DRDER N0.~75N4 AF'F'ROVRL TO OPEN AhJD RCGEF'T RIDS FOR CONS"fRUCTION OF 7HE E~01 COLONIA FUND GRRNT I~.ERRVILLE 50UTH WASTEWiaTER F'ROSECT On this the 9th day of play '~>Z~O::', ~_rpon motion made by Commissioner Williams, seconded by Commissioner Let z, the Court ~_rnanimuusly approved by a vute of 4-~-~, to apen and accept the bids and send them to Tetra Tech, the engineering fir-m in San Antonio, where they will analyze the bids and pr^epare to repay-t back to the Go~_ir-t May 13th, Year cOfZ~c, making the recommendation. Bids given two Grantwork~s o'n~M,ay~9, 2002 Sign. \ ~ (~)S~ \ ~~~ Compton Enterprises 2814 Memorial Blvd. Kerrville, Texas 78028 Bid Documents County of Kerr 700 Main St. Kerrville, Texas 78028 TDCP CONTRACT #721075 RIVERHILL 10^ SANITARY SEWER BYPASS BID OPENING: 8:30 a.m. May 9, 2002 n~ ;3~~w. t'WY-08-2002 08:35 FROM: OD1 70:918302572057 P.002~004 Western Surety Company BID BOND (Percentage) J3p11d~lyAlttg,[~ 58602613 KNOW ALL PERSONS BY THESE PRESENTS, Thet we Aon L. comoton - -- of 2217 San Jaciaco, xerrville~ Taxae 78049 ,hareinaker referred to es the Principal, and We6tera 9urecv Company as Surety, are held and firmly bound unto Karr Cnnnt,l( of __T ~.7QQ Main ,~ra~t Kr~~-rvi.7_',e, :e::aa hereinakar referred to as the ODligea, In the sum of Ylve ( 5 „%(,) percent of the greatest amount bid not to exceed Pitceen Thoueaaa end oo/loo Dollars (S 15 • ooo. oo ), for the payment ofwhlch wa bind ourselves, our legal representatWes, successors and assigns, joinlly and severally, firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to OWlgae on a contract for CORatrUCtlOn of 1512 LP loP eCwCr pipe. 5' manholes 330 Lf bors„ rr h as y lift eeacion demo ceecina and dewg~ina. . NOW, THEREFORE, if the sold contract be awarded to Prinapal and Principal shall, within such time as may be specified, enter into the contred In wrlUng and glue such bond or bonds as may De specfied in the bitlding or wntract documents with surety acceptable to Obllgae; or If Principal shell fail to do so, pay to Obllpes the damages which Obligee may suffer by reason of such fellure not exceeding the penalty of this bond, then this obllgaUon shall be void: otherwise to remain h full force antl affect. SIGNED, SEALED AND DATED this 9th day of Mau 2002 ,. ~. ~Qi G~t,.'~ilFr~s :y: V •.wx.XS. `r~%irFl D'~y~,r'-~/~~'- k4~.`Wti! H.. ~. ~2 MRY-08-2002 08:36 FROM: T0:9183025720ST P.003~004 Western Surety Company POWCR OP ATfORNlY - ClRTIPIlC COPY Bond NO. 58602613 Know All Men By These Preaenfs, that WESTERN SURETY COMPANY, o eaporatbn tluly apani;ed and exfe8np untler fhe Idws of Ma State of South Dakota. and having Its principal office h Skwz Fdls. South Dakota (fhe "Company), dogs 4y these tXesents make, cansfttute and appdr } gam 13nrrT~q~ ih true orb IOwful ottaney(s(i~faef, with full power antl authpiry hereby confer»d, to ekecvfe, acknowledge and delNer for antl on its behdl et Surety, bOndt Tar: Prlrsclpal: Aon L. Colsfptoa Obligee: City o! ]Cerrville Arl'fOUM; $i6, 000. 00 and to bind tfre Company iheroby as hAry orrd to the same sx}eM w tt such bonds were slpnetl by the Senior vice Prwitlent, sealed wilh the corporate seal of the Company and duly oMestetl by Ifs Secretary, hereby ratryying arld conMnhg dl mot me said attaneY(s(an-fact may do within the above staled ArnMatlons. Saki oppdMmaM is mode untler and W aumoRN of me folbwing bylaw of Western Surety Company wMCh remdns h fWl }arse and eflecf. 'section 7. All bands, pollcles, urWerfakings, Powen of Attorney d otlur dslipettons of the capaa8on shall be executed in the corporate narne of fhe Company by the PrefitleM, $earefary, any Asflttonf Secretary, Treaaser, or any VICO Pr1fWM1 O/ by such other omcea as the Beard of Dkeciea may oufhgbe. TFIe Prnldertt, any Vke President, Secretory, arty AulstoM Ssaetery, or the Treasurer may appoint Attorneys in Fact a agents who aholl have oulhoAry to issue bonds. la, a undertakings h the name of fhe Company. The corporate seal b not necessay fa me vakdiry of arty bonds, ides, undertakings. Powers of Attorney or other obiigptions of the carpprpfi0n. The siprlalura of any such officer and fhe oorpaofe seal may be pAnled by All aufhorlry hereby conferred shall expYe antl tssmklote, wlmout nonce, uroess used IJefare midnight- NaY 5 , ,,, 200_, but until such Nme Shall be Wevoooblc dnd in full lace orrd eftecl. In Witness Whereof, Western Surely Company has caused mess presenh to be signed 4y Ib Senlar Vke President. Paul T. Bruflal. andl>irGgwporatr seal to bs afllxed ttw: 9th day of Nag- .. 2002 , SSA .D/r ff COON A W T N SUR Y COMPANY Paul 7, Bruflaf enbr vke President On this 9th day of MaTL , h the year 2002 n.fpre me. 0 notary publk, pMSmolly appeared Paul i. &uBot, who behp to me duly swan, ocknowbdged thpt he signed Me above Power of Attorney as me afarebata oMeer of W FSTERN SURt:TY COMPANY and ocknowledped sold hmument fo ne the voluntary aci and d of said eorporotion. FMM\YMM.\~wW/,\MVMee ,1 ,^s ~ D. KRELL i ~~ ~ yy ' ~~ ~~ s otary Putslk - Soufn Dakota ~sotrrN orslsorA~ f`M\\\\M\\\\N\\\\M4M My Commission Eapiren November 90.2008 I the andersrgned ofOCer Of Western Surety Company. a storJr Corporation of the S1afe of Seum Dakota, d0 heroby ceniry inaf the attaohed Powu of Attorney b In full torcm and effeM and b krevocable, antl furthemgre. that Sec}IOn 7 of the bylawc of the Company as set lorfh In the Power e} Aflomey b now in force. In testkrtonY whweof, l have hereunto sal mY hontl ontl seal Of western Surety GomponY 1h1e 9th Bey of May 2002 , W T N SUR Y COMPANY POU17. BNBat fNOr Vice PresltleM Form F530s~4-27V2 MAY-08-2002 68:36 FROfi: State of Texas TO; 91830?572657 P.004~064 Claim Notice Endorsem®nt Tc be attached to and iorm a part of Bond No 58602675 In.aceordance with Section 2253.021(f) of the Texas Government Code and"Section 53.202(8} of the Tszas Property Code any notice of claim to the named surety under this bond(s) should be sent to: CNA Surety 333 South Wabash Chicago, Il. 60804 Telephone: {312) 822.5000 .,.T .m.. 9 P,~/07/2002 89:26 2102260497 TETRA 'rEq-I PA(~ 03/19 PropOSifl PROPOSAL TO KERR COUNTY TDCP CONTRACT fF 721075 FOR THE RIVERHILL 10' SANITARY SEWER BYPASS The undersigned, as Bidder, declares that the only person or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, form, corporation; that Bidder has carefully examined the form of cordract, insWctions to ladders, specifications, and agrees that Bidder will provide all the necessary labor, matedais ar~d equipment called for in the rAntract and spermcations in the manner prescribed therein and acr~rding to the requlremants of the Owner as therein 5ei forth. It Is understood and agreed that the work is to be completed in full in 45 calendar days. The work proposed to be done shall be accepted when fully completed and finishtd to the entire satisfaction of the Owner, and shall include the following: ConsttucUon of approximately 1,bt2 L.F, of pipe, 5 manholes, t0' direction drilling include HDPE Gravity Sewer Pipa, 21' bore orjacK Including 21' casing, trench excavation protection, lift station demolition, testing, trench dewatering and all other items included In construction documents and as necessary to complete the project. The undersigned certifies that the bid price contained in this Rropasal has been carefully checked and is submitted as correct and final. If there is a discrepancy between price quoted lry written words or figures, the price quoted by written words governs. Bitlders for the construction work must submit a, satisfachory easnier's or certifletl check, or bidder's bond, payable without recourse to the order of ~G ~L C~ .Nf~ in an amount not less than five percent (S%) of the total bid based on the bid which check or bond shall be submitted as e guarantee that the bidder will enter into a contract and execute perforrnanoe and payment bonds wlthtn ten (10) days after Notice of Awarcf. Bids without required check or bond will NOT be considered. Amount of Base Bid (insert Artqunt in Words and Numbers): Dollars ($ 2 21. l0 7~ oa Amount of Additive Alternate No, 1 (Insert Amount in Words and Numbers): 5c've.JT71~~~`T~~aNOf~iecf~/.+~D~~O Erdsa-r-Y d- loo Dollars ($ 74 _ ~~. Ott ADDL•NDUM NO. 1 Page 2 of l8 05/07/2002 09:26 2102260497 TETRA l'EG-I PAGE 02/19 KERR'VILLE SOUTH SANITARY SEWER PROJECT RfVERHILL 10" SANITARY SEWER BYPASS AND ROLLING GREEN LIFE STATION ABANDONMENT TCDP CONTRACT #721075 ADDENDUM NO. I -REVISED 5-07-02 This addendum shall be included in and be considered part of the plans and specifications for the above named project. Item #1: Hid opening time has been changed to 8:30 a.m: Thursday, May 9, 2002, at 700 Main, Kerrville, Texas. Item #2: Contractor has the option to utilize Directional Drilling for the 250 L.F. of bore between Manhole #1, Station 11+42.76 and Manhole #2, Station 4+67.08. Lf Directional Drilling is utilized, pipe material shall be I-IDPE. Gravity Sewer Pipe. Sec attached specifications. if conventional bore is utilized, contractor is responsible for maintaining the integrity of proposed 10" 5DR 35 pipe through a continuous bore. No separate pay -cost to be included in other items of work. Item #3 Additive Alternate No. 1 had been added, Revised Proposal and Bid Sheets arc attached to this Addendum No. ! . Proposed work will consist of tie-in to existing line and providing and iztatalling 6" and 8"sanitary sewer pipe and manholes in Wood Road, Ripplewood Street, Sweetwater Street, and Greenmeadow Street, located in Oak Grove Mobil Home Park, Inc. between Highway 16 and Ranchero Road north of Camp Meeting Creek. Proposed work will also Include cutting and replacing pavemeat Plans will be provided prior to canstn~ction. Addendum No. I Page 1 of 18 05/97/2002 16:30 2102268497 TETRA TECH PAGE 02/02 ICERRVILLE SOUTH $AMTARY SEWER PRO.TECf RIVERHILL 10" SANITARY SEWER BY PASS AND ROLLING GREEN LIFT STATION ABANDONMENT TCDP CONTRACT #72]075 MAY '7.2002 ADDENDUM NO. 2 This addendum shall be included in and be considered part of the plans and specifications for the above named project. Item # L• All PVC pipe for this project shall be SDR 26 as specified in construction specifications. ~ /ZooZ Addendum No. 2 Page 1 of 1 05/07/2002 09:26 2102260497 TETRA TECH PAGE 04/19 Proposal Bidder has examined copies of all the following Addenda, receipt of 811 which is hereby acknowledged' page Number S '7 fl ? ~-- ~ 7 0 ~ 2- Bidder is: (Check One) An individual proprietorship; A partnership composed of and corporation chartered under the laws of the State of ~~ s ,acting by its officers Pursuant to it, by-laws or a resolutbn of its Board of l~irectors- ATTEST: L , L.,C; ADDENDUM NO. l Page 3 of I8 ,2 Sr °F- 171rcrNV,er ,¢`a..,dr7~ ~~~~~,`r~ 7~~ 85/07/2002 09:26 PROPOSALSHEE7 21@226@497 TETRA TE(]-I BASE BID 10" Sanitary Sewer Lin®-Kerr County PAGE 05/19 PAGE 1 OF 2 APPROXIMATE DESCRIPTION ANp UNIT BID PRICE EXTENSION ITEM QUANTITIES UNIT PRICE X QUANTITY NO. AND UNIT 'tten ih Words) (1n F urea) 1 1 Mobilization L.S. for ~~'''fr/r~~rJG ~ odap"yo r /G />/J.~./a~llars ' 2~ 3 1~ a L7 and J~ Cents per Unk 2 1 Preparing Right-of-Way L.S. `. for S~L_it J~e..~ / sFLV~Lr/O Dollars I/f OOl7. ~ a and ~!/ Cents per Unit 3 1,572 10" SpR 35 Santary Sewer Pipe (All Depths) L.F. for YN.,EYf~O.~t Dollars and ~ ~ Cents par Unk 4 5 Watertight Maniwle with Bott Down Ring & Cover {AII Depths) FA ... for ride / µ2J~.autJ' ~OJ~~i.t+MiC4/~.'4'1' Dolars ~ 2~ ZJ antl D Cents rUnk 5 250 gore or Jadc (10") LF. for ~~~ NdyD,En7H 5OLT DOWN RING 8 EA CO~R (ALL DEPTHS) for n~~TNO/.a~t,..JO /~itiLNJ./~.~M1~GrY Dollars ~~ -79p po l " and N d Cents per unit 4 2,820 TRENCH EXCAVATION 5AFETY PROTECTION L.F. for 4•/~ Dollars s.~~ 23~ Oo antl r T ~( Cents per Unit 5 500 CUT & REPLACE ASPHALT PAVEMENT S.Y. for "rr.JENT"/ ~ "vim Dollars /~~ 2~v. av antl r "'rl~ Cents per Unit for Dollars end Cents per Unit for Dollars and Cents per Unit far Dollars and Cents per Unit BIDD TU ADDENDUM NO. 1 ~ PAGE 6 OF 18 M B Bender Co., Inc. P.O. Bas 90 Kmgsland, Tx. 78639 "HID DOCUMENTS" TCDP CONTRACT #721075 KERRVII.I,E SOUTH SANITARY SEWER PROJECT RIVERHII.L10" SAMTARY SEWER BY PASS AND ROLLING GREEN LQ'T STATION ABANDONb1EPPC 5/9/02 1:00 PM R6t_! tw+LiD^~" p~i>snca tm~~»n. ~/tnAAw ti , Document A310 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we M.B. BENDER CO., INC. as Principal, hereinafter called the Principal, and INSURANCE COMPANY OF THE WEST a corporation duly organized under the laws of the State of CALIFORNIA as Surety, hereinafter called the Surety, are held and srmty bound unto COUNTY OF KERB as Obligee, hereinafter called the Obligee, in the sum of 5% Dollars ($5%), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for RIVERHILL 10" SANITARY SEWER BYPASS NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obhgee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 9TH day of MAY,2002. (Witness) M.B. BENDER CO., INC. _~ ~ (Principal) (Seal) 4 ~e alcl~ri-- (Title) INSURANCE COMPANY OF TIC WEST ~,,,u~~~,",,,,,, (Surety) 5.~, .t „D ..:~~ ~~~ r d` ' - (Witness) (`, ~ u't y 1.<' .. -~ _~t' ~~ , = ANGELA FEIBLENBACH ATTORNEY-M-fbjCT ~'~,~~~/~tQ'~P. (Title) ~ ,, ~~...... ~~o C.,,~~ry4yn~On,U~~„~ Pinned in cooperation witlt the American IrutiNte of Architaas (AIA) by Insurance Comparry of the Went. Insurance Congteny of the West voudtes that the language in the document conforms exactly [o the language used in AIA Document A310 • B1D BOND • February 1970 ED No. 0001891 ICW GROUP Power of Attorney Insurance Company of the West The Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS. That Insurance Company of the West, a Corporation duly organized under the laws of the State of Celifomia, The Explorer Insurance Company, a Corporation duly organized under the Taws of the State of Arizona, and Independence Casualty end Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to es the "Companies"), do hereby appoint MIKE PINKEIAM, ANGELA FEHRENBACH they tme end lawful Attorney(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other sinular contracts of suretyshiq and any related documents. M WITNESS WHEREOF, the Companies have caused these presents to be executed by its duly authorized officers this 16th day of January, 2001. ~9YMMY4+ @ INDUgq '~ = OQO~oarogo+.4~ ~Q~ A SEAL _ w g4OI1.A6 it °9 a^ ~ Y S '+OIII.~aD~ ~ VtaalM q+ AM 0 yfr V /~'~~( JohUn H. Craig, Assistant CS~e.//e/re//tary INSURANCE COMPANY OF THE WEST THE EXPLORER INSURANCE COh1PANY INDEPENDENCE CASUALTY AND SURETY COMPANY C~.~ John L. Hanntrm, Executive Vice President State of Celifomia County of San Diego } SS. On January 16, 2001, before me, Norma Porter, Notary Publiq personally appeared John L. Hanntrm and Jahn H. Craig, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me that they esceuted the same m their authorized capacities, and that by they signatures on the ins[nunent, the entity upon behalf of which the persons acted, executed the instrument, Witness my hand and of5cial seal. COMM. #1257540 p NORMA PORTER \' Y'VW~/ ~ S+Y~~ NOIARY PUOUGCALffORNIA N SAN DIEGO COUNTY O • _ _ My Cortm~iasion Expires 1~./I/+riy'tt`jAw, MgRCt{ 79, 2004 Norma Porter, Notary Public RESOLUTIONS This Power of Attorney is gamed end is signed, sealed and notarized with facsrmrle signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies "RESOLVED That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, ere hereby authonzed to execute Powers of Attomey appointing the person(s) named as Attorney(s)-in-Fact to date, execute, sign, seal and deliver on behalf of the Company, fidelity and sureTy bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER. Thai the signatures of the officers making the appointment, and the signature of any officer certifying the velidiTy and curtent status of the appointment, may be facsande representatOns of those signatures; and the signature and seal of any notary, end the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimrle representations shall have the same force end effect as if manually affixed. The facsrmile representations referted to herein may be affixed by stamping, pnnung, typing, or phorocopying." CERTIFICATE I, the rmdersrgned, Assistant Secretary of Insurmce Company of the WcsL The Explorer Insurance Comparty, end Independence `ir" ""'t ~ k~t~tyr~ompany, do hereby certify that the foregoing Power of Attomey is in full force and effect, and has not been revoked, and that the above recpl~uQblr .@i~gr@ddPfed by the respective Boards of Dvectors of the Companies, and are now in full force. r 6 IN WITNESS WHEREOF, I have set my hand this C ~ *'~' day of 1 O ~~"~ ' a~CS % ,' rc > a o ,~ ~• 0 ? Win.>- S o '' tam ;' ~~ti ~!~1 MP,.•' Tit=;:, . v' ' ....~ *C'~.ar: John H. Craig, Assistant Secre[afgy+ '~!t ~ !1(16~~~ ~,. - ~'""^aamatt~a" '* To verify the authendctty of this Power of Attomey you may call 1-800-877-11 l ]and ask fox the Surety Division. Please refer to the Poceed, ey Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contaci Sureryt.L•"latms, ICW Group, 11455 EI Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. 05/07/2002 09:48 2102268497 TETRA TECH PAGE 02/19 1CERRVILLE SOUTFI SANITARY SEWER PR07ECT RIVERHILL 10" SANITARY SEWER BY PASS AND ROLLING GREEN LIFT STATION ABANDONMENT TCDP CONTRACT #721075 ADDENDUM NO. l -REVISED 5-07-02 This addendum shall be included in and be considered part of the plans and specifications 1'or the above named project. Item # ] : Bid opening time has been changed to 8:30 a.tn. Thursday, May 9, 2002, at 700 Main, Kerrville, Texas. Item #2: Contractor ha.4 the option to u[ili~e Directional Drilling for the 250 L.. F. of bore between Manhole #1, Station 11+42.76 and Manhole #2, Station 4+67.08. If Directional Drilling is utilized, pipe material shall be HDPE Gravity Sewer Pipe. See attached specifications. [f conventional bore is utilized, contractor is responsible for maintaining the integrity of proposed 10" SDR 35 pipe through a continuous bore. No separate pay -cost to be included in other items of work. Item #3 Additive Alternate No. 1 had been added, Revised Proposal and Bid Sheets are attached to Utis Addendutn No. l . Proposed work will consist of tie-in to existing line and providing and installing 6" and 8" sanitary sewer pipe and manholes in Wood Road, Ripplewood Street, Sweetwater Street, and Greenmeadow Street, located in Oak Grove Mobil Hotne Park, Inc. between Highway 16 and Ranchero Road north of Camp Meeting Creek. Proposed work will also include cutthtg and replacing pavement. Plans will be provided prior to construction. Addendum No. 1 Page l of 18 ~~ ~ yp0 Z 05:07/2002 09:49 2102268497 TETRA TECH PAGE 03/19 PROPOSAL TO KERR COUNTY TDCP CONTRACT # 721075 FOR 7HE RIVERHILL 10" SANITARY SEWeR BYPASS Proposal The undersigned, as bidder, declares that the only person or parties Interestetl in this proposal as principals are those Warned herein; that this proposal is made without collusion with any other person, form, corporation, that Bidder has carefully examined the form of contrail, instructions to bldtlers, specifications, and agrees that Bidder will prov(de all the necessary labor, materials and equipment called for in the contract antl specifications in the merrier prescribed therein and according to the requirements of the Owner as therein set forth. It is understood and agreed that the work is to be completed in full in ~ calendar days. The work proposed to be done sha{I be accepted when fully completed and finished to the entire satisfaction of the Owner, and shall include the following: Construction of approximatey 1,512 L.F. of pipe, 5 manholes, 10" tlirection drilling include HDPE Gravity Sewer Pipa, 21" bore cr jack including 21" easing, trench excavation protection, lift station demolition, testing, trench dewatering and all other hems included in construction documents and as necessary to complete the project The undersigned certifies that the bid price contained in this propose! has been carefully checked and is submitted as correct antl final. !f !here is a tliscrepancy between price quoted by written'n~ords or figures, the price quoted by written wards governs Bidders for the construction work must submit a sell rectory cast~iei's or c rtified check. or bidder's bond, payable without recourse to the order of ~ 4 r r C man amount not less than flue percent {5°k) of the total bid based on the bid which check or bond sh f( be submitted es a guarantee that the bidder will enter into a contract and execute performance and payment bonds within ten (10) days after Notice of Award. Bids without required check or bond will NOT be considered. amount of Base Bltl ()nsert Amount in Words and Numbers): ~UJ01-J~,.r,dycd 5tu~ ~housu~,c~. (~~IE t~-ut,dri'd thiyree,r~ -r- JU~ 1Q,/SanCl ~.~., C,~Pn~i Douars{$~(n~~13,SU ) Ammount of A1dditive Alternate Nof.11 {Insert Amount1 inn Words and Numbers)/; 1 1 )er r~F~-C. ,,, r~~ar~ ~.~-4-,. fin,,,. ~"IWn,.cn Hr1 ~~nrc Mfr nllra t~ ~.~.t~.r ~~~ ti r. o n'~ Dollars (5 ~ Jcl~~ l~ 0.0(1 ) .4DDEN17L1M NO. 1 Page 2 of 18 05/07/2662 69:48 2102268497 TETRA TECH PACE 04/19 Proposal Bidder has examined copies of all the following Addenda, receipt of all which is hereby acknowledged Dace ~l Number i,~ -~~ Bidders: (Check One) _ An individual proprietorship; _ A partnership composed of and / A corporation chartered under the laws of the State of,~2 (,~,, acting by its officers pursuant to its by-laws or a resolution of its Board of Directors. CY1. I~- ~,er~c~-er ~ ._~tC (Name of Bid r~ ATTEST By: { ignaiure) Q ~ D b'"hl'J- (Title) ~.o~av ~ o nl~~~~Y1C~8635, (Address) ADDENDUM NO. i Page 3 of 18 05/07/2002 09:48 PROPOSAL SHEET 2102268497 TETRA TECH BASE BIU 10" Sanka Sower Line -Ken Coun PAGE 05/19 PAGE 1 OF 2 APPROXIMATE DESCRIPTION AND UNIT BID PRICE EXTENSION ~, (ITEM QUANTITIES UNIT PRIGE X QUANTITY NO AND UNIT (Written in Words) (In Fgures) 1 1 MoDilizatron L.S T for Th i r ~ ~U L / l~ O u SaM r~ Dollars ~" 3rJ, C7 p O , 0 O i and /~ O Cents rUnit 2, 1 Preparing Right-of-Way L.S. -r for I I 1 P )~ a--U ~n O(.~SQv1j~ J,DOllars `~ a G G 0 0 O a r and ~ Cents per Unit 3 1,512 10" SDR 35 Sanitary Sewer Pipe (All Depths) LF ~ J ~~`I ~ ~O ' p ~ o / ~ 1 N 4~ Dollars for • / 7 _ and W e I Cents per Unit 4 5 Watertight Manhole with Solt Down Ring & Cover (All Depths) EA. -p for ~~Y~e~2_ I1'~OkSDlvt(~ poltars _ ~~~~ QC70 •OC~ antl U Cents per Unit 5 260 Bore or Jack (10") L.F. for TW o l~uhdvt°d T~e_V~ Dollars ~ ~~i ~~ • ~ o and ~ Cents per Unit 6 80 Bore or Jack (21") L.F. //II for ~t ~) o h~t~lhc~Y £(~. ~ ~' Vl Dollars ~/(r gC0 •OCl / and ~ ~ Cents per Unit 7 80 21" Casing for Bore or Jack L.F. f~ for ~ ~ ~~ rr t V `~. Dollars ~i , / ' / -F1 'Y 't Q O ~ C) ~ ~ and 1 Cents per Unit 8 6 Manhole Ring Encasement EA. I ~ ~~ ~ n O 9TH ~ Do for Yecl Dollars I Vim-- n . and ~ ~ Cents er Unit BIDDERS SIGNATURE ~~ 05/07/2002 09:48 PROPOSAL SHEET 2102268497 TETRA TECH BasE BID 10" Sanitary Sewer Line -Kerr Count PAGE 86/19 PAGE 2 OF 2 APPROXIMATE DESCRIPTION AND UNIT BID PRICE EXTENSION ITEM QUANTITIES UNIT PRICE X QUANTITY NO AND UNIT (Written in Words) (In Figures) 9 5 Cut and Replace Concrete 5 Y. for F(1 ~'4'~1 Dollars ~a 0 0 •O 0 and ~ ~ Cents per Unit 10 1,350 Trench Excavation Sa}ety Protection L F. for FO u ~ Dollars ~.5"t/0 O V O and /`~ ~ Cents r Unit 11 1 Existing LIR Station Demolition & Site Restorafan L.S. ~,-I~ for Twen~ FtVf_ IrtOUSp,V~(~ Dollars 0p0.00 ,~aS and ~ Cents per Unit f 12 1 Trench Dewatenng L.S. for F 1 ~ Q- ~'l O ~ ~h ~ Dollars ~ S D o 0 .O c'~ and ~ Cents per Unit 13 93D Hydronwlch Seeding S.Y. -rte O Dollars for ~ /fglPo.oo and ~ ~ Cents er Unit 14 159 Gravel Subgrade FiAer C.Y. /~ p for TW e ~_ V 2 Douars ~ ~I 9 d 7, SZ) and Cents per Unit for Dollar s and Cents per Unit for Dollars and Cents per Unit BIDDERS IGNATURE ~~~ 05/07/2002 09:48 PROPOSAL SHEET 2102268497 TETRA TECH ADDITIVE ALTERNATE NO. 1 10" Sanitary Sewer Line -Kerr County PAGE 07/19 PAGE 1 OF t APPROXIMATE pESCRIPTION AND UNIT BID PRICE EXTENSION ITEM QUANTITIES UNIT PRICE X QUANTITY NO AND UNIT (Written in Words) (In Figures) 1 1,950 6" SDR 35 Sanitary Sewer {0'-8') L F. , for ~ h I V 1-t., N IT_ rJ t3 Dollars ~ 7 ~ / 0 $~U . o fl and ~ ~ Cents per Unit 2 870 B"SDR 35 Sanitary Sewer (0'-8') L.F. I'- for 1 UV~ 1t1 ~1 1/ 2, Dollars ~ 3 (~ ~ ~ . Q O r and Cents per Unit 3 6 WATERTIGHT MANHOLE WITH BOLT DOWN RING & EA. COVER (ALL DEPTHS) for "r1-,re~T4~o~Sahc~ Dolars ~ ~S 660 pc'~ . and rvl ~ Cents per Unit a 2,820 TRENCH EXCAVATION SAFETY PROTECTION L.F for ~/t'e- Dollars ' I y ~ O.O~p .~ H ~ and ~ Cents per Unit 5 500 CUT 1?< REPLACE ASPHALT PAVEMENT S.Y for ~V~2!!~~t.~ ~I1/'~ Dollars #~~ ~~,00 and O Cents per Unit , for Dollars and Cents per UnN, I for Dol~ars and Cents per Unit ~ Dollars antl Cents per Unit ~ BIDDERS SIGNATURE ~>~/~~ ADDENDUM NO 1 PAGE 6 OF 18 05/07/2002 09:46 2102268497 TETRA TECH PAGE 08/19 DIRECTIONAL BORING DESCRIPTION: "ibis item shall govern the furnishing and installation of piping and conduit by the method of directiotal boring as shown on [he plans and in conformity with this syecification. MATERIALS: 'fhe materials for piping installation and adjcstmmtt Shall conform to the Material Specification far "High Density Polyethylene (HDPP) Solid Wall Pipe." CONSTRUCTION: 1 Determination for Directional goring Method -Directional boring method shall be used for installations of pipe when open-cut method is not feasible. Directional boring method should be used to avoid disruption to landscaping, trees, driveways, retaining walls, privacy walls, structures, or sprinkler systems that cannot be economically replaced, or as directed by the Construction Inspector. The pipe shall be placed in a conduit as appropriate when directed by the Construction inspector. 2. Directional boring shall be completed with the use of a directional boring machino, ss manufactured by "Ditch Witch", "Vermeer", or equal. 'The directional boring machine shall be supplied with a» output signal inside the housing of the drill bit. The output signal shalt have a constan[ Output signal to allow a person to track rite location of the beacon at all times. The drill bit shall be located a maximum of every 5 feet for exact location of the pipe to be pulled in. When bore is completed, contractor shall provide the Cin' with apilot of the bore path. 3. The drilling maahitte shall be setup at such a locstion to minimize disruption of landscaping. The opetater of the drilling unit shall check the bore path and position of boring pit at every five feet and make necessary correction to stay alone the alignment. The Contractor shat! make necessary provisions to keep water and soil out of dte installed pipe. 4. The drilling machine shall be equipped with a drillinz fluid compatible for l'he on-site conditions. The fluid, such as bentonite, shall be used for lubricating the pipe during pull- back, forcing spoils out of the pipe pit, assisting in holding the hole open during pull-back. and hardening into a clay substance around the outside of the conduit, preventing settlement of the ground. Adequate drilling fluids shall be used to avoid a "hydra-lock" condition, The directional head shah be capable of accepting a variety of cutting bit, for varied soil conditions. 3. Any damage to landscaping or trees caused by Contractor's operation for installation of pipe shall be replaced to the City's satisfaction at no additional cost. MEASUREMFNT~ Directional Boring will be measured by the linear foot of born performed. PAYMENT: payment for Directional Boring will be made at file unit price bid fur each linwVtr foot of bolt and pipe installed. Such payment shall include excavation, hauling find disposition of surplus material, I-IDPB sewer pips. approved backf ll material, removal and replacement of lawn turf and whatever othec surface vegetation and surface structure encountered to compltte the job. ADDENDUM NO. t Page 7 of 18 05/07/2002 09:48 2102268497 TETRA TECH PAGE 09/19 RECOMMENDED MUNICIPAL PIPE 5PECIFICATIONS HIGH DENSITY POLYETHYLENE (HDPE) SOLID WALL PIPE I. General A. High Density Polyethylene (HDPE) pipes for gravity sewers and drains, including fitt'mgs- B. HDPE pipes for sanitary sewer force mains, and water lines including fittings- II. Measurement and Payment A. Unit Prices- 1. No separate payment will be made for HDPE pipe under this section, Include cost in unit prices for work, as specified in the following sections: a. Gravity Sanitary Sewers b. Sanitary Sewer Fvrce Mains c. Waterlines B. Stipulated Price (Lump sum). If the Contract is a Stipulated Price Contract, payment for work in this Section is included in the total Stipulated Price. III.References A. ASTM D 618 -Practice for Conditioning Plastics and Electrical Insulating Materials for Testing, B. ASTM D "693 -Test for Environmental Stress-Cracking of Ethylene Plastics. C. ASTM D 2122 -Determining Dimensions of Thermoplastic Pipe & Fittings D. ASTM D 2657 -Standard Practice for Heat -Joining Polyoiefin Pipe and Fittings. F. Plastic Pipe Institute Designation - PE 34D8 ADDENDUM N0. 1 PAGE 8 OF 18 95/07/2902 09: 4P 2192268497 TETRq TECH PAGE 19/19 G. AWWA C906 -Polyethylene (PE) pressure pipe and fittings, 4" through 63" for water distribution. H. ASTM D 3350 -Specification for Polyethylene Plastic Pipe and Fittings Materials. ASTM F 714 -Specification for Polyethylene Plastic (PE) Pipe (SDR- PR} Based on Outside Diameter IV. Submittals A. tifanutacturer shat! provide a certificate of compliance to these specifications referencing project name and location. The certificate shall also refer to ISO 9000. l3. Submit shop drawings showing design of pipe and fittings indicating alignment and grade, laying dimensions, fabrlcaiion, fittings, flanges, and special details. V. Quality Control A. Provide the manufacturer's certificate of conformance to the Specifications. Yl. Approved and Preapproved Products A. Provide HDPE pipe as follows: N'ALL MANUrnCTGRER PRODGCT AN'W,1/;~S7ti1 PIPE STIFFNESS DIAME"1'ER CONSTRUCTION OPTIONS DC•SIGNATION (ARN} RANGE (INCHES) Solid Wall I DrBCO L20b Approved F714 I lS st 4 to t8 Driseo d00b Approved C'906 46 psi 12 tv 48 Driseo d100 Drisco 420U Piezco Blue nr By SubmJttal Green Shell OnJv B. Solid wall pipe shall be produced with plain end construction for heat joining (butt-fusion) conforming to ASTM D 2657. Utilize controlled temperatures and pressures for jointing to produce a fused leak-free joint. ADDENDUM ND. 1 PAGE 9 OF !$ 0 05/07/2002 09:46 2102268497 TETRA TECH PAGE 11/19 C. For solid wall pipe for sanitary sewer force mains and waterlines, provide pipe with a minimum pressure class of 150 psi, and with an insitle diameter equal to or greater than the nominal pipe size indicated on the Drawings. Pipe shall be a minimum of DR17. D. HDPE pipe is not approved in applications requiring auguring of sewer pipe. VII. Materials A. Piae and Fittings: High density, high molecular weight polyethylene pipe material meeting the requirements of Type Ill, Glass C, Category 5, Grade P34, and have a PPI (Plastic Pipe Institute) recommended designation of PE3408 and cell classification 3454440 per ASTM D-3350. The molecular weight category shall be extra high (250,000 to 1,500,000) as per the Gel Permeation Chromatography determination procedure with a typical value of 330.000. B. Provide HDPE oipe as follows: All HDPE pipe shall be carbon black stabilized throughout the entire structural wall for ultra-violet protection. Internal or external shell coatings shalt be for color Identification or to facilitate l'll inspection. 1. Gravity Sewer Pipe 8"-24" shall have a black outside wall with a soft white Inside wall to reflect lighting and facilitate closed circuit television (CCTV) inspections. Pipes shall conform to ASTM F- 714 and be manufactured to ductile iron pipe size outside diameters. 2. Sanitary Sewer Force Mains for direct bury applications shall have a green shell outside wall with a black inside wall and shall be a minimum of DR 17. Pipes shall be ductile iron pips size outside diameters for sizes 4" - 30" and iron pipe size outside diameters for sizes 32" - 54". Pipe will conform to AUVVVA 0- 906, but will be tested to ASTM F-714. 3. Sanitary Sewer Force Mains for directional driAing application shall be a minimum of OR11, 4. Vvater Mains for direct bury application shall have a blue shell outside wall with a black inside wall and shall be a minimum of DR 17. Pipes shall conform and be tested to AWwA C-906 and be manufactured to iron pipe size outside diameters. ADDENAUM F0. 1 PAGE 10 0P 18 05/07/2002 09:48 C. 2102268497 TETRA TECH 5. Water Mains for directional drilling application shall be a minimum of DR11. 6. All pipe shall be made of virgin material. No rework except that obtained from the manufacturer's own production of the same Formulation shall be used. 7. The pipe shall be homogenous throughout and shall be free of visible cracks, holes, foreign material, blisters, or other deleterious faults. Dimension Ratios: The minimum wall thickness of the polyethylene pipe for gravity sewer lines shall meet the following: Death of Cover f Feetl Minimum SDR of Pipe 0 - 12 19 12 - 30 17 D. Fittings: The polyethylene fittings shall be manufactured from Polyethylene compound which conforms to ASTM 3350 and meets the requirements for Type II or III, Class B or C, Grades P23 or P3~t, Category 5. Fittings shall be manufactured by the same manufacturer as the pipe. 1. Pipe fittings shall have along-term hydrostatic strength rating of 1250 psi or more, in accordance with ASTM D-2837. 2. Environmental stress crack resistance (ESCR) of the compound shall measure in accordance with ASTMD - 1693, Condition C, and the compound shall withstand not less than 192 hours in 100% solution Igepal CO-830 at 100 degrees F before reaching a 20% failure point (20). Tapping of HDPE pipe shall be by side wall fusion or electrofuslon couplings for pressure service. Gravity lines maybe connected by use of an Jnserta Tee or strap on saddle for HDFE pipe. Acceptable manufacturers are Friatea I U.S. model 96615, Fowler manufacturing, or Valero. VIII. Delivery, Storage, and Handling of Materials PAGE 12/19 A. Transport, handle, and store pipe and fittings as recommended by Manufacturer. ADDENDtJM N0. ! PAGE ! 1 OP 18 05/07/2002 09:48 2182268497 TETRA TECH B. If new pipe and fittings become damaged before or during installation, it shall be repaired as recommended by the manufacturer or replaced as required by the Owner's Project Representative at the Contractor's Expense, before proceeding further. C If new pipe and fittings become damaged before or during installaticn, it shall be repaired as recommended by the manufacturer or replaced as required by the Owner's Project Representative at the Contractor's Expense, before proceeding further. Deliver, storage and handle other mater(als as required to prevent damage. IX. fiandlina A. The joints shall be handfed near the middle with wide web slings and bars. Rope slings also work well with straight lengths. The use of chains, end hooks or cable slings that may scar the pipe are not permitted. The following procedures shall be observed when handling H.D.P. E. pipe. 1. Always stack the heaviest series of pipe at the bottom 2. Protect the pipe from sharp edges when overhanging the bed of a truck or trailer by placing a smooth, rounded protecting strip on the edge of the bed. 3. The load should be anchored securely to prevent slippage. ~. Lengths of small-diameter, lightweight pipe can be unloaded manually. B. Pipe applications shall normally be handled by 1. Unloading the pipe from the truck in a row abng the side of the installation area and moving the fusion unit along the raw of Joints, Stacking the pipe beside the fusion uniT and trailing the pipe out after Fusion, then dragging the song length of pipe into place for installation. It is suggested that as the pipe is fused and moved thraugh the fusion machine, additional joints of pipe should be placed in the moveable jaw side of the machine far each subsequent fusion. This prevents the hydraulic system cf the machine from having to pull the previously fused tang length. PAGE 13/19 ADDENDUM NO. l PAG£ 12 DF 18 05/07/2002 09:48 2102268497 TETRA TECH PAGE 14/19 3. Dragging the pipe into place is permitted provided the pipe isn't damaged from sharp rocks or excessive abrasion created by pulling the pipe great distances. X. Sto_ rage A. If the pipe must be stacked for storage, avoid excessive stacking heights. Out-of- roundness can be created in the lower rows of pipe, due to excessive stacking heights. The limitation on storage height is 13 rows high. B. Care shall be taken to ensure that the pipe is stacked in straight rows. The expansion and contraction caused by uneven heating by the sunlight shall be prevented by restraining the racks. C. Pipe laid directly on the ground shall be placed on an area free of loose stones or sharp Objects. Scarring or gouging of the pipe shall be avoided. XI. Mechanical Jolnina A. Mechanical joining to other piping materials-fittings, valves, tanks, pumps, etc. may be accomplished with flange adapters and metal back-up Flanges. Flanges shall be used to connect lengths of pipe together when heat fusion is Impractical. Mechanical joint adapters consisting of HDPE pipe with stainless steel or ductile Iron stiffeners may also be used. B. Flange adapters shat! be pressure rated the same as the pipe. Flange Adapters shall be heat fused to the pipe. C. Ductile iron shall be used far the slip-on flanges. Proper torque shall be applied evenly to the bolts to prevent leaks. After initial installation and tightening of flanged conhections, allow the connections to set for a period of time (usually a few hours). Conduct a final tightening of the bolts. X11, Bendina Pipe A. H.D.P.E. may be cold-bent to a minimum radius of 20-40 times the pipe Diameter as it is installed, eliminating the need in many cases for elbows for slight bends. The minimum bending radius that Can be applied to the Pipe without kinking varies with the diameter and wall thickness of the pipe. Contractor shalt conform to manufacturer's recommendations. If adequate space is not available for the required ADDEh'DU:f N0. J PAGE 13 OF 18 05/07/2002 09:40 2102268497 TETRA TECH PAGE 15/19 radius, a fitting of the desired angle shall be fused into the piping system to obtain the necessary change Indirection. XIIi. Workmanshia A. Furnish pipe and fittings that are homogeneous throughout and free from visible cracks, holes, foreign inclusions, or other injurious defects. Provide pipe as uniform as commercially practical in color, capacity, density, and other physical properties. B. The polyethylene pipe shall be assembled and joined at the site using the thermal butt-fusion method to provide a leak proof joint. Threaded or solvent-cement joints and connections are not permitted. All equipment and procedures used shall be in strict compliance with the manufacturer's recommendations. Fusing shall be accomplished by personnel certified as fusion technicians by a manufacturer of polyethylene pipe andlor fusing equipment. C. The butt-fused joints shall be in true alignment and shall have uniform Roll-back beads resulting from the use of proper temperature and pressure. The joint shall be allowed adequate cooling time before removal of pressure. The fused joint shall be watertight and shall have a tensile strength equal to that of the pipe. Ali joints shall be subject to acceptance by the Owner's Project Representative. All deflective joints shall be cut out and replaced at no cost to the Owner. Any section of the pipe with a gash, blister, abrasion, nick, scar or other deleterious fault greater in depth than ten percent (10%) of the wall thickness, shall not be used and must be removed from the site. However, a defective area of the pipe may be cut out and the joint fused in accordance with the procedures stated above. In addition, any section of pipe having ocher detects such as concentrated ridges, discoloration, excessive spot roughness, pining, variable wall thickness or any other defect of manufacturing Or handling as determined by the Ownei s Project Representative shall be discarded and not used. D. Trenching and bed preparation. The pipe shall be butt fused above ground in Icng lengths. The length of open trench required shall be such that bending and lowering of the pipe into the ditch does not exceed the minimum recommended bend radius, and result in kinking. ADDENDUM N0, 1 PAGE 14 OF 18 es/e7/2eez e9:ae E F 2192266497 TETRA TECH PAGE 16/19 2. Slight changes in direction of the pipe can be accommodated by field sweeping of the pipe in the ditch. Field sweeps will not require thrust blocks. Thrust blocks are required in poor soils, concrete encasement or concrete bearing surfaces shall be set in undisturbed soil Pipe laying. The pipe shall be joined at ground level and lowered in the ditch. Care shall be taken not to drop the pipe. Avoid excess stnessor strain conditions during installation. Flanged connections shall be used as necessary to facilitate handling pipe and fitting in and out of the fusion machine and installation in the ditch. This is particularly important at fabricated fitYng junctures, The pipe shall be allowed to contract due to temperature or pulling tension for a minimum of 12 hours or overnight. 2 The length of pipe which can be pulled into position alongside the trench varies on the pipe size and field conditions. The maximum pulling length shall be in accordance with the pipe manufacturer. 3. When pulling pipe, either a pulling head or a suitable wraparound Sleeve with rubber protective cover shall be used to prevent the pulling cables from damaging the pipe The pipe steal! not be pulled by the flanged end. 4. Select MateriaV Selected or processed excavated trench material free From rock fragments and clods larger than 2" greatest dimension. The Select material shall be free of organic materials. Select materials shall be free of sharp or angular materials, which could damage the pipe coating. >=itting installation. ADDENDUM N0. 1 PAGE 15 OF 18 05/07/2992 09: 4fl 2102268497 TETRA TErH PAGE 17/19 Polyethylene pipe flanged connections with metal back up flanges or mechanical joint adapters shall be used to connect fo metal fittings, valves, or other piping materials. Pipe or fittings connected to rigid structures, movement or bending at that point shall be prevented. Well-compacted fill shall provide full support or a support pad shall be constructed beneath the pipe and fitting. The pad, constructed of reinforced concrete, shall be fixed to a rigid structure and extend one pipe diameter, or a minimum of 12", from the flanged joint. 2. Brits in the Flanged connection, as well as ±he clamps in the support pad shall undergo one final re-tightening after initial installation, just before final backfiil. Compaction around the fittings, extending several pipe diameters beyond the end of the fitting, shall be 90% Standard Proctor density. G. Backfilling and tamping. A tracer tape approved by the Owner shalt be laid into the pipe trench during installation to later permit use of locating devices. The tracer tape shalt not touch to pipe in case of lightning. H. Anchoring. Proper anchoring should 6e considered to prevent lateral displacement and movement at fittings. Anchors shall be placed as close to an elbow As possible. When flanged connections are required, anchors shall be attached to these flanges. Bending shall not occur between the pipe and the flange. XIV. Ins eetions A. The Owner reserves the right to inspect pipes or witness pipe manufacturing. Such inspection shall in no way relieve the manufacturer of the responsibilities to provide products that comply with the applicable standards and these Specifications. G. Manufacturer's Notification' Should the Owner wish to witness the manufacture of specific pipes, the manufacturer shall provide the Gty Director with adequate advance notice of when and where the production of those specific pipes will take place. C. Failure to Inspect. Approval of the products or tests is not implied by the Owners decision not to inspect the manufacturing, testing, or finished pipes. XV. Test Methods ADDS\DJM h0. 1 PAGE 16 OF 18 85f07l2002 09:48 2182268497 TETRA TECH PAVE 18/19 A. Conditioning. Conditioning of samples prior fo and during tests are subject to approval by City Director. When reference tests are required, condition the specimens in accordance with Procedure an in AS7M D 618 at 73.4 degrees F plus or minus 3.6 degrees F and 50 percent relative humidity plus or minus 5 percent relative humidity for not less than 40 hours prior to test. Conduct tests under the same conditions of temperature and humidity unless otherwise specified. B. Flattening. Flatten three specimens of pipe, prepared in accordance with Paragraph 2.05A, in a suitable press until the internal diameter has been reduced to 40 percent of the original inside diameter of the pipe The rate of loading shall be uniform and at 2-inches per minute. The test specimens, when examined under normal light and with the unaided eye, shall show no evidence of splitting, cracking, breaking, or separation of the pipe walls ar bracing profiles. C. Purpose of Tests. The flattening and the joint tightness tests are not intended to be routine quality control tests, but rather t0 qualify pipe to a specified level of performance. XVI. Marking A. Mark each standard and random length of pipe in compliance with these Specifications with the fallowing informatian~ 1. Pipe size 2. Pipe class 3. Production code 4. Material designation XVfl. Installation A. Conform to requirements of the following Sections: ADDENDUM NG. 1 10 PAGE 17 OF 18 05/0'i2002 09:49 2102268497 TETRA TECH PAGE 19/19 1. Sanitary Sewage Force Mains 2. Gravity Sanitary Sewers 3. Water Lines B. Install pipes in accordance with the manufacturers recommended installation procedures. PAGE IS OF 18 ADDENDUl4 N0. 1 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. Name of Bidder: - M.B. Bender Co., Inc. Address: _ p.0. Box 90 _ Kingsland, Tx. 78639 Date Organized: 5I 9 9 Date Incorporated: 5/ ~ Number of Years in contracting business under present name: CONTRACTS ON HAND: Contracts Dollar Amount Completion Date P~'f452 S4C c.~etl.,a_c4 Type of work performed by your company: ~-~eri,~i 4~.~1 9 t,h I rd,e Have you ever failed to complete any work awarded to you? -,~ n/ d Have you ever defaulted on a contract? At J List the projects most recently completed by your firm unclude project of similar imporiance): Project Dollar Amount MoiYr Completed -4_o_Ssa 5.-u ~F*+rloA Major equipment available for this contract: QI'e0.5.i Ss< c~7c~0.cl,ed~. Attach resume(s) for the principal member(s) of your organization, including the officers as well as the proposed superintendent for the project. Credit available: S J~f ~O . ~ Bank reference. ~4~-l~emo..vi~ tdo~i,-~onr 1 The undersigned hereby authorizes and requasts a^~ person, firm. or corporatror to furnish any information requested by the ~ou~~~,.,~^~'- r,ir in verirication of [he recitals comprising this Statement of Bidder's ~ualificaLOns. Executed this ~ day or 2u ~G ~ JV ~ ~rT_C.1 CL ~ h,~ (Signaturet r^'s M.B. BENDER CO. CURRENT PROJECTS 2/26/02 BEN E. KEITH PUMP STATION HEJL LEE & ASSOCIATES DAN HEJL (512)836-1848 PUMP STATION 11/O1 BURNET SH29-INKS LAKE CAPITAL EXCAVATION (51240-1717 $1,705,840.91 DIRT WORK START DATE 8/00 55% COMPLETE BEXAR COUNTY TXDOT DAVID BALLI (210)633-1421 HWY CS-RITTIMAN RD. $1,832,236.69 START DATE 6/00 85% COMPLETE BURNET RM 1431 CAPITAL EXCAVATION (512) 440-1717 $504,089.00 DIRT WORK START DATE 2/02 15% COMPLETE CITY OF TERRELL HILLS TERRELL HILLS 2000 STREET IIvIPROVEMENTS HDR ENGINEERING DON BURGER (210) 828-2217 START DATE 3/1/01 90% COMPLETE $770,000.00 CONTRACT AMOUNT TXDOT GUADALUPE COUNTY FRANK HOLZMAN (830) 379-5362 FM 466 $4,177,371.04 CONTRACT AMOUNT START DATE 5/O1 50% COMPLETE CITY OF MARBLE FALLS SD KALLMAN JAMES COULTER (512)218-4404 AVENUE S $451,004.00 START DATE 5/O1 50% COMPLETE CITY OF SAN ANGELO WATERLINE $1,220,168.60 START DATE 7/01 40% COMPLETE CITY OF MARBLE FALLS S.D. KALLMAN STEVEN KALLMAN(512)-218-4404 AVENUE N STREET AND DRAINAGE IIvIPROVEMENT START DATE 11/01 WILD EAGLE- I IUMIvIINGBIRD HILL MAIN PROJECT SAN ANTONIO WATER SYSTEM MARIA PRECIADO(210)704-1877 WHITE FAWN TANK AND ELIbIINATION START DATE 01/02 SAN SABA COUNTY DAYCO MII~E POYNOR(512)990-2777 STATE HIGHWAY 16 START DATE 8/01 41% M. B. BENDER CO. COMPLETED CITY OF KERRVILLE CHRIS HARDER (CITY ENGINEER) TEL :830-257-8000 CONTRACT AMOUNT $ 250,000 WATER/ SEWER START 6-99 COMPLETED 10-99 CITY OF LLANO HDR ENGINEERING AUSTIN TX. JAMES GLASER PE. TEL :512-912-5100 START 9-99 $ 506,000 COMPLETE 1-00 16" WATER ACROSS THE LLANO RIVER CITY OF BOERNE HDR/ SIMPSON DON BURGER PE. TEL: 210-828-2217 START 1-00 COMPLETED 9-1-00 $ 1,111,000 100% WATER /SEWER TEXAS DEPARTMENT OF TRANSPORTATION LOWELL CHOATE PE. TEL: 512-756-2316 START 8-99 HWY 29 WII,LIAMSON CO. $ 317,000 100 % COMPLETE HIGHWAY REHAB TEXAS DEPARTMENT OF TRANSPORTATION LOWELL CHOATE PE. START 11-99 COMPLETED 7-00 HWY 281 BURNET CO. $ 576,000 HIGHWAY REHAB TEXAS DEPARTMENT OF TRANSPORTATION BILL TUCKER P.E. START 1-00 COMPLETED 8/00 HWY 27 KERR $1,700,000 100% COMPLETE HIGHWAY REHAB TRAVIS COUNTY WATER CMA ENGINEERING START 3-27-00 $ 168,000 COMPLETE 5-00 12" WATER FRIG HOSPITAL BUSINESS PARK HARRY JEWWTT ASSOCIATES JOSEPH HERNANDEZ 210-737-3417 START 3-00 COMPLETED 9/00 $ 703,343.00 100% COMPLETE STREET AND UTILITY CITY OF BOERNE SHOOTING CLUB WATER MAIN HDR/DON BURGER TEL: 210-828-2217 START 9/00 COMPLETED 11/00 $74,646.25 CITY OF MARBLE FALLS S.D. KALLMAN ENGINEERS JIM COULTER (512)218-4404 START DATE 7-00 $1,508,080.20 1999-2000 STREET AND DRAINAGE PROJECT VERLE TERIOT (CITY) 830-693-2551 COMPLETED 4/01 CHISHOLM TRAIL THE WALLACE GROUP (254)394-2336 CHISHOLM TRAIL SUD (254)793-3103 LEWIS & BOHLS HWY 29 PIPELINE $1,133,337.85 START DATE 10/00 COMPLETED 4/01 CITY OF TAYLOR HEJL, LEE & ASSOCIATES (512)836-1848 CITY OF TAYLOR (512)352-3633 ROYAL STREET WASTEWATER IMPROVEMENTS $342,627.50 START DATE 10/00 COMPLETED 5/01 SERENITY OAKS B.W. BAKER (830)249-8054 CITY OF BOERNE SEWER AND WATER LINES $182,928.50 START DATE 11/00 COMPLETED 3/01 SAN MARCOS TOYOTA OFF SITE WATER AND WASTEWATER SYSTEM IMPROVEMENTS S.D. KALLMAN STEVE KALLMAN (512) 218-4404 START DATE O1/10/O1 COMPLETED 2/01 $225,109.50 CONTRACT AMOUNT BRADY CURTIS FIELD BRADY ECONOMIC DEVELOPMENT KIM KING (915) 597-2104 $300,816.00 START DATE 3/01 COMPLETED 8/01 CITY OF FREDERICKSBURG RIVER CITY ENGINEERING JOHN COSGROVE (512) 442-3008 WINDCREST/PYKA LANE WATERLINE START DATE 6/O1 COMPLETED 8/01 HILLS OF LLANO TURLEY ASSOCIATES (254)773-2400 $58,975.00 WATERLINE START DATE 6/01 COMPLETED 8/O1 CITY OF LLANO RIVER PARK HEJL, LEE & ASSOCIATES (512) 836-1848 $970000.00 START DATE 12/1/00 COMPLETED 8/01 ENGLISH OAKS SCHWARZ ENGINEERING EDGAR SCHWARZ (830) 249-8907 $557,620.80 SUBDMSION UTILITIES START DATE 6/01 COMPLETED 01/02 CITY OF MARBLE FALLS ON-SITE OFF-SITE WASTEWATER IMPROVEMENTS S.D. KALLMAN JIM COULTER (512) 218-4404 START DATE 2/01 COMPLETE 12/01 CITY OF KILLEEN 30 INCH WATER LINE THE WALLACE GROUP (254) 554-5959 $1,281,450.75 START DATE 5/01 COMPLETED 11/O1 HILLS OF MUSTANG CREEK Hejl, Lee & Associates DAN HEJL (512) 836-1848 STREET AND DRAINAGE IMPROVEMENTS $397,350.00 START DATE 6/01 COMPLETED 9/01 CITY OF LLANO Hejl, Lee & Associates DAN HEJL (512) 836-1848 8" WATER LINE $217,480.00 START DATE 7/01 COMPLETED 9/01 BEN E. KEITH LAW ENFORCEMENT Hejl, Lee & Associates DAN HEJL (512) 836-1848 LLANO LAW ENFORCEMENT CENTER START DATE 9/01 COMPLETED 1/02 1 M.B. BENDER CO. EQUIPMENT LIST EQUIPMENT QUANTITY 140 MOTORGRADER 4 544 LOADER 6 L70 LOADER 7 CAT LOADER 3 235 CAT 2 330E EXCAVATOR 2 790 EXCAVATOR 2 230 EXCAVATOR 3 EC215 EXCAVATOR 2 250 LOADER 2 416 BACKHOE 3 555E BACKHOE 2 650G DOZER 3 D8 DOZER 1 SD70 ROLLER 3 PNUEMATIC ROLLER 2 WATER TRUCK 4 300 AR DUMP 1 EQUIPMENT INT. DUMP TRUCK RJ300 BROOM CAT 815 COMPACTOR QUANTITY 4 2 2 1103 RIVER OAKS DR. Phone 918SE8-0012 KINGSLAND TX. 78939 Fsz 915398.2952 E-m•8 9ENDERQKTC.COM Bob Bender Qualifications: Twenty-six years in the construction business with the responsibility of completing projects ranging from one million to six million dollars in size for various companies . My duties generally intruded the safety of employees as well as the field operations .Also included implementing safety programs ,polities and ongoing training. 1992 -1999 Bay Maintenance Co. Horseshoe Bay Tx. • Vice President incharge of day to day operation of 130 empbyees as well as being the safety otTicer . The scope of work included utility and highway projects tram one million to six million dollars in size. 1988 -1992 Price Construction Co. Inc. Big Spring Tx. • Operations Marlager.61-charge of 160 ompbyees throughoilt the state. UdGties, asphalt and general highway construction was the s~pe of most Prol~~ 1984-1988 Mcgraw Construction Inc. Houston Tx. Project superintendent in-charge of sdleduling and completion of assigned work. Project size inducted one to three million dollar state and federal highway projects. 1976 -1984 Brown and Root Inc. Houston Tx. Equipment operator and project foreman working in the etro- chemical division completing site workwith-in various emical plants in the Houson area. Training: NUCA Competent Person, Osha Ten Hour Course, Osha eight hour course , AGC project manager course ~WCo,+rKwd'ars 4a~t'R~SON'D~~ t~exrrdN.,1'x7dollr CouNYy of 70D M ~-, n ~l.,fVri ~IG ~ ~dwr Tx '1YOZt ~~ p ~OGuIMENtS ,~_p,,,,~~.am~a ~~:~,~,~ .~. $ou~r~+ Sa..~t•xy Sawea ~iojki' I~errv,+.i.t ~k'721o't5 TC'D P Co„tra[1' 'R~varh-11 tio" 5e-n~i'~ry 5swer '~ Iu+d 'R044,N~ C~ReiN LiiT ',yt~i't'en ~bar+doN,+~RNt ~g,dde~ : "8~d optn,ny : Ti,y6 '~W Co~'t'r~.otoa~ 05-09-02 8:3o a,-+~ BID BOND NA KNOW ALL BY THESE PRESENTS, That we, D W Contractors of Kerrville, Texas (hereinafter called the Principal), as Principal, and XL Specialty Insurance Company, 20 N. Martingale Road, Ste. 200, Schaumburg, IL 60173 (hereinafter called the Surety), as Surety are held and firmly bound unto County of Kerr, 700 Main, Kerrville, Texas 78028 (hereinafter called the Obligee) in the penal sum of FIVE PERCENT (5%) OF AMOUNT BID - - - - - - - - - - - - - - - - - - - - - - ------------------------------------------------------------- Dollars ($ 5% OF AMOUNT BID ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for 10" Sanitary Sewer Line in Riverhill Golf Course in Kerrville, Texas NOW.. THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract, then this obligation shall be void; otherwise to remain in full force and effect. .,ruuuu:yy Signed and sealed this 6th day of May 2002 ` (` 4~ ', ''•; ' •......,. .,tr H ~ ., rfF ~`' ''E D W Contractors _~ ~ ~ . ~1`~~ ~,(` al) "' :?. ~. ' , d pal Witness { ,~J/]~ ~[1~'l ^; ~~K~l~d~~ itt~~~ - '%0~4 0 ,Tttle iigprnnnr~..n. ~[/ ~„ ~ XL Specialty Insurance Com " ~ e1i "'war' c~ ~i i .,._ `r .. '~`~' / a Sr ~~ Kimberly R. H~~ ~ Witness -' z~>~',~:*. { By C~iy-a% Lana and z i .t o~pey `~ ' t` ~ ...•~: ~' ''r~nrert r~iur'1Y ky y ~ ~~ rem' 5-0053IGEEF 10199 U RETY ~-- LIMITED POWER OF ATTORNEY KNO W ALL MEN BY TBESE PRESENTS: That the XL SPECIALTY INSURANCE COMPANY, a corporation organized and existing by virtue of the laws of [he State of Illinois ("Company' or "Corporation"), does hereby nominate, constitute and appoint, David E. Sund, Lana Sund and gimberly R. HuOnt aS employees of Insurance Concepts Of San Antonio, IriCOYparated ifs true and lawful Attorney(s)-in-fact to make, execute, attest, seal and deliver for and on its behalf, as surety, and as its ac[ and deed, where required, any and all bonds, undertakings, recognizances and written obligations in the nature thereof, the penal sum of no one of which is in any event to exceed $5,000,000.00. Such bonds and undertakings, when duly executed by the aforesaid Attorney(s)-in-fact shall be binding upon the said Company as fully and to the same extent as if such bonds and undertakings were signed by [he Resident and Secretary of the Company and sealed with its corporate seal. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolution adopted by [he Board of Directors of the Company on the 5th day of December, 1988: "RESOLVED, That the President, or any Vice President of the Company or any person designated by any one of [hem is hereby authorized to execute Powers of Attomey qualifying the attorney named in the given Power of Attomey [o execute in behalf of the Company, bands, undertakings and all contracts of suretyship, and that any Secretary or any Assistant Secretary of [he Company be, and that each or any of [hem hereby is authorized [o attest the execution of any such Power of Attorney, and [o attach thereto the Seal of the Company. FURTHER RESOLVED, That the signature of such officers and [he Seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be thereafter valid and binding upon the Company with respect to any bond, undertaking or contract of suretyship to which i[ is attached." Bonds executed under this Power of Attomey may be executed under facsimile signature and seal pursuant [o the following Resolution adopted by the Board of Directors of the Company on August 6, 2001. "RESOLVED, Tha[ the signature of the President of this Company, and the seal of this Company may be affixed or printed on any and all bonds, undertakings, recognizances, or other written obligations thereof, on any revocation of any Power of Attorney, or on any certificate relating thereto, by facsimile, and any Power of Attorney, any revocation of any Power of Attorney, bonds, undertakings, recognizances, certificate or other written obligation, bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation:' IN WITNESS WHEREOF, the XL SPECIALTY RJSURANCE COMPANY has caused its corporate seal to be hereunto affixed, and these presents to be signed by its duty authorized officers this 6th day of August, 2001. XL SPECIALTY INSURANCE COMPANY .,'"x,.,w.u...,,. ar,y~ ,S~e`~i ~. a` SSA~t *4ii~oi~ M BY: Attest: PRESIDENT SECRETARY STATE OF ILLNOIS COUNTY OP COOK ss. On this 6th day of August, 2001, before me personally came Nicholas M. Brown, Jr. [o me known, who, being duly sworn, did depose and say: that he is President of [he Company described in and which executed [he above ins[mmen[; that he knows the seal of said Company; that [he seal atFxed to the aforesaid instrument is such corporate seal and was affixed thereto by order and authority of the Board of Directors of said Company; and [hat he executed the said instrument by like order and authority: OFFICIAL SEAL NANCY L STANGEL NaiMY PYGLIC STAiG 01 ILLINOIG MV COMMISGIGN F%PIMGG:OF04-0O -r.~, a . NOTARY PUBLIC STATE OF ILLINOIS COUNTY OF COOK ss. I, Ben M. Llaneta, Secretary of [he XL SPECIALTY INSURANCE COMPANY a corporation of [he State of Illinois, do hereby certify that the above and foregoing is a full, Ime and correct copy of Power of Attorney issued by said Company, and that 1 have compared same with the original and that it is a correct uanscript therefrom and of the w}1012,QF the original and that the said Power of Attorney is sfill in full force and effect and has not been revoked IN ""'\~ ~$Ii~~ ,Ihave hereunto se[ my hand and affixed the seal of said Company, at the CiTy of Schaumburg, this 6th day of W - P ,r ~fT i~ ', 1 ~VV/b,Hq SECRETARY xSPECIALTY AN XL CAPRAL COMPANY IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT OR CLAIM: You may contact XL Specialty Insurance Company for information on your bond, make a complaint or inquire about a claim at: XL Specialty Insurance Company 20 N. Martingale Road Suite 200 Schaumburg Illinois 60173 Phone 800/3943909 Fax 847/517-5240 You may contact the Texas Department of Insurance to obtain information on XL Specialty, coverages, your rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, Texas 78714-9104 800/252-3439 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 Sections 2253-021, 2253.024(a), 2253.026 and 2253.048 of the Government Code and sections 53.202 and 53.206 of the Property Code, effective September 1, 2001. 05/97/2002 09:41 2102268497 TETRA TECH PAGE 03/19 Proposal PROPOSAL TO KERR COUNTY TDCP CONTRACT # 721075 FOR THE RIVERHILL 10" SANITARY SEWER BYPASS The undersigned, as bidder, declares that the only person or parties interested in thl5 proposal as principals are those named herein; that this proposal is made without collusion with any other person, form, corporation; that Bidder has carefully examined the form of contract, instructions to bidders, specifications, and agrees that Bidder will provide all the necessary labor, materials and equipment called for in the contract and specifications in the manner prescribed therein and according the requirements of the Owner as therein set Earth. It is understood and agreed that the work is to be completed in full in 45 calendar days. The work proposed to he done shall be accepted when fully completed and finished to the entire satisfaction of the Owner, and shall include the following: Construction of approximately 1,512 L.F. of pipe, 5 manholes, 10" direction drilling include HDPE Gravity Sewer Pipa, 21" bore orjack including 21"casing, trench excavation protection, tilt station demolition, testing, trench dewatering and all other items included in construction documents and as necessary to complete the project. The undersigned certifies that the bid price contained In this proposal has been carefully checked and is submitted as correct and final. If there is a discrepancy between price quoted by written words or figures, the price quoted by written words governs. Bidders for the construction work must submit a satisfactory cashier's or certified check, or bidder's bond, payable without recourse to the order of County of Kerr _ in an amount not less than five percent (5%) of the total bid based on the bld which check or bond shall be submitted as a guarantee that the bidder will enter into a contract and execute performance and payment bonds within ten (10) days after Notice of Award. Bids without required check or bond will NOT be considered. Amount of Base Bid (Insert Amount in Words and Numbers): One hundred ninety-one thousand one hundred forty dollars and no cents Dollars ($ i 91 , 1 40.00 _ ) Amount of Additive Alternate No. 1 (Insert Amount in Words and Numbers): One hundred ten thousand four hundred seventy dollars anr3 no cents Dollars (5 1 ~ 0, 470.00 ) ADDENDUM NO. 1 Page 2 of 13 05/97/2602 09:41 2102268497 TETRA TECH PAGE 04/19 Proposal Bidder has examined copies of ail the following Addenda, receipt of all which is hereby acknowledged. pate Number ,~~ May 2,2002 Addendum No. 1 W Q~~ May 7,2002 Addendum No. 1 -Revised 5-07-02 d'^' May 7, 2002 Addendum No. 2 Bidder is: (Check One) _ An individual proprietorship; A partnership composed of and x A corporation chartered under the laws of the State of Texas ,acting by its officers pursuant to its by-laws or a resolution of its Board of Directors. D W Contractors ~,~~ (N ee of~B~ C~ ` "'"I gl?EST: By:~W, Yf ~~~ -.n.. ( (Signature) David Wahrmund President (Title) 429 Peterson Drive, Kerrville, Tx 78028 (Address) ADDENDUb{ N0. 1 Page 3 of 18 05/07/2002 09:41 2102268497 TETRA TECH PAGE 05/19 PROPOSAL SHEET BASE BID PAGE 1 OF 2 10" Sarntary Sewer Line -Kerr County APPROXIMATE DESCRIPTION AND UNIT BID PRICE EXTENSION ITEM QUANTITIES UNIT PRICE X QUANTITY NO. AND UNIT (Written in Words) (In Figures) 1 1 Mobilization L.S. for Five thousand Dollars and RO Cents per Unit 5,000.00 2 1 Preparing Right-of--Way L.S. Two thousand ibr Dollars and IIO Cents per Unit 2,000.00 3 1,512 10" SDR 35 Sanitary Sewer Pipe (All Depths) L.F. for Forty Dollars and no Cents per Unit 60,480.00 4 5 Watertight Manhole with Bolt Down Ring & Cover (All Depths) EA for Eighteen hundred pollars and no Cents per Unit 9, 000.00 5 250 Bore or Jack (10") L.F. for_Two hundred eighty-three Dollars and no Cents per Unit 70, 750.00 6 80 Bore of Jack (21 ") L.F. for Two hundred twenty-five Dollars and nO Gents per Unit 1 8.000.00 7 80 21" Casing for Bore or Jack L.F. „ _ 1 ' for Fifty-seven ~ DoVars and no Cents per Unit 4, 560.00 8 5 Manhole Ring Encasement EA. for __ Six hundred Dollars and IIO Cents per Unit 3 , 000.00 BIDDE(R~~S\\S/IrG~\/y~1IN~A,TURE 1~ JV^"W'1K~ 05/07/2002 09:41 2102268497 TETRA TECH PAGE 06/19 BASE BID PAGE 2 OF 2 ~..,.....~~~ cucGT 05/07/2002 09:41 PROPOSAL SHEET 2102268497 TETRA TECH ADDITIVE ALTERNATE NO. 1 10" Sanitary Sewer Line -Kerr Countv PAGE 07/19 PAGE 1 OF t APPROXIMATE DESCRIPTION AND UNIT BID PRICE EXTENSION ITEM QUANTITIES UNIT PRICE X QUANTITY NO. AND UNIT (Written in Words) {In Figures) 1 - 1,950 6" SDR 35 Sanitary Sewer (0'-8') L.F. for_ Thirty Dollars and nO Cents per Unit 58, 500.00 2 870 8" SDR 35 Sanitary Sewer (0'-8'} L.F. for_ Thirty-three Dollars and n° Cents per Unit 28, 71 0.00 3 6 WATERTIGHT MANHOLE WITH BOLT DOWN RING 8, EA. COVER (ALL DEPTHS) for Eighteen hundred Dollars and nO Cents per Unit 1 0, 800.00 4 2,820 TRENCH EXCAVATION SAFETY PROTECTION L'F Three for Dollars no and Cents per Unit 8,460.00 5 500 CUT & REPLACE ASPHALT PAVEMENT __ _ S Y. for Eight Dollars and IIO Cents per Unit 4, 000.00 ~ for Douars i end Cents per Unit for Dollars and Cents per Unit for Dollars and Cents per Unit i BIDDERS SIGNATURE ~~~` ADDENDUM NO. 1 PAGE 6 OF 18 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. Name of Bidder: D W Contractors Address: 9 Peterson Drive errvi e, Tx 78028 Date Organized: 1 984 Date Incorporated: 1 998 i Number of Years in contracting business under present name: q CONTRACTS ON HAND: Contracts Dollar Amount Completion Date City of Kerrville Loop.b34 $1,960,444,85 August 2002 City of Kerrville Comanche Ph II 229,000.00 May 2002 Type of work performed by your company: Electrical & Utility Contractor Have you ever failed to complete any work awarded to you? No Have you ever defaulted on a contract? ° List the projects most recently completed by your firm (include project of similar importance): Project Dollar Amount Mo/Yr Completed City of Kerrville-Effluent Line $ 624 274 39 11/2001 City of Kerrville-Comanche wJs $ 785,688.00 05/2001 Kerrville Junction Shopping Ctr w/s $ 188,000.00 10(2001 Major equipment available for this contract: Excavators, loaders, water pumps, shoring equipment Attach resume(s) for the principal members} of your organization, including the officers as well as the proposed superintendent for the project. , Credit available: $ 1 , 000, 000 Bank reference: Mark Haufler Wells Fargo Bank The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the County of Kerr in verification of the recitals comprising this Statement of Bidder's Qualifications. of MaY 20 02 by ., President David Wahrmund CONSTRUCTION CONTRACTOR'S LOCAL OPPORTUNITY PLAN The contractor, D W Contractors agrees to implement the following specific affirmative action steps directed at increasing the utilization of lower income residents and businesses within the (CitylCounty) of Kerrville/Kerr, Texas, • To ascertain from the Locality's TCDP program official the exact boundaries of the project area and where advantageous, seek the assistance of local officials in preparing and implementing the affirmative action plan. To attempt to recruit from within [he city the necessary number of lower income residents through: local advertising media, signs placed at the proposed site for the project, and community organizations and public or private institutions operating within and servicing the project area such as Service Employment and Redevelopment (SER), Opportunities Industrialization Center (OIC), Urban League, Concentrated Employment Program, Hometown Plan, or the U.S. Employment Service. • To maintain a list of all lower income residents who have applied either on their own or on referral from any source, and to employ such persons, if othervvise eligible and if a vacancy exists. • To insert this plan in all bid documents and to require all bidders on subcontracts to submit an affirmative action plan including utilization goals and the specific steps planned to accomplish these goals. • To insure that subcontracts (greater than $10,000), which are typically let on a negotiated rather than a bid basis in areas other than the covered project area, are also let on a negotiated basis, whenever feasible,in a covered project area. To formally contact unions, subcontractors, and trade associations to secure their cooperation in this effort. • To insure that all appropriate project area business concerns are notified of pending sub- contractual opportunities. To maintain records, including copies of correspondence, memoranda, etc., which document that all of the above affirmative action steps have been taken. • To appoint or recruit an executive official of the company or agency as Equal Opportunity Officer to coordinate the implementation of this plan. • To maintain records concerning the amount and number of contracts, subcontracts, and purchases which contribute to objectives. • To maintain records of all projected work force needs for all phases of the project by occupation, trade, skill level, and number of positions and to update these projections based on the extent to which hiring meets these Local Opportunity objectives. As officers and representatives of D W Contractors , we the undersigned have read and fully agree to this Plan, and become a party to the full implementation of the program and its provisions. ~_, May S, 2002 Signature David Wahrmund Date David Wahrmund Born 12/08/55 Kerrville, TX Education: Tivy High School Graduated: 1974 Employment: Itz Electric 1974-1979 Bexar Electric 1979-1984 D W Electric -Electrical contractor Owned and operated since 1984 In 1996 D W Electric, an electrical contractor, expanded to include water and sewer utilities. In 1998 D W Electric formed two corporations to separate electrical and water/sewer utility departments. The corporations formed are D W Electric Co. and D W Utilities dba D W Contractors. I am President and sole owner ofboth. D W Electric Co. serves as a residential, commercial and industrial contractor. D W Electric Co. employs 18 employees D W Contractor serves as an underground water and sewer contractor. D W Contractor employs 13 employees. Terry Isenberg D W Contractors Current Position: Foreman Employed by D W Electric in 1990. Major projects completed for D W Electric are as follows: Highridge Subdivision Utihties Earl Garrett Telephone Conduit Expansion Hwy 173 Telephone Conduit Addition In 1996, D W Electric branched out into installation of water and sewer. I was an equipment operator on the following projects: Homestead Subdivision -Water line construction Bluebell Estates -Water and Sewer construction Riverhill Phase XI -Water and Sewer construction Ingram Force main and sewer line extension In 1998, D W Electric formed two corporations, one of which is D W Contractors. In 2000, I became Foreman on water and sewer projects and am currently foreman on the City of Kerrville -Loop 534 water and sewer project.