder, or to fix any

    overhead, profit or cost element of said bid price, or of that of any other Bidder, or to secure any advantage against the

    City of Laredo or any person interested in the proposed Contract; and that all statements in said proposal or bid are true.

    Signature of

    Bidder, if the Bidder is an Individual

    Partner, if the Bidder is a Partnership

    Officer, if the Bidder is a Corporation

    Subscribed and sworn before me this day of , 2014.

    Notary Public

    My Commission expires

    END OF SECTION

    Addendum No. 9 - 10/07/2014 Page 26

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    MEASUREMENT AND PAYMENT 01025 - 1

    SECTION 01025

    MEASUREMENT AND PAYMENT

    PART 1 - GENERAL

    1.1 SCOPE SUMMARY

    A. Procedures for measurement and payment plus conditions for nonconformance assessment and non-payment for rejected products.

    1.2 AUTHORITY

    A. Measurement methods delineated in Specification sections are intended to complement the criteria of this section. In the event of conflict, the requirements of the Specification section shall

    govern.

    1.3 UNIT QUANTITIES SPECIFIED

    A. UNIT QUANTITIES ARE PROVIDED FOR INFORMATION PURPOSES ONLY. NO ADDITIONALY PAY SHALL BE PROVIDED IF THE ACTUAL WORK REQUIRED IS

    GREATER THAN THOSE INDICATED IN THE BID FORM. IF NO BID ITEM IS

    PROVIDED FOR WORK SHOWN ON THE DRAWINGS, IT SHALL BE CONSIDERED

    INCIDENTAL TO ONE OF THE OTHER BID ITEMS.

    1.4 ADMINISTRATIVE SUBMITTALS

    A. Schedule of Values: Submit schedule on CONTRACTOR's standard form.

    B. Schedule of Estimated Progress Payments: 1. Submit with initially acceptable schedule of values. 2. Submit adjustments thereto with Application for Payment.

    C. Application for Payment.

    D. Final Application for Payment.

    1.5 SCHEDULE OF VALUES

    A. Prepare a separate schedule of values for each schedule of Work under the Agreement.

    B. Unit Price Work: Reflect unit price quantity and price breakdown from conformed Bid Form.

    C. An unbalanced or front-end loaded schedule will not be acceptable.

    D. Summation of the complete schedule of values representing all Work shall equal the Contract Price.

    E. Refer to Section 01292 – Schedule of Values.

    1.6 SCHEDULE OF ESTIMATED PROGRESS PAYMENTS

    A. Show estimated payment requests throughout Contract Times aggregating initial Contract Price.

    B. Base estimated progress payments on initially acceptable progress schedule. Adjust to reflect subsequent adjustments in progress schedule and Contract Price as reflected by modifications to

    the Contract Documents.

    1.7 APPLICATION FOR PAYMENT

    A. Transmittal Summary Form: Attach one Summary Form with each detailed Application for Payment for each schedule and include Request for Payment of Materials and Equipment on Hand

    as applicable. Execute certification by authorized officer of CONTRACTOR.

    Addendum No. 9 - 10/07/2014 Page 27

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    MEASUREMENT AND PAYMENT 01025 - 2

    B. Provide separate form for each schedule as applicable.

    C. Include accepted schedule of values for each schedule or portion of Work, the unit price breakdown for Work to be paid on unit price basis, a listing of OWNER-selected equipment, if

    applicable, and allowances, as appropriate.

    D. Preparation: 1. Round values to nearest dollar. 2. List each Change Order and Written Amendment executed prior to date of submission as

    separate line item. Totals to equal those shown on the Transmittal Summary Form for each

    schedule as applicable.

    3. Submit Application for Payment, including a Transmittal Summary Form and detailed Application for Payment Form(s) for each schedule as applicable, a listing of materials on

    hand for each schedule as applicable, and such supporting data as may be requested by

    OWNER.

    1.8 MEASUREMENT – GENERAL

    A. Weighing, measuring, and metering devices used to measure quantity of materials for Work shall be suitable for purpose intended and conform to tolerances and specifications as specified in

    National Institute of Standards and Technology, Handbook 44.

    B. Whenever pay quantities of material are determined by weight, the material shall be weighed on scales furnished by CONTRACTOR and certified accurate by the state agency responsible. A

    weight or load slip shall be obtained from the weigher and delivered to the OWNER's

    representative at the point of delivery of the material.

    C. If material is shipped by rail, the car weights will be accepted provided that actual weight of material only will be paid for and not minimum car weight used for assessing freight tariff, and

    provided further that car weights will not be acceptable for material to be passed through mixing

    plants.

    D. Vehicles used to haul material being paid for by weight shall be weighed empty daily and at such additional times as required by ENGINEER. Each vehicle shall bear a plainly legible

    identification mark.

    E. All materials which are specified for measurement by the cubic yard measured in the vehicle shall be hauled in vehicles of such type and size that the actual contents may be readily and

    accurately determined. Unless all vehicles are of uniform capacity, each vehicle must bear a

    plainly legible identification mark indicating its water level capacity. All vehicles shall be loaded

    to at least their water level capacity. Loads hauled in vehicles not meeting the above requirements

    or loads of a quantity less than the capacity of the vehicle, measured after being leveled off as

    above provided, will be subject to rejection, and no compensation will be allowed for such

    material.

    F. Quantities will be based on ground profiles shown. Field surveys will not be made to confirm accuracy of elevations shown.

    G. Where measurement of quantities depends on elevation of existing ground, elevations obtained during construction will be compared with those shown on Drawings. Variations of 1 foot or less

    will be ignored, and profiles shown on Drawings will be used for determining quantities.

    H. Units of measure shown on the Bid Form shall be as follows unless specified otherwise

    Item Method of Measurement

    AC Acre—Field Measure by ENGINEER

    CY Cubic Yard—Field Measure by ENGINEER within the limits

    specified or shown

    CY-VM Cubic Yard—Measured in the Vehicle by Volume

    EA Each—Field Count by ENGINEER

    GAL Gallon—Field Measure by ENGINEER

    Addendum No. 9 - 10/07/2014 Page 28

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    MEASUREMENT AND PAYMENT 01025 - 3

    Item Method of Measurement

    HR Hour

    LB Pound(s)—Weight Measure by Scale

    LF Linear Foot—Field Measure by ENGINEER

    LS Lump Sum—Unit is one; no measurement will be made

    SF Square Foot

    SY Square Yard

    TON Ton—Weight Measure by Scale (2,000 pounds)

    I. Rock excavation: The removal of materials classified as rock and the disposal of the excavated material in conformity with the lines, grades, and dimensions shown on the drawings. Rock is

    classified as limestone, sandstone, granite or similar rocks in solid beds or masses in original or

    stratified position which can be removed only by continuous drilling , or the use of pneumatic

    tools, and all boulders of 1 cubic yard in volume or larger. In general, blasting of rock is not

    recommended. However if blasting can be performed without damage to existing facilities and is

    shown as a benefit to the cost and schedule for the project, the City shall consider this as an

    acceptable removal method. Rock excavation is considered as subsidiaries to all bid items except

    for on-site yard piping (Bid Item No. 25)

    1.9 PAYMENT

    A. Payment for lump sum work covers all Work necessary to furnish and install the following items:

    Note: The Contractor is hereby advised that no separate payment will be made for any

    excavation, regardless of the material encountered except for Bid Item No. 25. Please

    refer to the geo-tech report. All excavation for utilities, structures, etc. will be included in

    the lump sum price, or the linear foot price bid for each item.

    NO ITEM DESCRIPTION

    1. Mobilization This item shall govern the mobilization and demobilization of personnel, equipment, and supplies to the project site in preparation for beginning work

    on contract items. It shall include, but not be limited to, the movement of

    equipment and personnel and the establishment of temporary offices and other

    facilities that may be required for the start of the work, for both the general

    contractor & all subcontractors.

    Measurement for payment is on a lump sum basis.

    Addendum No. 9 - 10/07/2014 Page 29

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    MEASUREMENT AND PAYMENT 01025 - 4

    NO ITEM DESCRIPTION

    2. Storm Water Pollution Prevention Plan (SWPPP). This also includes

    all BMPs (silt fencing,

    construction, entrance, inlet

    protection, rock filter dams,

    hydromulch seeding, etc.)

    This item shall govern preparation, maintenance, and implementation of the

    Storm Water Pollution Prevention Plan (SWPPP), and complying with Texas

    Commission on Environmental Quality (TCEQ) regulations, and Texas

    Pollution Discharge Elimination System (TPDES) General Permit

    requirements. The Contractor shall be the operator as defined by TPDES

    General Permit. The Contractor shall submit all notifications and pay all

    associated fees required by the TPDES General Permit. The Contractor’s

    temporary controls shall be installed and maintained throughout the

    construction contract and post construction period. The Contractor shall

    maintain and inspect the temporary control measures in accordance with the

    TPDES General Permit requirements. The Contractor is responsible for any

    disastrous event resulting from negligence in providing the appropriate

    devices to prevent the contamination of storm sewers and channels and

    flooding on the roadway and private properties, in the event of a rainstorm.

    The SWPPP shall be adjusted and updated as the project progresses to meet

    compliance with applicable permits and ordinances. Contractor shall be

    responsible for the removal and appropriate disposal of any project control

    measures not incorporated as a permanent control when final stabilization has

    been obtained on the project. Included related submittals.

    Measurement for payment is on a lump sum basis.

    3. Control of Groundwater and Surface Water

    This item shall govern ground and surface water control including but not

    limited to depressurizing, draining, and maintaining trenches, shaft

    excavation, and foundation beds in a stable condition, and controlling ground

    water conditions for pipeline excavations. Protecting work against surface

    runoff and rising flood waters and disposing of removed water.

    Measurement for payment is on a lump sum basis.

    4. Trench Safety System This item shall govern trench excavation safety protection required for the installation of all trench excavation protection systems to be utilized in the

    project, and including all additional excavation and backfill required by the

    protection system. Such work shall include sloping, sheeting, trench boxes or

    trench shields, sheet piling, cribbing, bracing, shoring, and temporary

    pumping or diversion and recapture of storm water to provide adequate

    drainage. The work shall also include any over-excavation and additional

    backfill necessary to accommodate the trench protection system, as well as

    any jacking or removal of jacks and trench supports after completion. The

    quantity for trench safety is approximately 16,297-lf.

    Measurement for payment is on a linear foot basis.

    5. Off-site 8-inch Water Main This item shall include all supervision, labor, tools, and materials necessary to construct the 8-inch water main and associated appurtenances as depicted in

    the Plans. The quantity for the 8-inch water main is approximately 1,925-lf.

    Measurement for payment is on a linear foot basis.

    6. Off-site 8-inch Sanitary Sewer This item shall include all supervision, labor, tools, and materials necessary to construct the 8-inch sanitary sewer as depicted in the Plans. The quantity for

    the 08-inch sewer main is approximately 2,105-lf.

    Measurement for payment is on a linear foot basis.

    7. Off-site 18-inch Sanitary Sewer This item shall include all supervision, labor, tools, and materials necessary to construct the 18-inch sanitary sewer as depicted in the Plans. The quantity for

    the 18-inch sewer main is approximately 2,450-lf

    Measurement for payment is on a linear foot basis.

    Addendum No. 9 - 10/07/2014 Page 30

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    MEASUREMENT AND PAYMENT 01025 - 5

    NO ITEM DESCRIPTION

    8. Off-site 24-inch Sanitary Sewer This item shall include all supervision, labor, tools, and materials necessary to construct the 24-inch sanitary sewer and as depicted in the Plans. The

    quantity for the 24-inch sewer main is approximately 6,606-lf

    Measurement for payment is on a linear foot basis.

    9. Off-site 30-inch Sanitary Sewer (To Influent Lift Station)

    This item shall include all supervision, labor, tools, and materials necessary to

    construct the 30-inch sanitary sewer as depicted in the Plans. The quantity for

    the 30-inch sewer main is approximately 3,210-lf.

    Measurement for payment is on a linear foot basis.

    10. Off-site Manholes (All depths and sizes)

    This item shall include all supervision, labor, tools, and materials necessary to

    construct the sanitary sewer manholes as depicted in the Plans. The quantity

    for the sanitary sewer manholes is approximately 34.

    Measurement for payment is on a each/unit basis.

    11. Influent Lift Station (Series 200). It also includes all items required to

    make Plant functional whether

    shown or not shown on the Plans.

    This item shall include all supervision, labor tools, and materials necessary to

    acquire and install all the process units listed and in accordance with the

    Project Plans and Specifications. It includes all structural and mechanical

    components. Electrical and Plant Process Monitoring Control Systems

    (PMCS) related components are included in Item 23 and 24.

    Measurement for payment is on a lump sum basis.

    12. Headworks (Series 300). It also includes all items required to make

    Plant functional whether shown or

    not shown on the Plans. This item

    excludes the equipment cost for

    Unit Price Items listed in Section

    B. Refer to Item 30.

    This item shall include all supervision, labor tools, and materials necessary to

    acquire and install all the process units listed and in accordance with the

    Project Plans and Specifications. It includes all structural and mechanical

    components. Electrical and Plant Process Monitoring Control Systems

    (PMCS) related components are included in Item 23 and 24.

    Measurement for payment is on a lump sum basis.

    13. BNR Basin and Blowers (Series 400). It also includes all items

    required to make Plant functional

    whether shown or not shown on

    the Plans.

    This item shall include all supervision, labor tools, and materials necessary to

    acquire and install all the process units listed and in accordance with the

    Project Plans and Specifications. It includes all structural and mechanical

    components. Electrical and Plant Process Monitoring Control Systems

    (PMCS) related components are included in Item 23 and 24.

    Measurement for payment is on a lump sum basis.

    14. Secondary Clarifiers (Series 600). It also includes all items required

    to make Plant functional whether

    shown or not shown on the Plans.

    This item shall include all supervision, labor tools, and materials necessary to

    acquire and install all the process units listed and in accordance with the

    Project Plans and Specifications. It includes all structural and mechanical

    components. Electrical and Plant Process Monitoring Control Systems

    (PMCS) related components are included in Item 23 and 24.

    Measurement for payment is on a lump sum basis.

    Addendum No. 9 - 10/07/2014 Page 31

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    MEASUREMENT AND PAYMENT 01025 - 6

    NO ITEM DESCRIPTION

    15. RAS/WAS PS (Series 700). It also includes all items required to make

    Plant functional whether shown or

    not shown on the Plans.

    This item shall include all supervision, labor tools, and materials necessary to

    acquire and install all the process units listed and in accordance with the

    Project Plans and Specifications. It includes all structural and mechanical

    components. Electrical and Plant Process Monitoring Control Systems

    (PMCS) related components are included in Item 23 and 24.

    Measurement for payment is on a lump sum basis.

    16. Chlorine Contact Basin and Blowers (Series 800). It also

    includes all items required to make

    Plant functional whether shown or

    not shown on the Plans. This item

    excludes the equipment cost for

    Unit Price Items in Section B.

    Refer to Bid Item 31.

    This item shall include all supervision, labor tools, and materials necessary to

    acquire and install all the process units listed and in accordance with the

    Project Plans and Specifications. It includes all structural and mechanical

    components. Electrical and Plant Process Monitoring Control Systems

    (PMCS) related components are included in Item 23 and 24.

    Measurement for payment is on a lump sum basis.

    17. Chlorine Building (Series 900). It also includes all items required to

    make Plant functional whether

    shown or not shown on the Plans.

    This item shall include all supervision, labor tools, and materials necessary to

    acquire and install all the process units listed and in accordance with the

    Project Plans and Specifications. It includes all structural and mechanical

    components. Electrical and Plant Process Monitoring Control Systems

    (PMCS) related components are included in Item 23 and 24.

    Measurement for payment is on a lump sum basis.

    18. Sodium Bisulfite (SBS) System (1000). It also includes all items

    required to make Plant functional

    whether shown or not shown on

    the Plans.

    This item shall include all supervision, labor tools, and materials necessary to

    acquire and install all the process units listed and in accordance with the

    Project Plans and Specifications. It includes all structural and mechanical

    components. Electrical and Plant Process Monitoring Control Systems

    (PMCS) related components are included in Item 23 and 24.

    Measurement for payment is on a lump sum basis.

    19. Sludge Holding Tank and Blowers (1100). It also includes all items

    required to make Plant functional

    whether shown or not shown on

    the Plans.

    This item shall include all supervision, labor tools, and materials necessary to

    acquire and install all the process units listed and in accordance with the

    Project Plans and Specifications. It includes all structural and mechanical

    components. Electrical and Plant Process Monitoring Control Systems

    (PMCS) related components are included in Item 23 and 24.

    Measurement for payment is on a lump sum basis.

    20. Dewatering Facility (Series 1200). It also includes all items required

    to make Plant functional whether

    shown or not shown on the Plans.

    This item shall include all supervision, labor tools, and materials necessary to

    acquire and install all the process units listed and in accordance with the

    Project Plans and Specifications. It includes all structural and mechanical

    components. Electrical and Plant Process Monitoring Control Systems

    (PMCS) related components are included in Item 23 and 24.

    Measurement for payment is on a lump sum basis.

    Addendum No. 9 - 10/07/2014 Page 32

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    MEASUREMENT AND PAYMENT 01025 - 7

    NO ITEM DESCRIPTION

    21. Electrical Buildings (Series 1300). It also includes all items required

    to make Plant functional whether

    shown or not shown on the Plans.

    This item shall include all supervision, labor tools, and materials necessary to

    acquire and install all the process units listed and in accordance with the

    Project Plans and Specifications. It includes all structural and mechanical

    components. Electrical and Plant Process Monitoring Control Systems

    (PMCS) related components are included in Item 23 and 24.

    Measurement for payment is on a lump sum basis.

    22. Operation & Control Building and Associated Driveway and Parking

    Lot (Series 1400). It also includes

    all items required to make Plant

    functional whether shown or not

    shown on the Plans.

    This item shall include all supervision, labor tools, and materials necessary to

    acquire and install all the process units listed and in accordance with the

    Project Plans and Specifications. It includes all structural and mechanical

    components. Electrical and Plant Process Monitoring Control Systems

    (PMCS) related components are included in Item 23 and 24.

    Measurement for payment is on a lump sum basis.

    23. Plant Electrical. It also includes all items required to make Plant

    functional whether shown or not

    shown on the Plans.

    This item shall include all supervision, labor tools, and materials necessary to

    acquire and install all the Plant Electrical in accordance with the Project Plans

    and Specifications. System includes generators, switchgear, motor control

    centers, variable frequency drive, conduit and wiring system, underground

    conduit banks and pull boxes, etc.

    Measurement for payment is on a lump sum basis.

    24. Plant Process Monitoring Control Systems (PMCS) and Field

    Instrumentation. It also includes all

    items required to make Plant

    functional whether shown or not

    shown on the Plans.

    This item shall include all supervision, labor tools, and materials necessary to

    acquire and install all the Plant Process Monitoring Control (PMCS) and Field

    Instrumentation in accordance with the Project Plans and Specifications.

    Measurement for payment is on a lump sum basis.

    25. Plant Yard Piping. It also includes all items required to make Plant

    functional whether shown or not

    shown on the Plans.

    This item shall include all supervision, labor tools, and materials necessary to

    acquire and install all the Plant Yard Piping in accordance with the Project

    Plans and Specifications.

    Measurement for payment is on a lump sum basis.

    26. Plant Paving and Grading. This item shall include all supervision, labor tools, and materials necessary to acquire and install all the Plant Paving and Grading in accordance with the

    Project Plans and Specifications.

    Measurement for payment is on a lump sum basis.

    27. Off Site Plant Entrance Road (Driveway)

    This item shall include all supervision, labor tools, and materials necessary to

    acquire and install the Off-Site Plant Entrance Road (Driveway) in

    accordance with the Project Plans and Specifications.

    Measurement for payment is on a lump sum basis.

    28. Masonry Fence This item shall include all supervision, labor tools, and materials necessary to acquire and install the masonry fence in accordance with the Project Plans and

    Specifications. The quantity for the masonry fence is approximately 1,609-lf.

    Measurement for payment is on a linear foot basis.

    Addendum No. 9 - 10/07/2014 Page 33

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    MEASUREMENT AND PAYMENT 01025 - 8

    NO ITEM DESCRIPTION

    29. Chain Link Fence (Cyclone) This item shall include all supervision, labor tools, and materials necessary to acquire and install the chain link fence (cyclone) in accordance with the

    Project Plans and Specifications. The quantity for the chain link fence is

    approximately 1,731-lf.

    Measurement for payment is on a linear foot basis.

    Addendum No. 9 - 10/07/2014 Page 34

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    MEASUREMENT AND PAYMENT 01025 - 9

    B. Unit price items cover all Work necessary to furnish and install the following items:

    NO. ITEM DESCRIPTION

    30. Headworks Grinder (HWGR-0301 & HWGR-0302). JWC

    Environmental (Equipment Only).

    Include installation in Bid Item 12.

    Bid Price for purchasing the equipment and materials associated with the

    Headworks Grinder and accessories in accordance with Specification Section

    11092 (JWC) only. Installation costs, materials, overhead, profit for

    installing, field testing, and make ready for operation shall be included in Bid

    Item No. 12.

    Measurement for payment is for each.

    31. NPW PS – Vertical Turbine Pumps (NPWP-0801 and NPWP-0802)

    Flowserve. (Equipment Only).

    Include installation in Bid Item 16.

    Bid Price for purchasing the equipment and materials associated with the

    BNR Scum Pump and accessories in accordance with Specification Section

    11066 (Flowserve) only. Installation costs, materials, overhead, profit for

    installing, field testing, and make ready for operation shall be included in Bid

    Item No. 16.

    Measurement for payment is for each.

    C. Allowance Items:

    NO. ITEM DESCRIPTION

    32. Laboratory Equipment Allowance This item shall govern Laboratory Equipment required by the OWNER

    33. Laboratory Equipment: Overhead and Profit Allowance

    This item shall govern any and all Contractor Overhead and Profit Allowance

    associated with Laboratory Equipment (5%).

    34. General Allowance The General Allowance may be used by the OWNER for contingencies and/or general improvements for the project.eral improvements for the

    project.

    35. Landscaping Allowance The Landscaping Allowance may be used by the OWNER for the addition of landscaping and irrigation around the perimeter of the Operations and

    Administration Building as well as the general plant site.

    36. Landscaping: Overhead and Profit Allowance

    This item shall govern any and all Contractor Overhead and Profit Allowance

    associated with Landscaping (5%).

    37. Field Testing Allowance This work provides for an allowance, on a negotiated basis, for additional field testing as directed by OWNER during the Construction period. This

    allowance is for work that is in addition to the Contract requirements, and is

    not presently identified as part of the Contract. This item does not include

    quality control or other testing required to be performed by the Contractor.

    Includes related submittals.

    Addendum No. 9 - 10/07/2014 Page 35

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    MEASUREMENT AND PAYMENT 01025 - 10

    NO. ITEM DESCRIPTION

    38. Field Testing: Overhead and Profit Allowance

    This item shall govern any and all Contractor Overhead and Profit Allowance

    associated with Field Testing (5%).

    39. Skid-Steel Loader (Bobcat) Allowance

    The Allowance may be used by the OWNER for the purchase of a skid steel

    type loader (Bobcat)

    40. Furniture and Furnishings for Operation and Maintenance

    Building Allowance

    The Furniture and Furnishings Allowance may be used by the OWNER for

    the purchase of furniture and furnishings for the Operation and

    Administration Building

    41. Furniture and Furnishings for Operation and Maintenance

    Building: Overhead and Profit

    This item shall govern any and all Contractor Overhead and Profit Allowance

    associated with Furniture and Furnishings for the Operation and Building

    Allowance (5%).

    42. Door Finish Hardware for Operation and Maintenance

    Building

    The Door Finish Hardware Allowance may be used by the OWNER for the

    purchase of Door Finish Hardware for the Operation and Administration

    Building.

    43. Door Finish Hardware for Operations and Maintenance

    Building: Overhead and Profit

    This item shall govern any and all Contractor Overhead and Profit Allowance

    associated with Door Finish Hardware for Operation and Maintenance

    Building Allowance (5%).

    44. Conduit and Cable Modifications at BNR Basin

    This Allowance may be used by the OWNER to cover expense associated

    with extending conduit and cable due to modifications of the BNR Basin.

    45. Reclaimed Water Fill Station. Reclaimed Water Fill Station Allowance may be used by the OWNER for the installation and equipment of Reclaimed Water Fill Station.

    46. Rock excavation for Yard Piping within the plant site only.

    Reclaimed Water Fill Station Allowance may be used by the OWNER for

    rock excavation for Yard Piping within the plant site only

    Additive Alternates:

    1. Allowances have been established in lieu of additional requirements and to defer selection of actual materials and equipment to a later date when additional information is available

    for evaluation.

    2. Types of costs of purchases include the following: Equipment, Labor, Shipping, and Materials.

    3. At the earliest feasible date after Contract award, advice the ENGINEER of the date when the final selection and purchase of each product or system described by an allowance must

    be completed in order to avoid delay in performance of the Work.

    Addendum No. 9 - 10/07/2014 Page 36

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    MEASUREMENT AND PAYMENT 01025 - 11

    4. When requested by the ENGINEER, obtain proposals for each allowance for use in making final selections; include recommendations that are relevant to performance of the Work.

    5. Purchase products and systems, as selected by Owner, from the designated supplier. 6. Submit invoices or delivery slips to indicate actual quantities of materials delivered to the

    site for use in fulfillment of each Allowance.

    7. At project closeout, credit unused amounts remaining in the contingency allowance to Owner by Change Order.

    8. Return unused materials to the manufacturer or supplier for credit to the OWNER, after installation has been completed and accepted.

    9. Where it is not economically feasible to return unused material for credit and when requested by the ENGINEER, prepare unused material for the OWNER’s storage, and

    deliver to the OWNER’s storage space as directed. Otherwise, disposal of excess material

    is the Contractor's responsibility.

    10. Inspect products covered by allowances promptly upon delivery for damage or defects. 11. Coordinate materials and their installation for each allowance with related materials and

    installations to ensure that each allowance item is completely integrated and interfaced with

    related construction activities.

    12. Unused allowance amounts will be credited to the OWNER by way of Change Order(s) to adjust the final Construction Contract amount.

    D. Extra Unit Prices For:

    In the event changes are required to increase or decrease any of the unit bid items listed below

    due to changes in field conditions or owner driven changes the following unit prices shall

    govern for calculating such additions or deductions as either required or requested. Pricing is

    for items furnished, installed, and fully functional. Unit pricing is all inclusive (insurance,

    general, administrative, overhead, profit)

    NO. ITEM DESCRIPTION

    1 7-inch Concrete Pavement and

    Sub-grade

    Furnish, install, and make functional concrete pavement. Bid item on a square

    yard basis.

    2 Asphalt Pavement (2-inch

    HMAC, 13-inch Flex Base,

    Prime Coat, and Subgrade

    Furnish, install, and make functional asphalt pavement. Bid item on a square

    yard basis.

    3 4-inch thick Concrete Sidewalk

    including sub base preparation

    Furnish, install, and make functional sidewalk. Bid item on a square yard

    basis.

    Addendum No. 9 - 10/07/2014 Page 37

  • SEC 8138 City of Laredo October 2014

    Sombreretillo WWTP – Addendum No. 9

    MEASUREMENT AND PAYMENT 01025 - 12

    1.10 NONPAYMENT FOR REJECTED OR UNUSED PRODUCTS

    A. Payment will not be made for following: 1. Loading, hauling, and disposing of rejected material. 2. Quantities of material wasted or disposed of in manner not called for under Contract

    Documents.

    3. Rejected loads of material, including material rejected after it has been placed by reason of failure of CONTRACTOR to conform to provisions of Contract Documents.

    4. Material not unloaded from transporting vehicle. 5. Defective Work not accepted by OWNER. 6. Material remaining on hand after completion of Work.

    1.11 PARTIAL PAYMENT FOR STORED MATERIALS AND EQUIPMENT

    A. Partial Payment: No partial payments will be made for materials and equipment delivered or stored unless Shop Drawings or preliminary operation and maintenance manuals are acceptable to

    OWNER.

    B. Final Payment: Will be made only for products incorporated in Work; remaining products, for which partial payments have been made, shall revert to CONTRACTOR unless otherwise agreed,

    and partial payments made for those items will be deducted from final payment.

    PART 2 - PRODUCTS – NOT USED

    PART 3 - EXECUTION – NOT USED

    END OF SECTION

    Addendum No. 9 - 10/07/2014 Page 38

  • 104 Del Court - Suite 400Laredo, Texas 78041 - (956) 791-3511

    T.B.P.E. FIRM REGISTRATION No. F-3132

    San Antonio, Texas 782168400 Blanco Road, Ste. 201

    T.B.P.E. FIRM REGISTRATION No. F-8038

    PROPOSED SITE PLANRECLAIMED WATER FILL STATION

    Addendum No. 9 - 10/07/2014 Page 39

    emartinezTypewritten Text9

    emartinezTypewritten Text

    emartinezTypewritten Text9

    emartinezTypewritten Text

    emartinezTypewritten Text

  • GEOTECHNICAL ENGINEERING STUDY SOMBRERETILLO

    WASTEWATER TREATMENT PLANT OFFSITE SANITARY SEWER LINE

    LAREDO, TEXAS

    CONDUCTED FOR:

    UTILITIES DEPARTMENT

    LAREDO, TEXAS

    PREPARED BY:

    1216 SANTA MARIA AVENUE LAREDO, TEXAS 78040

    TBPE REGISTRATION No. F-10341

    2014

    Addendum No. 9 - 10/07/2014 Page 40

  • Addendum No. 9 - 10/07/2014 Page 41

  • Sombreretillo Wastewater Treatment Plant CET Project No. 14G026 Offsite Sanitary Sewer Line and Quivira Road September 2014 Laredo, Texas

    i

    TABLE OF CONTENTS

    1. INTRODUCTION ........................................................................................................... 1 1.1 Authorization and Scope ..................................................................................... 1 1.2 Project Description ............................................................................................... 1

    2. FIELD AND LABORATORY TESTING ......................................................................... 1 2.1 Field