Loading...
HomeMy WebLinkAboutPR 17613: CONTRACT WITH L.D. KEMP EXCAVATING FOR CELL LINER AND DRAINAGE IMPROVEMENTS P.R. No. 17613 04/08/13 reb RESOLUTION NO A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND L. D. KEMP EXCAVATING, INC. OF FORT WORTH, TEXAS FOR THE CELL 48 LINER AND DRAINAGE IMPROVEMENTS AT THE CITY OF PORT ARTHUR LANDFILL IN THE NOT TO EXCEED AMOUNT OF $1,197,523. CIP302, 303 - 1601 - 591.89 -00. WHEREAS, the City advertised in the Port Arthur News and on the City website on 03 February 2013 and on 12 February 2013 for CeII 48 Liner and Drainage Improvements at the City of Port Arthur Landfill; and, WHEREAS, four (4) bids were received and opened on 06 March 2013 for the above referenced Contract and have been evaluated by Public Works and the design engineer; and, WHEREAS, L. D. Kemp Excavating, Inc. placed the low bid for the Base Bid and Add Alternate 1 as shown on the attached bid tab (Exhibit "A ") and has been recommended for the award of the contract by the design engineer for the Base Bid and Add Alternate 1; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the City Council of the City of Port Arthur hereby awards the bid for CeII 48 Liner and Drainage Improvements Base Bid and Add Alternate 1 at the City of Port Arthur Landfill to the lowest responsible bidder to wit: L. D. Kemp Excavating, Inc. of Fort Worth, Texas as shown on Exhibit "B" attached hereto and made a part hereof; and, PUBLIC WORKS DEPARTMENT COUNCIL ACTION MEMO TO Floyd T. Johnson, City Manager FROM Ross E. Blackketter, P.E., Director of Public Works SUBJECT P.R. #17613 — L. D. Kemp for Cell 48 Construction DATE 08 April 2013 RECOMMENDATION: I recommend that the City Council approve Proposed Resolution No. 17613, approving a contract with L. D. Kemp Excavating, Inc. of Fort Worth, Texas for the CeII 48 Liner and Drainage Improvements at the City of Port Arthur Landfill Base Bid and Add Alternate 1 for the not to exceed amount of $1,197,523. BACKGROUND: The City landfill has reached the point where construction of the next cell at the landfill is required. Accordingly, the City contracted with SCS Engineers of Bedford, Texas to design the CeII 48 construction as the Base Bid and for two add alternates. Add Alternate 1 is for repair of the north "levee" which needs to be stabilized to support the additional loading required by the construction of Cell 48. Add Alternate 2 is for a detention pond for routing the stormwater off the landfill. The amount of $1,200,000 was included in the FY 2012 -2013 budget to provide for this work. Purchasing advertised in the Port Arthur News and on the City website on 03 February 2013 and on 12 February 2013 with four (4) bids being received and opened on 06 March. The bids were evaluated by City staff and SCS Engineers with the one from L. D. Kemp Excavating, Inc. determined to be the lowest and most responsible for the Base Bid and Add Alternate 1. The available funding is insufficient for Add Alternate 2. BUDGETARY /FISCAL EFFECT: Funds are available in CIP302, 303 - 1601 - 591.89 -00 EMPLOYEE /STAFF EFFECT: None SUMMARY I recommend that the City Council approve Proposed Resolution No. 17613, approving a contract with L. D. Kemp Excavating, Inc. of Fort Worth, Texas for the Cell 48 Liner and Drainage Improvements at the City of Port Arthur Landfill Base Bid and Add Alternate 1 for the not to exceed amount of $1,197,523. Ross E. Blackketter, P.E. Director of Public Works REB /rtb S: \ engineer \Documents \CAMS \2013 \LDKemp- Ce1148.docx P.R. No. 17613 Page 2 THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to execute on behalf of the City, a Contract between the City of Port Arthur and L. D. Kemp Excavating, Inc.; and, THAT, the contract is awarded for the not to exceed amount of $1,197,523, funding being available in CIP302, 303 - 1601- 591.89 -00, (Exhibit "B "); and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED this the day of , A.D. 2013 at a meeting of the City of Port Arthur, Texas by the following vote: Ayes: Mayor: Councilmembers: Noes: Mayor Attest: APPROVED AS TO FORM: Sherri Bellard Val • izeno City Secretary City Attorney 4thaff II I EXHIBIT A Solid Waste Management Consultants 1901 Central Drive 817 571 -2288 and Contractors Suite 550 FAX 817 571 -2188 Bedford, Texas 76021- 5872 www.scsengineers.com SCS ENGINEERS March 22, 2013 SCS Project No. 16212058.01. Mr. Ross Blackketter City of Port Arthur 444 4th Street Port Arthur, TX 77640 Subject: City of Port Arthur Landfill, TCEQ Permit No. MSW -1815A Cell 48 Liner and Drainage Improvements Project Bid Evaluation and Tabulation Dear Mr. Blackketter: SCS Engineers (SCS) is pleased to provide the City of Port Arthur (City) our bid evaluation and tabulation for the Cell 48 Liner and Drainage Improvements Project. This bid evaluation is based on the bid proposals provided to SCS by the City following the bid opening on March 6, 2013 for the referenced project. As indicated on page 27 of the General Specifications (revised in Addendum 2) of the City's bid documents, the City will award this project to the responsive, responsible bidder, who submits the best value bid. As you know the project was bid with several options, including Primary Bid — Cell 48 Liner Construction, Add Alternate 1 — Levee Improvements, and Add Alternate 2 — Levee Improvements and North Detention Basin. The bid documents were structured to allow the City to select one of the add alternates at their discretion, since Add Alternate 2 includes the work associated with Add Alternate 1 — Levee Improvements plus the North Detention Basin. Based on discussions with the City, and due to the City's budget of $1.2 million, this bid evaluation is based on the City's desire to select the Primary Bid (related to Cell 48 Liner Construction) plus Add Alternate 1 (related to Levee Improvements). Therefore, the following is a summary of our bid tabulation associated with the Primary Bid plus Add Alternate 1: • A total of four bids were received by the City at the bid opening. The four bids for Primary Bid plus Add Alternate 1 ranged from $1,197,523.00 (low bid) to $2,103,343.50 (high bid). We have attached the bid tabulation table to this letter, which summarizes the unit rates, totals per bid item, and totals for the Primary Bid and Add Alternate 1. Additionally, we have color coded each bid item in the bid tabulation, with "yellow" representing low bid and "green" representing high bid on each respective bid item. • LD Kemp Excavating, Inc. (LD Kemp) of Fort Worth, Texas is the apparent responsive, responsible low bidder on the project, when accounting for the selection of the Primary Bid and Add Alternate 1, as described above. Although, LD Kemp has a mathematical M \Projeots\PIArthur\16212058.01 Cell 48 Liner Design, Permitting, & Bid Suppor8Task 46 - Bid Ser\rces\Bid Tabulation LO32213Pt Art_Ccll 48 Liner plus_Bid Evaluation.docn Mr. Ross Blackketter March 22, 2013 Page 2 error in their bid when accounting for the allowance on the project; the bid documents were developed such that the allowance is a set dollar amount of $100,000. Therefore, when correcting this mathematical error, LD Kemp remains low bid for the referenced bid selection option. LD Kemp tendered a low bid of $1,197,523.00 for Primary Bid and Add Alternate 1. • LD Kemp has landfill cell and liner construction experience, and meets the minimum qualifications required by the bid documents. • Additionally, LD Kemp included a bid bond in the amount of 5% of their bid, and provided all other required forms /documents with their bid (i.e., Instructions to Bidders [including tax identification number]), Affidavit, Conflicts of Interest Questionnaire, and Receipt Verifications for Addendums 1 and 2. • SCS has contacted references provided by LD Kemp, and their references gave good recommendations for their work on the respective landfill cell construction projects. Additionally, SCS' Dallas/Fort Worth office has had good direct experience with this firm in the past. Based on our review of the submitted bids, LD Kemp appears to be the responsive, responsible low bidder for the City of Port Arthur Landfill, Cell 48 Liner and Drainage Improvements project for Primary Bid plus Add Alternate 1. If you have any questions or need additional information regarding our bid evaluation, please feel free to contact us. Sincerely, Nr- Ryan Kuntz, P.E. Kevin D. Yard, P.E., BCEE Senior Project Engineer Vice President SCS ENGINEERS SCS ENGINEERS TBPE Registration No. F -3407 Enclosures: Bid Tabulation M:\Rojects\PlArthur \16212058.01 Cell 48 Liner Design, Permitting, & Bid Support \Tusk 46 - Bid Services \ I3id Tebulalion\L032213P1 Arl_Ce0 48 Liver plus_Bid Evalustion.docs S S 0 0 000 O 888888 v ° 1 8888 0 0 1 o N 0 6 0 O 6 0 6 O o 0 6 vi t` O hi R vt 0 6 0 0 0 0 ei 0 0 0 0 0 0 ai 0 M� J, O O O O a0 O O O O O O 1� 00 49 O N O ON vt 0 0 0 N O O N Qp O ,IN S d V I C O CO MOO O O O N r t` V T b r 0 0 0 0 1� 00.-.61-41e O 1,0(1, P4 C F vl v1 O 0 b t0 O vt b 00 ^- m 0 oD t` n O m DD CT O tV D\ b O V N 0 O ti 0 W Q d O N_ co N 01 N m 0 N_ 6 69 N N 00 O -. of -. N a C O x E, GS 69 64 64 va GS 69 69 69 . 64 64 es 69 69 En 64 r . 69 in IA m r a 0 0 r � y G � + (A J W o a°1" O O 0 0- - - -- :9 O N '2 Vt O O 0 0 O - O N a V 0 . w 0 80 0 00 - - - - - b 1� N 000800 : S n 1 N ' � a g 8 " �8 : - - vi "° " ' ° V,E °8 88 w tar vi Q, ^ �D - N b O N P V9 df fA 69 6 GS in ■ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 0 O 000 O 0 0 . 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 000 TO a' S o o 1s- 0, 0 O v 7 S S O O o N 0 1 0 0 N N 00 -. 6 O S O st O O N O V 01 ^ b . d 0 0 ' vl 00, I . . . . N m I . . - m v 0 0 0 64 64 49 ' 49 00 a .• 1 O vt ^ N" O O O 1n vt . N- . 00 O b 00 n a O N b 00 O 0 09 N N O o 69 O` M V! T G x 0 ' 6969 - 6 69 69 69 6 69 in 49v9� .-69 * G�69696699-. Os 69 6969 a 49 - a z • F U - - - G ii - = 8 o 0 00 2 h o v o ° Z „�, ooc�to6 0 0 0 6969 EA 69 69 69 0 i T d 000 0 Soo 0 0000000000000008 00000 0 44 „ �9 .G. a N O N O N O vi _ O b n O O r U N 00. O t r ` N N O C h 0 co N 00 43) R r N a In F m y "m o a o 0 � r e m M ���� -�o e� o0� '� r' 2 m x O 6 m r 69 N N b N O as O 6 o 00 69 -. 69 ti N co 69 69 . in 69 69 69 69 in 69 69 En 69 69 - O 69 69 69 . O F f" 69 6A in EA • 1 69 di y O w3 w ' 888 = 88°° r, �g2�� ?888 88 898 0 - a U - - - - v o ei vi o d o o o°�r'000 1� ppool,p o i . 69 0 0 0 0 0 0 0000000000000000 0 0 0 0 0 D o g 0 0 8 0 0 0 0 0 0 0 o o 0 0 0 0 0 0 0 0 0 0 0 0 o 8 t1 o $ 0 a 0 O O 0 O o O O O O o vi O r O C,n r O 0 vt 01 VI O 8 8� O O N O O '7 N V w (r d _ 000 a0 6 00 O O O ,D 00 " O 6 1� t� N O O O 00 N d a, F o o vi v a.2' 0 0" vi o" vi ti 0i o ao - a vi Cr' ri a; vi o o co oo v v a ae 6 ae m .„ x 0 v , 69 69 9 6N9 69 H 69 (A "' a 6N9 a _ 6N9 " 6b9 fn 6m9 E4 6m9 O c a 69 fR a N E4 M a a f7. 6 69 49 69 69 F - Cr 'O f z m m w ° 0 0 0 O O O O O O O O O h N - - 0 0 0 O 0 0 0 0 •0 0 �.t W 000 0 0 0 0 o 000001,b -- 0000 0000!09 m� O o U 6 6 6 I 0' -0 4 6 6 0 o v a 888 `' '8 d 8 8 6 dd 9 88 " dodd - 8, nv ' 9 888 8 0 d d d 6 6 8 8 v Gt d ¢ p• ` o ° " o vi o n' o. K en o 0o m . m 69 W 69 64 69 69 69 . v' a G w , 0 • C. 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 S 0 v 0 0 0 0 0 1 0 u d d co a 6 6 d O O d d d 6 , r) vi N .v. 2 v v7 vi v1 O O N p d ai 6 d N ei « N N O O vt 6 0 0 vt O S N t� b S , 00 N S O O Q O 0 Q Vl , K �Od w d 0 0 N o�nh N oorn0t �o6crn- ■ o6- -0tooQ ovi , -.CO Qmey, t R F 01 .-. vi a0 •-- VI b d' o o" . - 7 b vs o6 " 0 0 -+ Os en" v O aa v t a0 , of N ° Q d E 0 N N 4\ fn N vt a0 .7.. _ 69 " N • FA N O O _ __ O t° E4 6R d N fA 49 a a fA (R 69 f9 69 69 69 ° O . - . o • x °z w . . . -S d d g m w oo ° 8 r ° 0 0 N 00000,0,0,0-.0000000 _ 00 8 8 8 8 O 'C "' O a a a 888 o co oom8od000v 98odo 8 8 m�o� Ci m ' Gs w r " N ,loo 0 O 69 o O 6A b 69 69 69 69 69 _ 4 O o 0 O coo f. 0 0 f9 V3 69 69 VI 0 0 O 2 .Z ea a i v o m0i 69 E d °�� F O 4 fi �"� + 6 Q w . F9 69 ff' . !n v' 699 69 69 C d '_6 a ! 1 �, ] !'r a 9 9 CO • U a O FF04 Tad .< U6 cn6nm 7• w mm >' 69697• ••a.wwu.c 191949mcn • mm 7.7 ° m= 5 i. aaa 0 a a a U a s 00mmm mm as - as a s UUm y m .. 9 o2 A 6A 65 , m O 0 0 8 0 080 0 0 'E 5 d z _ .. N r _ S .. _ wt H r N -. _ _ .. 690 N O E F D _ m - d _ 0 a o $ F O F. '27 I 1.0 174 1 _ m 0 C '° 'O m o E m 5 w N „ .q -8 no W „ e E4 2 . 2 a > o 0 o .fl U a F .s G . • U c ❑ d zz g z ° ll O 2 a d C E m m ri‘ . U -4 m g W z :I3. ¢ 6 9 v . 5 a ° . o F-' ° ' a�i Y . a O o a! ate°' v ,_,4,.., :O F. U a U W U o a s I t .� d t p '.-0-' ,� 5 = a§ c v 5 w 0 y „; , p p > p E - i g y , o 5 c m 3 U 2 ' , .o u a c °' „, A 9 9 .. 3'$ 0 8 5 69 569 P 1 ] m m >vv 6 E .> _ . ta cn pv'� m d wu°.' a Ov gam`' y.t U . „ 0 m ° aaD OQ a ".a (w, gtw"; W Is: 0 U g t U a U `gam k° 2 . U „ oo U ,9,9 i 8 ° 3 m > r7 0 0 0 00 EE o o s - _ x • o 1U W Ex 4 w n „ m ? n. z x - x x t . c a1 °' p u 2 v tIJ a U 'moo o I m l m m m .0 . m o 0 .5 o .' fi E E- v .S °o v _ o y . 5 . a ° > o m w° m v o o . .5 a m u c ° a$ Cl. ° k g g g g C E U N d vt O 00 O p e a U W a W W na W P-1 Rl a N 6 - -. o b N tD •D __ u a z a U W CO 01 0: 0.i AC F " PC PC • d_ N m 4 ,„ b 19 00 09 O_ N m 6 h b 1 00 U o N � d 4 N N N • Q` Q' • 1 a m e EXHIBIT B Contract for: CITY OF PORT ARTHUR CELL 48 LINER AND DRAINAGE IMPROVEMENTS AT CITY LANDFILL THIS AGREEMENT, made this 30 day of April , 2013, by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY ", and L. D. Kemp Excavating, Inc. a(n) Corporation herein acting by and Individual, firm, partnership, or corporation through Mike Brackney hereinafter called "CONTRACTOR ". WITNESSETH: That for and in consideration of the payment terms, conditions, and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be for a term of 120 calendar days from the date of the "Notice to Proceed ". 2. During the term of this Contract, the CONTRACTOR will furnish at his own expense all of the materials, supplies, tools, equipment, labor, and other services necessary to connection therewith, excepting those supplies specifically not required of CONTRACTOR in the Specifications. 3. The CONTRACTOR agrees to perform all the work described in the Specifications and Contract Documents and comply with the terms therein for the prices as stated in the attached bid for the not to exceed amount of $1,197,523. 4. The term "Contract Documents" means and includes the following: (A) Agreement (B) Invitation to Bid (C) General Information (D) Specifications (E) Bid (F) Bidder's Information Sheet (G) Notice to Proceed 5. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. S:\ engineer \Documents \Contracts \LDKemp -LF Ce1148 Contract.docx Page 1 6. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies, each of which shall be deemed an original on the date first written above. OWNER CONTRACTOR L. D. Kemp Excavating, Inc. BY: BY: Floyd T. Johnson City Manager Mike Brackney, Vice President (Printed Name) S:\ engineer\ Documents\ Contracts \LDKemp -LF Ce1148 Contract.docx Page 2 CITY OF PORT ARTHUR LANDFILL TCEQ PERMIT NO. MSW -1815A CELL 48 LINER AND DRAINAGE IMPROVEMENTS BIDDING DOCUMENTS AND SPECIFICATIONS Prepared for: The City of Port Arthur Cip of ort rthu� Terns ��� • E OF . - Jefferson County, Texas :1.1 /\ : * r RYAN R. KUNTZ t -o . 104689 r p SE9.••����— Prepared by: om. //y0/3 S CS ENGINEERS Texas Board of Professional Engineers, Reg. No. F -3407 1901 Central Drive, Suite 550 Bedford, Texas 76021 (817) 571 -2288 Issued - for - Bidding — January 2013 SCS Project No. 16212058.01 r Cell 48 Liner and Drainage Imprmrrnents Cite of Port Arthur Landfill Bidding Documents and Specifications TABLE OF CONTENTS A. BID DOCUMENTS Description Page Invitation to Bid 2 Mandatory Pre -Bid Conference 4 Invitation to Bid (To be submitted ONLY IF YOU DO NOT BID) 5 Bid Sheet 6 Instructions to Bidder 9 Affidavit 10 Conflict of Interest Questionnaire 11 Contractor's Qualification Statement 12 Bid Bond 25 General Specifications 27 B. TECHNICAL SPECIFICATIONS 1 � E O L tl 01010 Summary of Work ��P... .....••• •. r 01020 Allowances * • 4 � • * tl 0 1025 Measurement and Payment * * 01052 Layout of Work and Surveys l r RYAN R. KUNTZ 01190 Health and Safety ! i � 104689 01200 Construction Meetings and Schedules t 't °� F;. 4! eENSE O , ,se. 0—• 01300 Submittals t 1, ��� 0 1400 Quality Assurance and Quality Control /0" /gek 01500 Construction Facilities ( / -..► 01560 Environmental Protection and Special Controls 01600 Material and Equipment 01700 Contract Closeout 02110 Clearing and Grubbing 02206 Cement Stabilized Sand 02231 Aggregate 02256 Protective Cover 02210 Excavation, Backfill, Fill and Grading 02270 Soil Erosion and Sediment Control 02271 Seed and Fertilizer 02272 Erosion Control Blanket 02778 Non -Woven Geotextile 02779 Geosynthetic Clay Liner 02922 Geomembrane 02930 Geocomposite 03300 Concrete 11300 Pumping Systems 15400 HDPE Pipe, Tank, and Fittings 16010 Electrical Issued- for - Bidding ii January 2013 Cell 48 Liner and Drainage Improvements City of Port Arthur Landfill Bidding Documents and Specifications C. CONSTRUCTION PLANS Drawing No. 1 — Title Sheet Drawing No. 2 — Existing Conditions Drawing No. 3 — Site Layout Plan Drawing No. 4 — Cell 48 — Excavation/Backfill Plan Drawing No. 5 — Cell 48 - Underdrain Plan Drawing No. 6 — Cell 48 — Top of Protective Cover Drawing No. 7 — Underdrain and LCS Details Drawing No. 8 — Liner and Liner Tie -in Details Drawing No. 9 — Underdrain and LCS Sump Details Drawing No. 10 — Cell 40 and 41— LCS Tie -in Details Drawing No. 11 — Existing Levee Excavation Plan Drawing No. 12 — Levee Improvement and North Detention Basin Plan -1 Drawing No. 13 — Levee Improvement and North Detention Basin Plan-2 Drawing No. 14 — Levee and Detention Cross - Sections Drawing No. 15 — Interim Drainage Details Drawing No. 16 — Permanent Drainage Details Drawing No. 17 — Construction Survey Control CH -FW -O — Concrete Headwalls with Flared Wings for 0° Skew Pipe Culverts D. SOIL AND LINER QUALITY CONTROL PLAN E. GEOLOGIC BORING LOGS AND SEASONAL HIGH GROUNDWATER LEVEL MAP ����wltttt �` tE OF .rFlil t ,r* ` 'i•. * • • 1 . RYAN R. KUNTZ r l 104689 1J '•. r : tr I l igt .: \. 4 � S /0,.. ••• 1 ■11.. //60//3 Issued-for-Bidding iii January 2013 Cell 48 Liner and Drainage Irnprovernents City of Port Arthur Landfill Bidding Documents and Specifications BID DOCUMENTS • Issued-for-Bidding 1 January 2013 DELORIS "BOBBIE" PRINCE, MAYOR FLOYD T. JOHNSON WILLIE "BAE" LEWIS, MAYOR PRO TEM CITY MANAGER COUNCIL MEMBERS: IT City of i -- CITY SECRETARY RAYMOND SCOTT, JR. �� ELIZABETH SEGLER MORRIS ALBRIGHT HI OTC r t h um~ VAL TIZENO HAROLD L. DOUCET, SR. CITY ATTORNEY ROBERT E. WILLIAMSON Texas DERRICK FREEMAN KERRY "TWIN" THOMAS JANUARY 30, 2013 INVITATION TO BID CITY OF PORT ARTHUR LANDFILL CELL 48 LINER AND DRAINAGE IMPROVEMENTS DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, March 6, 2013. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, March 6, 2013 in the City Council Chambers, City Hall, 5` Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: City of Port Arthur Landfill, Cell 48 Liner and Drainage Improvements DELIVERY ADDRESS: Please submit one (1) original and one (1) copy of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET, 4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid should be directed in writing to: City of Port Arthur, TX Clifton Williams, Senior Purchasing Assistant P.O. Box 1089 Port Arthur, TX 77641 cwilliams@portarthur.net Questions concerning the Scope of Work should be directed in writing to: SCS Engineers Ryan Kuntz, P.E., Senior Project Engineer 1901 Central Drive, Suite 550 Bedford, TX 76021 rkuntz@scsengineers.com Purchasing Division /Finance Department 1 Purchasing Manager, Shawna Tubbs, CPPO, CPPB P.O. Box 10891444 4th Street' Port Arthur, Texas 776411 409.983.8160 1 Fax 409.983.8291 Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address in the upper left -hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. A compact disc (CD) that contains the Bid Documents and Specifications may be obtained from SCS Engineers located at 1901 Central Drive, Suite 550, Bedford, Texas 76021 upon payment of $25.00 for each CD. Additionally, shipping options are available by calling SCS Engineers at 817 -571 -2288. Shawna Tubbs, CPPO, CPPB Purchasing Manager Issued-for-Bidding 3 January 2013 -*) MANDATORY PRE -BID CONFERENCE A Mandatory Pre -Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for "City of Port Arthur Landfill, Cell 48 Liner and Drainage Improvements" will be held at City Hall, 5th Floor Conference Room, which is located at 444 4th Street, Port Arthur, TX 77640, on Thursday, February 14, 2013 at 10:00 a.m. The purpose of the Mandatory Pre -Bid Conference is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting, but subsequent thereto, the Purchasing Manager, if necessary, will issue an addendum(s) to clarify the intent of the Contract Documents. Bids received from firms or individuals not listed on the roll of attendees of the Mandatory Pre - Bid Conference will be rejected and returned unopened to the bidder. Issued-for-Bidding 4 January 2013 INVITATION TO BID CITY OF PORT ARTHUR LANDFILL CELL 48 LINER AND DRAINAGE IMPROVEMENTS (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity /service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments /Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: Issued-for-Bidding 5 January 2013 B 3 u) o cv W L •E ° 0 a H o .r to.o a 40 Z t.. W ai o L) .- U a o° a b CL)� Z 0 U O s.. G Q., „, Y z &)&D C w �& � w w w w a s a U a a a U a a v v v) v) v) O . U F� �"C7 -< F( p O O �O 0 0 0 W " r. - E"' d N �n � rn a\ W ° a) W a CA N p 0 1. b O es 'O cd Q. Z Q Q y U w -. U N ....., >, 61:1 b4 -o .-. ❑ ,� to z i--i '° v] ^ j C/D U .., C H Q E-4 is U X O p •3 o bA (% •.E v) 0 . w H .d X a �- U t a) W .D C 4.) ' o U U N �, g W $. • c = ° c - ° w o a Con ;-- cu Q w a W sE 0 a a' v o 00 ° 3 U . o u) o Z °' n :a oo W ° o' E � a � �, bD o ° o U ' bo o UO � - o x a. 7-13 0 U ' w > > `� ct n .a 0 i v oo [ o Ua a' c..) r:4 w� Q _ to ,, W 0 0 = .12 ; a� a -° 0 ra • o 3 o U o o C 0 ° ° ¢ c a� Ca • � o , CV o C7 3 0 bD a� $-, o C7 - 0 W • •-, ., i s s y c G 1:4 P. bD Z a x -d ..0 • w > > > > q •cam ' cn ."' 0 N e) 0 10 0 G 0 al X 3 X X U X = 6.0 a) U 1-4 a> 1-. N a) o 5 ' b ...a U W W WCD W WE-. WU .� N Q 0 VD N tO a" C � A 0 bbD O 3 0 N C U W : n o (:;:l a) N C U -4 H o U a - - o o O N a o- a a cs O 0 0 E-( h W o Q W d W o a 0 a a ca z r z v) z g x H w w w w O U v) v1 44 Z v) vi Z v, a a a a a 1 a Z a a u v v) w Z a s E. A Ap., A q A C o0 o E " O o 0 0o A 0 H o 7 z aT O N ,--4 •'-r 1 Z m 0 N O E-+ Z r, N in o 1-1 ..e4 r, N H� d °�° W Hp o W a Wd W W A t. x E-1 x a.) as 0 -o a Ts a" o v: ,.. -o W c Z U a) ' b a a 0 Si Z cz Z a o o Z o z o Z E-1 6 : , E -o H a W F' w a 0 a a u w v o W H L) w ° ' o U > , °', o U > o a a a o Q. c ' E L� W > o I:4 44 > A " a cn 0,2 a q a an a) i a+ A 0 t n a O W a p4 Q a ct a W W m W a W W H g - a E. U o Q Q v� b a b > �, x 0 a) = o , c H a a 2 ,tb o a 3 a 0 Q .7 Q w cq __1 a) U I w as o a x '" c o an oO 0 nn o a) 3 W C W C U = [ a7 a o o c o E' x . ° E 0 al CS q cn Q Z a - W W W Z a U W o0 q H W a W W .� N rn V to F( W --+ N c cili Ey r 00 ON 0 N Q a E� .� a E-' N c.1 N o A r, r. CA N N Z A A a a a a a A A = a a a y a a? ° c d 4. U 14 al ° b ° G d a U .. c U E� 4 cti U G 0 o 0 N • U al a) 2 o .0 'j O N U V N Q b F: a. N U al W a) O � c. 1- C bn U 0 �w o 3 z � �. - . t " Co) "0 CD Y U - ., W 1_, 3 L E �y ° ° 4... v a o ° o 0 z V) w w w C4 Z u. U U U w c4 ■w U w a+ as a; Z H ' o � W o Q. >, A A ›, A � ,� 7:1 3 ccl •Cd y a> >, N O O oo A 1 . ' W .'''-' a�'i E W W Co = ..� ° • -" A as t cd o `/] 00 0 w x 0 °�g Q b O 0 = 74 � OU +�- b b o p z 0 z - _ -gib y a ° .., 0 W C9 H Z t ' ° a H 0 z ° .s~ W �O G t Y �. (4 '( o E co CU a 023 o U 'si d H al U = •= alu a W o a '-' an U a) w y U v - ° Q tat) w C7 -, W d W H e o a c ° > , > • ° ° E U W Z =• o t o -b ❑ 0 U Z W P4 ° 0 o as W r� a as o 0 x b G w w ° .° a c0& ) o U i a.' Y :c 04 N " U o .D C ..= Z n C ..., a., o W > as o o U N „i t ° O W C k x i ° o ° a o 0 0 -L W E Z W w w Gl O W N-. ri! U o° co : 3 ° W Z °�° d Q; o c/3 as U � W � • 1-i d ¢ Q N N N N N O - 0 0 0 P d Z a a A A d Q Q Q Q Q Q Q u `� ° "� w a y A pa ..= sn ° o o a p H d W Q - - - H v) U. U Q W U H H BID OPENING DATE: March 6, 2013 CITY OF PORT ARTHUR INSTRUCTIONS TO BIDDER Bidders are requested to furnish their complete REMIT TO ADDRESS and TAX IDENTIFICATION NUMBER as indicated below: REMIT PAYMENT TO: COMPANY ADDRESS CITY /STATE /ZIP SEND PURCHASE ORDER TO: COMPANY ADDRESS CITY /STATE /ZIP TAX IDENTIFICATION NUMBER Issued-for-Bidding 9 January 2013 F " AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. Firm Name Date • Authorized Signature Title Name (please print) Telephone Email STATE: COUNTY: SUBSCRIBED AND SWORN to before me by the above named on this the day of , 20 • Notary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Issued-for-Bidding 10 January 2013 _,ONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80 Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001 (1 -a) with a local governmental entity and the person meets requirements under Section 176.006 (a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7 fil business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1. Name of person who has a business relationship with local governmental entity. 2. Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than 7 business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Name of a local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (1 -a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government Officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each employment or business relationship with the local government officer named in this section. 4. Signature of person doing business with the governmental entity Date Issued-for-Bidding 11 January 2013 CONTRACTOR'S QUALIFICATIONS To qualify to submit a proposal on this project, General Contractor shall submit a Contractor's Qualification Statement that demonstrates that the General Contractor has experience with the following criteria: • At least 5 similar projects completed within the last 10 years. • Similar projects are those with at least 5 acres of installed composite liner. Additionally, to qualify to submit a proposal on this project, the General Contractor shall subcontract a Geosynthetic Installer, and said Geosynthetic Installer shall submit a Geosynthetic Installer's Qualification Statement that demonstrates that the Geosynthetic Installer has experience in the following criteria: • At least 10 similar projects completed within the last 5 years. • Similar projects are those with at least 5 acres of installed composite liner. • Geosynthetic Installer must have installed at least 4,000,000 square feet of flexible membrane liner, 2,000,000 square feet of geocomposite, and 2,000,000 square feet of geosynthetic clay liner within the last 5 years. In the event the Geosynthetic Installer is submitting a bid as the General Contractor, then the Geosynthetic Installer is still required to have the experience criteria for a Geosynthetic Installer, } as stated above. A "similar project" is defined as a composite liner construction project at a municipal solid waste landfill. The composite liner construction project shall have consisted of a mass excavation, geosynthetic clay liner, flexible membrane liner (FML), underdrain and leachate collection systems (including geocomposite drainage layer, piping, aggregate, etc.), and soil protective cover. This Qualification Statement shall include a project description, Owner, project duration (including description of composite liner components), type of equipment used, contract price and contact person. Issued-for-Bidding 12 January 2013 CONTRACTOR'S QUALIFICATION STATEMENT Project: City of Port Arthur Landfill, Cell 48 Liner and Drainage Improvements Note: If Bidder (i.e., General Contractor) intends to subcontract a geosynthetics installer, Bidder must include Subcontract Geosynthetic Installer Qualification Statement. Contractor/Sub-contractor: (circle one) Indicate One: Sole Proprietor _ Partnership _ Other Corporation _ Joint Venture Name: Partner: Title: Title: Address: Address: City: City: State & Zip: State & Zip: Phone: Phone: State and Date of Incorporation, Partnership, Ownership, Etc. Location of Principal Office: Contact and Phone at Principal Office: Liability Insurance Provider and Limits of Coverage: Workers compensation Insurance Provider: Surety (Performance and Payment): Address: Contact and Phone: Total Number of Employees to be Associated with this Job: Managerial Administrative Professional Skilled Semi - Skilled Other Percentage of Work to be Done by Bidder's Employees (Based on Dollars Bid): Issued-for-Bidding 13 January 2013 Type(s) of Work to be Done by Bidder's or Sub - Contractor's Employees (examples: earthwork, geosynthetics, etc.) Access to Tools and Equipment: Percent Owned Percent Rented Number of Years in Business as a Contractor on Above Types of Work: Type(s) of Work to be Done by Sub - Contractors: Include Name, Address, and Phone Number of Sub - Contractor, Use Additional Sheets if needed. Type of Work Sub - Contractor List your projects completed in the last five years, with information, similar to the type of work in bid. (Use Additional Sheets if Necessary) 1. Project: Project Description: Project Supervisor: Owner /Agency: Year Built: Contract Price: Type of Equipment Used: Contact Person: Phone: Issued-for-Bidding 14 January 2013 ,. 2. Project: Project Description: Project Supervisor: Owner /Agency: Year Built: Contract Price: Type of Equipment Used: Contact Person: Phone: 3. Project: Project Description: Project Supervisor: Owner /Agency: Year Built: Contract Price: Type of Equipment Used: Contact Person: Phone: 4. Project: Project Description: Project Supervisor: Owner /Agency: Year Built: Contract Price: Type of Equipment Used: Contact Person: Phone: Issued-for-Bidding 15 January 2013 5. Project: Project Description: Project Supervisor: Owner /Agency: Year Built: Contract Price: Type of Equipment Used: Contact Person: Phone: Trade References (List Company, Address, Contact Person, and Phone): Bank. References (List Institution, Address, Contact Person, and Phone): I, , being duly sworn deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Dated this day of , 20 • Name of Organization: By: Title: Issued-for-Bidding 16 January 2013 STATE OF TEXAS} COUNTY OF } BEFORE ME the undersigned authority, on this day personally appeared known to me to be the person whose name subscribed to the foregoing instrument, and acknowledged to me that he executed the same for the purposes and considerations therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 . Notary Public in and for County, Texas Issued-for-Bidding 17 January 2013 GEOSYNTHETIC INSTALLER'S QUALIFICATION STATEMENT Project: City of Port Arthur Landfill, Cell 48 Liner and Drainage Improvements Subcontractor: Indicate One: Sole Proprietor _ Partnership Other _ Corporation _ Joint Venture Name: Partner: Title: Title: Address: Address: City: City: State & Zip: State & Zip: Phone: Phone: State and Date of Incorporation, Partnership, Ownership, Etc. Location of Principal Office: Contact and Phone at Principal Office: Liability Insurance Provider and Limits of Coverage: Workers compensation Insurance Provider: Surety (Performance and Payment): Address: Contact and Phone: Total Number of Employees to be Associated with this Job: Managerial Administrative Professional Skilled Semi - Skilled Other Percentage of Work to be Done by Subcontractor's Employees (Based on Dollars Bid): Issued-for-Bidding 18 January 2013 Type(s) of Work to be Done by Subcontractor's Employees (examples: excavation and backfill, composite liner construction, leachate collection system construction, etc.) Access to Tools and Equipment: Percent Owned Percent Rented Number of Years in Business as a Subcontractor on Above Types of Work: Include a certification that the Geosynthetic Installer is approved and/or licensed by the geomembrane manufacturer. List at least ten (10) completed facilities, which are similar to the work in the bid that the Geosynthetic Installer has completed over the last five (5) years totaling a minimum 4,000,000 ft of geomembrane, 2,000,000 ft of geocomposite, and 2,000,000 ft of geosynthetic clay liner (include type, thickness, amount, date(s) and intended usage). (Use Additional Sheets if Necessary) 1. Project: Project Description: Project Supervisor: Owner /Agency: Year Built: Contract Price: Type of Equipment Used: Contact Person: Phone: Issued-for-Bidding 19 January 2013 2. Project: • Project Description: Project Supervisor: : Owner /A enc g Y Year Built: Contract Price: Type of Equipment Used: Contact Person: Phone: 3. Project: Project Description: Project Supervisor: Owner /Agency: Year Built: Contract Price: Type of Equipment Used: Contact Person: Phone: 4. Project: Project Description: Project Supervisor: Issued-for-Bidding 20 January 2013 -- Owner /Agency: Year Built: Contract Price: Type of Equipment Used: Contact Person: Phone: 5. Project: Project Description: Project Supervisor: Owner /Agency: Year Built: Contract Price: Type of Equipment Used: Contact Person: Phone: 6. Project: Project Description: Project Supervisor: Owner /Agency: Year Built: Contract Price: Type of Equipment Used: Contact Person: Phone: Issued-for-Bidding 21 January 2013 7. Project: Project Description: Project Supervisor: J P Owner /Agency: Year Built: Contract Price: Type of Equipment Used: Contact Person: Phone: 8. Project: Project Description: Project Supervisor: Owner /Agency: Year Built: Contract Price: Type of Equipment Used: Contact Person: Phone: 9. Project: Project Description: Project Supervisor: Issued-for-Bidding 22 January 2013 Owner /Agency: Year Built: Contract Price: Type of Equipment Used: Contact Person: Phone: 10. Project: Project Description: Project Supervisor: Owner /Agency: Year Built: Contract Price: Type of Equipment Used: Contact Person: Phone: Trade References (List Company, Address, Contact Person, and Phone): Bank References (List Institution, Address, Contact Person, and Phone): Claims and Suits (If the answer to any of the questions is yes, please attach details): Issued-for-Bidding 23 January 2013 1. Has your organization ever failed to complete any work awarded to it? 2. Are there any judgments, claims, arbitration proceedings, or suits pending or outstanding against your organization or its officers? 3. Has your organization filed any lawsuits or requested arbitration with regard to construction contracts within the last five years? 4. Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? I, , being duly sworn deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Dated this day of , 20 . Name of Organization: By: Title: STATE OF TEXAS } COUNTY OF } BEFORE ME the undersigned authority, on this day personally appeared known to me to be the person whose name subscribed to the foregoing instrument, and acknowledged to me that he executed the same for the purposes and considerations therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 Notary Public in and for County, Texas Issued-for-Bidding 24 January 2013 BID BOND 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 PORT ARTHUR in the penal sum of $ , for the payment of which sum, well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns. Signed this day of , 20. The condition of the above obligation is such that whereas the Principal has submitted to the CITY OF PORT ARTHUR a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing for CITY OF PORT ARTHUR LANDFILL, CELL 48 LINER DRAINAGE IMPROVEMENTS. NOW THEREFORE, the condition of the above obligation is such that (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. *Bid Bond and Power of Attorney must carry date of bid opening Issued-for-Bidding 25 January 2013 BID BOND Page 2 The Surety, for value received, hereby stipulates and agrees that the obligation of said Surety and its bond 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 above. ATTEST: Principal - Contractor* BY: (Principal) Secretary TITLE: (Corporate Seal) ADDRESS: ATTEST: Surety (Surety) Secretary BY: Attorney -in -Fact (Surety Seal) ADDRESS: *If Contractor is Partnership, all Partners should execute bond. BID BOND OR CASHIER'S CHECK MUST ACCOMPANY BID Issued-for-Bidding 26 January 2013 ' CITY OF PORT ARTHUR GENERAL SPECIFICATIONS GENERAL INFORMATION: The following is a tentative schedule for receipt of bids and is subject to change at the CITY'S discretion: Advertising February 3, 2013 and February 10, 2013 Pre -Bid Conference: 10:00 A.M., February 14, 2013 Pre -Bid Conference Location: City Hall, 5 Floor Conference Room 444 4 Street, Port Arthur, Texas 77640 Deadline for Technical Questions: 5:00 P.M., February 22, 2013 Bids Due: 3:00 P.M., March 6, 2013 Bids Opened: 3:15 P.M., March 6, 2013 NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of Port Arthur the required information specified in Bid or Proposal Specifications . listed in this Bid Package. A bids mee ' the intent of this request for 'd wi be considered ft aw. a. BIDDERS } yT KING / EXCEPTION TO SPECIFIC TIONS, OR OF'FERINi SUBS ITUTIONS, SHALL STATE THESE EX EPTI NS BY ATTACH NT AS PA T OF T 1 BID. The ± `4aI sence4f such a 1st shall indicate that the bidder has not taken exce tions and th- City shall �`�� h�ld the bidder responsible to perform in /strict accordance with t e specificat k ns of the d Radon. The C 'lty reserves the right/ to accept 'any and all or none of th exc ions) /substituiions(s ) deemed to e in the best interest o the Cit of Port Arthur. ALTERING BIDS: Bi s cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The award shall be made to the responsive, responsible bidder who submits the best value bid. The City reserves the right to: 1. Reject any and all bids and to make no award if it deems such action to be in its best interest. 2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. Issued-for-Bidding 27 January 2013 4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 5% of the lowest bid price, as provided by Section 271.905 of the Texas Government Code. TERMINOLOGY: "Bid" vs. "Proposal " - -For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete response to all requirements and questions as directed. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Port Arthur. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. Issued-for-Bidding 28 January 2013 PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Public Works Department, P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any -one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 Issued-for-Bidding 29 January 2013 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set -off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. Issued-for-Bidding 30 January 2013 EXPERIENCE & CAPABILITY: The Bidder and Bidder's selected subcontractor for installation of the geosynthetic liner components (i.e., geosynthetic clay liner, geomembrane, and geocomposite) are required to complete the Bidders and Sub - Contractor's Qualification Statement provided herein. The City may make such investigations as they deem necessary to determine the ability of the bidder or sub - contractor to perform the work, and the bidder and sub- contractor shall furnish the City all such information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder and sub - contractor fails to satisfy the City that such bidder or sub- contractor is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub - contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB - CONTRACTS: The Contractor shall not execute an agreement with any sub - contractor or permit any sub - contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance (City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury $500,000 single limit per occurrence or $500,000 each person/$500,000 per occurrence for contracts of $100,000 or less; or bodily injury $1,000,000 single limit per occurrence or $500,000 each person /$1,000,000 per occurrence for contracts in excess of $100,000; b. Property Damage $100,000 per occurrence regardless of contract amount; and c. Minimum aggregate policy year limit of $1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of $2,000,000 for contracts in excess of $100,000. Issued-for-Bidding 31 January 2013 3. Commercial Automobile Liability Insurance (Including owned, non -owned and hired vehicles coverage's). a. Minimum combined single limit of $500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten (10) days after execution of this Contract. BID SECURITY AND LIQUIDATED DAMAGES: Bids shall be accompanied by a bid guarantee of not less than five percent (5 %) of the amount of the total bid which shall be a Certified Check or Cashier's check payable without recourse to the City of Port Arthur (CITY), or a bid bond with corporate surety authorized to conduct business in Texas. Said security shall be submitted with the understanding that it shall guarantee that the Bidder will not withdraw his bid within sixty (60) days after the date of the opening of the bids; that if a bid is accepted, the bidder will enter into a formal Contract with the CITY, furnish bonds and insurance as may be required and commence work at the specified time, and that in the event of the withdrawal of said bid within said period, or the failure to enter into said Contract, furnish said bonds and insurance and commence work within the time specified, the Bidder shall be liable to the CITY for the difference between the amount specified in the bid in the amount for which the CITY may otherwise procure the required work. Checks of all except the three lowest responsible Bidders will be returned when award is made; when the Contract is executed, the checks of the two remaining unsuccessful bidders will be returned; that of the successful Bidder be returned when formal Contract, bonds and insurance are approved, and work has commenced within the time specified. Issued-for-Bidding 32 January 2013 ` I The Bidder to whom the award is made shall execute and return the formal Contract with the CITY and furnish Performance and Payment Bonds and required Insurance Documents within ten (10) days after the prescribed forms are presented to him for signature. Said period will be extended only upon written presentation to the CITY, within said period, of reasons which the sole discretion of the CITY, justify an extension. If said Contract, bonds and insurance Documents are not received by the CITY within said period or if work has not been commenced within the time specified, the CITY may proceed to have the work required by the Plans and Specifications performed by any means at its command, and the bidder shall be liable to the CITY for any excess cost to the CITY over bid amount. Further, the bid guarantee shall be forfeited to the CITY as liquidated damages and Bidder shall be liable to the CITY for an additional amount of five percent (5 %) of the bid amount as liquidated damages without limitation. The CITY, within ten (10) days of receipt of acceptable Performance and Payment bonds, insurance documents and Contract signed by Bidder to whom Contract was awarded, shall sign and return executed duplicate of the Contract to said party. Should the CITY not execute the Contract within such period, the Bidder may, by written Notice to CITY, withdraw his signed Agreement. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by CITY. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between CITY and CONTRACTOR. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Timely completion of a project is extremely important to the CITY. Bidder must agree to commence work on or before a date to be specified in a written "Notice to Proceed" issued by the CITY and to fully complete the project within the following number of calendar days: • 90 calendar days for all specified work under the Primary Bid (this time of completion will be required regardless of which add alternate is selected by the CITY); and either, • An additional 30 calendar days if the CITY selects Add Alternate No. 1, for a total of 120 calendar days for the Primary Bid and Add Alternate No. 1; or • An additional 60 calendar days if the CITY selects Add Alternate No. 2, for a total of 150 calendar days for the Primary Bid and Add Alternate No. 2. Failure of the CONTRACTOR to complete the Work within the time allowed will result in damages being sustained by the CITY. It is agreed and understood that it would be impractical and extremely difficult to ascertain the amount of actual damage the CITY might sustain by reason of breach of the agreement; therefore the amount stated is expressly agreed upon as liquidated damages and is not intended by the parties to be a penalty. As such, liquidated damages of $1,000.00 per day will be imposed for each calendar day the service delivery date is exceeded. Issued-for-Bidding 33 January 2013 By submittal of Bid on the project, and by execution of the Contract by the CONTRACTOR awarded the project shall constitute an agreement by the CITY and CONTRACTOR that $1,000.00 per day is the minimum value of the costs and actual damage caused by the failure of the CONTACTOR to complete the Work within the allotted time. Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. WAGES & SALARIES: Attention is particularly called to the requirement of not paying less than the prevailing Davis Bacon Related Acts (DBRA) wage rates specified in the Contract Documents. These rates are minimums to be paid during the life of the contract. It is therefore the responsibility of the Bidder to inform themselves as to local labor conditions. Attention is called to the requirement that employees and applicants for employment are not discriminated against because of race, color, religion, sex, age or national origin. PERFORMANCE AND PAYMENT BOND REQUIREMENTS: Per Government Code Chapter 2253. Bonds. If the contract exceeds fifty thousand dollars ($50,000) a payment bond is required. If the contract exceeds one hundred thousand dollars ($100,000) a performance bond is required. Performance and Payment Bonds shall be furnished on prescribed forms in the amount of one hundred percent (100 %) of the contract price with corporate surety duly authorized to do business in the State of Texas. Attorneys -in -fact who sign Bonds must file with each bond a certified and effective date copy of their Power of Attorney. Issuedfor- Bidding 34 January 2013 1 t S C S E ° s «, x„�,`.f"k `mr � .. -� -- te r C ITY O P O RT ARTHUR LAN DFILL CELL 48 LINER AND DRAINAGE — k BIDDING AND NS IMPROVEMENTS � _ DOCUMENTS SPECIFICATIO Y V H ADDENDUM N 1 - Prepared for: CITY OF PORT ARTHUR Cite f' r/hr urf rib" Tr r.0 JEFFERSON COUN TEXAS Prepared by SC ENGINEERS Dallas /For W o rth Office 1901 Central Drive, Su 550 Be dford, Texas 76021 s45 817- 57 -22 88 -?:-.--!---.7, 1 A dden dum No. 1 - February 28, 2013 SC Pro ject No. 16212058.00 Offices Nationwide www.scsengi neers.com 3 CELL 48 LINER AND DRAINAGE IMPROVEMENTS BID DOCUMENTS AND SPECIFICATIONS ADDENDUM NO. 1 SUMMARY OF REVISIONS The following briefly describes the revisions, additions, or clarifications of the Bid Documents and Specifications for the Cell 48 Liner and Drainage Improvements Construction Project for the City of Port Arthur Landfill, Permit No. MSW- 1815A. 1. PRE -BID CONFERENCE MEETING MINUTES 2. RESPONSES TO CONTRACTOR'S QUESTIONS 3. REVISION TO BID DOCUMENTS • Bid Sheet: The description of Bid Item AA2 -9 was revised to indicate 36 -inch Smooth -Lined CMP consistent with Drawing 16 of the construction plans. • General Specifications: This section was revised to remove and replace language on Page 27, related to taking exceptions to the specifications. Contractor shall note, exceptions to the specifications will not be accepted, and substitutions will not be reviewed during the bidding process. 4. REVISION TO TECHNICAL SPECIFICATIONS • Section 01025 — Measurement and Payment: This section was revised for the following: o To communicate that the City has removed concrete pavement and asphalt millings from the Cell 48 limits, which will impact the soil balance estimates for the project; o To require that a pre - construction survey of the Cell 48 limits be performed by the Contractor to serve as the baseline for calculation of future earthwork quantities; and o To revise the description of Bid Item AA2 -9 to indicate 36 -inch Smooth - Lined CMP consistent with Drawing 16 of the construction plans. • Section 01052 — Layout of Work and Survey: This section was revised to require that the Contractor provide a pre - construction topographic survey on a 50 -foot grid within the Cell 48 GCLER/GLER limits, as identified on Drawing No. 4. M:\Projects\PlArthur \16212058.01 Cell 48 Liner Design, Permitting, & Support\ask 46 - Bid Services\Add I\Ce1148 Liner - Addendum I.docs 5. ADDITION OF DRAWING 4A -C.6 TO SECTION E - GEOLOGIC BORING LOGS AND SEASONAL HIGH GROUNDWATER LEVEL MAP • Drawing 2 is structural contour map, which depicts the elevations of the top of Layer 2, based on geologic borings contained within the landfill permit. Geologic borings that are within the vicinity of Cell 48 are already contained in Section E. Revisions to technical specifications have been performed using track changes (i.e., redline /strikeout). The bidder shall indicate the receipt of Addendum No. 1 by faxing or emailing the Addendum No. 1 receipt verification, to the attention of Mr. Ryan Kuntz at 817 -571 -2188 or rkuntzAscsengineers.com, respectively. M:\Projects\PlArdmr \16212058.01 Cell 48 line Design, Pemining, & Bid Support \Task 46 -Bid Services \Add 1\Ce1148 Line - Addendum I.docx CITY OF PORT ARTHUR LANDFILL, PERMIT NO. MSW -1815A CELL 48 LINER AND DRAINAGE IMPROVEMENTS CONSTRUCTION BIDDING DOCUMENTS AND SPECIFICATIONS ADDENDUM NO. 1 - RECEIPT VERIFICATION Contractors and /or Subcontractors bidding on the City of Port Arthur Landfill, Permit No. MSW -1815A — Cell 48 Liner and Drainage Improvements are requested to verify with SCS Engineers that Addendum No. 1 to the Bidding Documents and Specifications was received. The Addendum No. 1 package contains the following revised pages /documents: Pre -Bid Conference Meeting Minutes, including meeting agenda and bidders attendance list (sign -in sheet) Response to Contractor's Questions Revision to the Bid Sheet Revision to Section 01025 — Measurement and Payment and Section 01052 — Layout of Work and Survey Addition of Drawing No. 4A -C.6 — Top of Layer 2 Elevations, 5' Contour Interval Please check the items that were received above, and fill out the Contractor's information below. Additionally, fax or email this completed form back to SCS Engineers at 817 -571 -2188 or rkuntz @scsengineers.com, respectively, to the attention of Mr. Ryan Kuntz verifying receipt of the Addendum No. 1 package. Contractors shall also acknowledge receipt of Addendum No. 1 by including a copy of this receipt verification with their bid. Thank you for your interest in this project. Name of Bidder (Contractor or Subcontractor) Name of Representative Signature of Representative Date Received M:\Projecte\PtAnhur \I 6212058.01 Cell 48 Liner Design, Permitting, & Bid Support \Task 46 - Bid Services■Add 1\Cd148 Liner - Addendum 1 docx PRE -BID CONFERENCE MEETING MINUTES M:\Pr jects\PtArthur\16212058.01 Cell 48 Liner Design, Pi/mining, & Bid Support \Task 46 -Bid Services \Add 1 \Cell 48 Line - Addendum I.docx Solid Waste Management Consultants 1901 Central Drive 817 571 -2288 and Contractors Suite 550 FAX 817 571 -2188 Bedford, Texas 76021- 5872 www.scsengineers.com SCS ENGINEERS CITY OF PORT ARTHUR LANDFILL TCEQ PERMIT NO. MSW -1815A CELL 48 LINER AND DRAINAGE IMPROVEMENTS Pre -Bid Conference February 14, 2013, 10:00 A.M. Meeting Minutes 1. Meeting Attendees: • City of Port Arthur: Shawna Tubbs, Purchasing Manager; Ross Blackketter, P.E., Director of Public Works, Mike Tentrup, Landfill Manager; • SCS Engineers: Kevin Yard, P.E., Vice President; and • Contractors: see attached sign -in sheet 2. Ms. Tubbs opened the meeting and provided the following comments: • This pre -bid meeting is mandatory; bids will not be accepted by the City for firms not represented by those in attendance. • Bids are due on March 6, 2013 at 3:00 PM; bids not received by this time will not be considered. • Sheets 6 through 26 must be included in the bid submittals. Changes in the bid sheets are not allowed. • The deadline for any questions is February 22, 2013 at 5:00 PM. All questions should be directed to Shawna Tubbs at the City (Shawna @portarthur.net) and Ryan Kuntz, P.E. of SCS Engineers (rkuntz @scsengineers.com). • Contractors need to check the City's website for possible addenda for this project. • The City will provide a copy of the bidders' sign -in sheet to those in attendance. 3. Kevin Yard, P.E. of SCS Engineers covered all of the items on the attached agenda. In addition he made the following comments: • The City will issue an addendum to the original bid documents. Items to be included in the bid addendum include the following: D The following statement will be removed from the General Specifications, page 27: "All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s) /substitutions(s) deemed to be in the best interest of the City of Port Arthur." Page 1 of 2 M \Projects\PtArthur\16212058.01 Cell 48 Line Design, Permitting, & Bid Support\Task 46 - Bid Services AAdd I IPre -Bid Mtg Minutes, 021413.doc.does Pre -Bid Conference February 14, 2013, 10:00 A.M. Meeting Minutes > Drawing No. 4A -C.6, which was distributed at the meeting with the agenda, will be added to Section E of the bid documents. • In addition, the following information was provided in response to questions from those in attendance: > Mr. Tentrup advised that the City recently has been disposing of approximately 2,500 gallons of leachate from Cell 40 approximately every other day. However, in view of the significant rain in recent months, it was suggested that the existing 2,500 gallon leachate tank may need to be emptied every day. > Mr. Tentrup also advised that the City will have the electrical service to the existing leachate sump pump for Cell 40 removed and relocated to provide connection to the proposed leachate and underdrain sump pumps. The new electrical breaker box will be located within 50 feet of the new leachate sump riser. > Mr. Yard advised that the cement stabilized sand eci see Technical Specification No. � P 02206 was required as indicated on Drawing g No. 16. > Mr. Yard advised that the drainage aggregate needed to comply with a specification limiting the calcium carbonate content (see Technical Specification No. 02232, Part 2.1(C)) 4. All contractors were invited to tour the construction site. Page 2 of 2 MAProjects\PtArtherB 6313058.01 Cell 48 Liner Design, Permitting, & Bid SuppoTTusk 46 - Bid Services \Add I\Pre-Bid Mtg Minutes, 021413.doc.docx City of Port Arthur Landfill, Permit No. MSW -1815A Cell 48 Liner and Drainage Improvements Construction Pre -Bid Conference Agenda Date: February 14, 2013 1. Approximately 4.1 acre cell, with the following liner components: • Reinforced geosynthetic clay liner; • 60 -mil HDPE textured (both- sides) geomembrane liner; • 300 -mil geocomposite (double- sided); and • 2 -foot protective cover, with liner termination berms. 2. Cell 48 will require installation of a groundwater control and pumping system (referred to as the underdrain system): • The underdrain system is comprised of a floor drain (center of the cell) and sideslope toe drains, with geocomposite strips spaced across the cell floor and sideslopes (see Drawing 5); • Floor and sideslope drains include 6 -inch diameter SDR 11 perforated pipe encased in aggregate and wrapped in non -woven geotextile; • Geocomposite is a 250 -mil double -sided geocomposite, cut into 7.5 -foot and a- foot wide strips (see Drawing 7) for the floor and sideslopes, respectively; • Underdrain sump and pump (payment for underdrain pump combined with LCS pump, see Bid Item 22 and Section 11300); • Excavation and soil backfill required for underdrain construction is included under Bid Item 7; • Piping, geocomposite, aggregate, and non -woven geotextile paid under the respective individual bid items; • Contractor must have a temporary pump or permanent groundwater pump in- place to manage /control groundwater prior to and during placement of overlying liners materials (See Section 02210, Part 3.4); • Geologic Information and Seasonal High Groundwater Level Map (i.e., based highest recorded groundwater levels in the perimeter monitoring wells) is provided in Section C of the Bid Documents. o Layer 2 consists of interbedded silty clays, sandy clays, sandy silts, and silty sands with sand seams increasing toward the base. The average hydraulic conductivity of Layer 2 has been estimated at 7.6 x 10 -4 cm/s. o See attached additional structural contour map, Drawing 4A -C.6, which depicts the elevations of the top of Layer 2. The top of Layer 2 elevations range from ( -) 5.5 to ( -) 7 ft MSL in the area of Cell 48. However, seams of silty clays, sandy clays, sandy silts may be present at higher elevations. Page 1 of 5 5 C 5 ENGINEERS MAProjects\PtArlhur \I6212058.01 Cell 48 Liner Deign, Permitting, & Bid Support \Task 46 - Bid Services■021413Pt Art_Cell 48 ling Pro-bid Agenda doe o The highest record groundwater elevations have been estimated to range from 4 ft MSL on the south side of the cell to 2.5 ft MSL on the north side of the cell. • Groundwater control during cell construction shall be performed at no additional cost to the City during execution of the project. Therefore, such cost to the contractor shall be included in the respective unit rates, as deemed necessary by the bidder. 3. Leachate collection system (i.e., geocomposite) and liner components shall tie -in to five (5) separate cells with a variety of existing liner types, including pre- Subtitle D (Cells 30 and 41) and Subtitle D (Cells 40, 42, and 43). • See Section 02210, Part 3.3.0 for specifications related to liner tie -ins; • Approximately 1,420 feet of existing liner needs to be exposed for tie -in; • Municipal solid waste (MSW) may be encountered during exposure of liners for tie -in; • Payment for excavation of MSW shall be included in the unit rates for excavation for tie -in (Bid Items No. 5); and • Due to the age of the cells contractor should consider the tie -in locations (northing, easting, and elevations) as approximate. Actual tie -in locations will be verified in the field under the direct supervision of SCS Engineers. 4. Cell 48 includes installation of a leachate collection and pumping system: • Leachate collection sump and pumping system (control panel installed for the pumping system shall control both the underdrain pump and leachate collection Pump); • Approximately 395 feet of leachate collection trench; • Approximately 315 feet of leachate trench from Cells 40 and 41 to tie -in to Cell 48 trench; • All leachate collection trench shall include 6 -inch diameter HDPE SDR 11 pipe encased in aggregate and wrapped in non -woven geotextile; and • 10,000 gallon leachate storage tank (see Section 11300). 5. Tie -in of Cell 48 leachate collection system into Cells 40 and 41: • See Section 02210, Part 3.3.D for specifications related to tie -in of the leachate collection system into Cells 40 and 41; • See Section 01025- Measurement and Payment, Bid Item 6 and Drawing 10; • This bid item includes, but is not limited to: o Excavation and dispose of soil and waste at the working face; Page 2 of 5 SCS ENGINEER S M:Wrojen \ s\tArthur 16212058.01 Cell 48 Liner Design, Permitting, & Bid Support \Task 46 - Bid Sevices\0?1413Pt Art Cell 48 Line PreAnd Agenda.doc o Disconnection of existing pumping system in Cell 40 and relocate existing 2,500 gallon leachate storage tank; o Expose existing liner materials and piping in the area of excavation; and o Placement of 6- inches of soil cover over exposed waste. • Payment of piping, geosynthetics, aggregate, protective cover, etc. shall be paid under the respective individual bid items. 6. Contractor shall be required to manage leachate during the entire project per Bid Item 10: • See Section 02210, Part 3.3.E for specifications related to leachate management; • Leachate management will be required during: o excavation for liner tie -in (Bid Item 5); o excavation for tie -in of the leachate collection system into Cells 40 and 41 (Bid Item 6); • Contractor may use existing 2,500 gallon leachate tank for storage of collected leachate; • Contractor is required to provide and maintain pumps, sumps, and suction and discharge lines for pumping leachate; and • The City will be responsible for disposal of leachate. 7. Interim drainage requirements (see Drawing 15), which include construction of drainage swales lined with erosion control blanket, and aggregate road crossings. 8. One of two add alternates may be selected by the City, which include the following: • Add Alternate No. 1 - Levee Improvements, which includes the excavation of a portion of the north levee down to an elevation of 5 ft MSL, and placement of engineered fill to rebuild the levee to an elevation of 16 ft MSL. • Add Alternate No. 2 - Levee Improvements and North Detention Basin, which includes: the scope of Add Alternate 1; plus placement of engineered fill for the construction of the North Detention Basin. • See Construction Plans (Drawings 11 though 14, and 16) and Section 01025 — Measurement and Payment for additional items required for these add alternates. 9. All backfill or fill is classified as engineered fill and shall be placed under moisture density controlled conditions (i.e., standard Proctor and subsequent field density verification). Contractors shall note, it is anticipated that there will be a soil shortage on the project: Page 3 of 5 S C S ENGINEERS M:\Projects\PtArth. 16212058.01 Cd148 Line Design. Permitting, &Bid Support Task 46 - Bid Serviees\021413Pt Art_Cdl 48 Line Pr -bid Agenda doe \ • Provided soils excavated from the Cell 48 footprint meet the specifications for engineered fill, all or a portion of these soils can be used for soil needs on the project. • It is anticipated that there will be a soil shortage for fill quantities needed for construction of the levee and north detention basin. • See soil balance estimates in Section 01025, Part 1.1. • It is the contractor's responsibility to perform their own soil balance to determine the amount of soil required from an offsite borrow source. • It is the contractor's responsibility to identify the offsite soil borrow source. 10. Requirements for layout of work and conformance (as- built) surveys to be performed by the Contractor are described in Section 01052. City will provide the subgrade and top of protective cover certification surveys for Cell 48. 11. Construction quality control and quality assurance responsibilities are described in Section 01400. • SCS Engineers will provide CQA for the QA/QC responsibilities identified as either the Owner's or CQA Consultant's responsibilities. 12. See Bid Sheet (pages 6 to 8) and Measurement and Payment specification, Section 01025 for more information on the scope of work and individual bid items. 13. An allowance has been included for potential out of scope items, which will only be authorized at the approval of the City. 14. Must complete the Contractor's and/or Geosynthetic Contractor's Qualifications Statement (page 12). 15. Bid security in the amount of 5% of the bid (page 25). 16. Calendar day contract to be complete within: • 90 calendar days for all specified work under the Primary Bid (this time of completion will be required regardless of which add alternate is selected by the City); and either, • An additional 30 calendar days if the City selects Add Alternate No. 1, for a total of 120 calendar days for the Primary Bid and Add Alternate No. 1; or • An additional 60 calendar days if the City selects Add Alternate No. 2, for a total of 150 calendar days for the Primary Bid and Add Alternate No. 2. 17. Liquidated damages at $1,000 per day. Page 4 of 5 S CS ENGINEERS M:\Projects\PlAn \ bur I6212058.01 Cell 48 Liner Design, Permitting. &Bid Suppon\Task 46 - Bid Services\021412PI Art Cell 48 tine Pre -bid Agenda.doc 18. Deadline for technical questions on February 22, 2013 at 5:00 PM. • Technical questions must be submitted in writing, either by fax to 817 -571 -2188 or email to rkuntz @scsengineers.com. • Technical questions will be addressed in the form of an addendum, if necessary. 19. Bid Due Date: March 6, 2013 at 3:00 PM. 20. Examination of Plans, Specifications and Site of the Work - Bidders are advised that the plans, specifications and other documents on file as stated in the advertisement shall constitute all the information which the CITY shall furnish. Bidders are required, prior to submitting any proposal, to review the plans and read the specifications, proposal, contract and bond forms carefully; to visit the site of the work; to examine carefully local conditions; to inform themselves by their independent research, tests and investigations of the difficulties to be encountered and judge for themselves the accessibility of the work and all attending circumstances affecting the cost of doing the work or time required for its completion; and to obtain all information required to make an intelligent proposal. No information given by the CITY or any official thereof, other than that shown on the plans and contained in the specifications, proposals and other contract documents, shall be binding upon the CITY. Bidders shall rely exclusively upon their own estimates, investigations, tests and other �' er data which are necessary for full and complete information g upon which the proposal may be based. Any bidder, by submitting his bid, represents and warrants: that he has prepared his bid in accordance with the specifications, with full knowledge and understanding of the terms and provisions thereof; that he has reviewed, studied and examined the bid prior to the signing and submission of same; and that he was cognizant of the terms of his proposal, verified his calculations and found them to be correct and agrees to be bound thereby. Page 5 of 5 S C S ENGINE E R S M:\Projeds\PlArthur 16212058.01 Cd148 Liner Design, Pmnitting, & Hid Support\Task 46 - Bid ServicesW21413Pt Art_Cei148 Line_Pr -bid Agenda.doc \ SIGN -IN SHEET FOR PRE -BID MEETING CITY OF PORTARTHUR LANDFILL CELL 48 LINER & DRAINAGE IMPROVEMENTS February 14, 2013 — 10:00 a.m. PLEASE PRINT CLEARLY ■ 2' 975 -oS'o( 1) Name: p 61 Phone: - Address: 699 :, S fr<rt Fax: a ?! Y - 9 7 S -0t City /State /Zip: f r.aco t TA. 7 co 3 Y co: yc, -y514 - } y6 J `" 9 Company: F Con 5+rvdriso -n Email: b�C�n� t-r;S4orscor'^ 2) Name: KetAtk 141 l 1 Phone: (18) 238- 140 Address: Z Z , Fax: City /State /Zip: R , e La. 7 9 CeII: his) 376- 3311 Company: 5Fc e.e,4.ttirac+ 5e4evices Email: hickM darlretalyg1100.Com 3) Name: lo on �a/lG Phone: Aq_84Z -676 Address: e385 d ew,Cd( fec( Fax: k -g4 b � /� City /State /Zip: C y �F _?�� 6.4 i � _ - 409 - e84- / �C.� fy 4 Company:�,p / /� 4 fi / de T r r /� 1 Email: 11 Le . ti c. 'R04jgB s( o c(l�''� =k 4) Name. Phone: -)l 7 2Z 3774/ Address: � Fax: 35, . la 5le3 � ( \s) 62 2 rS City /State /Zip: { S / CeII: ( 4) 2 2 455-.7 Company: 572- J f U Email: ' (a-7. 1 5) Name: Phone: � .� s roc _ Address: Fax: City /State /Zip: Cell: Company: Email: 6) Name: Phone: Address: Fax: City /State /Zip: Cell: Company: Email: pg. 1 SIGN-IN SHEET FOR PRE-BID MEETING CITY OF PORTARTHUR LANDFILL CELL 48 LINER & DRAINAGE IMPROVEMENTS February 14, 2013 — 10:00 a.m. PLEASE PRINT CLEARLY 7) Name: k , ALri Phone: 067— 034- Address: Fax: 1 1'0 -- (o- City/State/Zip: f • 1 I Cell: fi Company: Al c 4 8) Name: •6% a , d j , Phone: Address: g Fax: City/State/Zip: -.</04,0 .7/-d 7 cell: 2Jb 8 ( Lit? Company: /774/.) Email: Teei7 9) Name: Phon q-ecy <-14/4 c scry Address: Fax: 3 J L-6 C it y/S t a t e/Zi p : CeII: Company: Email: 10) Name: Phone: Address: Fax: City/State/Zip: CeII: Company: Email: 11) Name: Phone: Address: Fax: City/State/Zip: Cell: Company: Email: 12) Name: Phone: Address: Fax: City/State/Zip: CeII: Company: Email: pg. 2 SIGN-IN SHEET FOR PRE-BID MEETING CITY OF PORTARTHUR LANDFILL CELL 48 LINER & DRAINAGE IMPROVEMENTS February 14, 2013 — 10:00 a.m. PLEASE PRINT CLEARLY 13) Name: K) E , Ayrot . y . 1-6.5 Ds,R Phone: 71 3 - 73 - 30'10 Address: foW-D kfirt-ku.)P: c)(.) Fax: 71 - 3 City/State/Zip: ioLyszo Cell: / - 2 - 1 -P A N 4 °O Company: of.t. , z - cx::,0%. 3r o-4-c.,5 Email: 4--,,,i+onp.e. cr a t,J o c(a , AA 14) Name: S AA WA/ Cooper Phone: 70- 7)4'- J i9 0 Address: 3z0 11 0/4 ,k o Fax: 7/ 3 - 73 ei -.13 V City/State/Zip: 2-/ , Cell: I, 1/3 - 9- 3 Company: Co R 0 „, s reliSo ; ,./) Email: S C °e e CJULCc * 15) Name:/fl Phone: 677,15/... - Address_ :// t/s,v Fax: i f t 5 / 6 City/State/Zip:6'4 &O /-7 4, 4fr,6 Cell: S17 7 4,.? e Company: L0 k6 0Q, 16) Name: Phone: 0 Address: Fax: , fof 73(0_ z cv City/State/Zip: CeII: VO/' • Vf'd 0 Company: / I) ,D A_ j, Email: o 1 0 tat fiiLNAA.h4 ///1reAlsye bt5c3iO44/. Af.e/ 17) Name: c-/ r \I Phone: 4 c ei Address: Fax: City/State/Zip: CeII: Company: c ci Email: 4; 18) Name: Phone: Address: Fax: City/State/Zip: Cell: Company: Email: pg. 3 SIGN -IN SHEET FOR PRE -BID MEETING CITY OF PORTARTHUR LANDFILL CELL 48 LINER & DRAINAGE IMPROVEMENTS February 14, 2013 - 10:00 a.m. PLEASE PRINT CLEARLY 19) Name::,= } r - ` x; M. S. Phone: Y -1 2 ) / (2 7 Address: 1 '7 ' � ) Fax: /- - 017." City /State /Zip: /Ue , , ,, 1 ` � 1 f 7 1 CeII: ,/r{'' - ( 7 / 6 ; '' • G'S.5 Company: /9(. /u / . S Email: f�t&'` / / S r� C 20) Name: 3 o 8 A /hi r "v Phone: a 8J -oral -"I 3 : 0 Address: (9.5 FA-g ,aL Fax: / 3 City /State /Zip: it) STa AJ TX - 71673 CeII: 7 13 - S6 6/ a. a- Company: 1 I" PG4517 e4 Email: WANT a:7 LP //trC, N ET 21) Name: {/ sR ' 7/I'AJJOrJ Phone: Address: Fax: 7 77 417 f X5 City /State /Zip: �--- 72O2 CeII zS __ � r ©i Company — �^ , �— Email: lc ._ >sb, {� rtrrs =u t'N- < ,LV�/?c ;te r7 4 t 5 .01 - C' L r ! .i -LAC' /L i /i ,4 •Sc al es , • c , : "€,(, c �n� 22) Name: 6e0 QC � 6.e Phone: * 3 , cf Address: // 5 Ash P) Fax: City /State /Zip: Boot T X 77 70 S CeII: Company: / �� Email: .se�1e s C'.. LGC, ( ����'� c v, con yyrO� '`'I 23) Name: Phone: y _ 3 _ g,2 4 6 aS t L 4 G R'fC,.1a'"T'7'E"�. Address: Fax: Vol -4 83 - S9zYY City /State /Zip: CeII: Company: f ,/ Email: !Rd C-t7Y ore / 07 i ` 42774 -Ale �' /o RT�R7�+uR . N47 24) Name: Phone: Address: Fax: City /State /Zip: CeII: Company: Email: pg. 4 RESPONSE TO CONTRACTOR'S QUESTIONS M:\Pr jects'tAnhur \16212058.01 CdI 48 Liner Design, Permitting, & Bid Support \Task 46 - Bid Services \Add I\Cell 48 Liner - Addendum I.docx CELL 48 LINER AND DRAINAGE IMPROVEMENTS RESPONSE TO CONTRACTOR'S QUESTIONS The following are the responses to the Contractor's questions submitted on or before July 11, 2011 (i.e., deadline for technical questions). The Contractor's questions are provided below, followed by SCS Engineer's response in bold/italics. 1. Is the owner's surveyor providing the as -built drawings on subgrade and protective cover for the SLER and GLER reports to the State? Once contractor's surveyor says the surfaces are to grade, owner's surveyor will then as -built them and prepare drawings for the owner? The first part of the questions is correct, the second part of the question is incorrect as indicated below. The owner's surveyor will provide certification surveys and drawings for the subgrade and protective cover, as well as as -built panel layout drawings for the geomembrane indicating the location of seams, repairs, and destructive seam test locations. However, these are not topographic drawings. Consistent with Section 01052, Part 1.4, the Contractor shall provide the Owner with surveys for record (as- built) drawings and measurement of all quantities for payment These are topographic as -built drawings prepared by the Contractor's surveyor, as described in Part 1.5 of this section. Please see this section for all required items that the Contractor's surveyor shall develop topographic as -built surveys, including RPLS sealed hard - copies as well as electronic files. 2. Bid Item No. AA2 -9 asks for 24 -inch CMP, but constructions plans show 36 -inch CMP. The construction plans are accurate, and the required CMP diameter should be 36- inch. Therefore, the Bid Sheet and Section 01025 Measurement and Payment has been revised to indicate that 36 -inch Smooth -Lined CMP shall be provided for this bid item. 3. The dimensions for the sumps in Section B -B' on Drawing 9 indicate "varies." Can you provide actual dimensions? The referenced cross- section transverses the underdrain and leachate collection sump in an east to west direction. As shown on Drawings 4 and 5, the underdrain sump is trapezoidal and the leachate collection sump is triangular. Therefore, moving north along the sump centerline, the east/west dimension varies. It is recommended that the Contractor review Drawings 4 and 5 to get a better understanding of the actual sizes and/or dimensions of these two sumps. M:\Pr jects\PlArlhm \162I2O58.01 Cell 48 Line Design, Permitting, & Bid Support \Task 46 -Bid Services\Add I\Cell 48 Liner - Addend= I.docx 4. Do the geosynthetic (geomembrane, GCL, geocomposite, etc) quantities take into account surface area? No. Please see Section 01025 — Measurement and Payment, Part 1.1.E, which states "The Contractor shall note that all area quantities (square feet, square yard, etc.) are based on horizontal projections of the area (i.e., not surface area). Measurement and payment for such items will be based on installed quantities within the specified horizontal areas or limits, which will be verified from as -built surveys (see Section 01052) of the completed Work, as specified in this Section. As such, measurement and payment will based on horizontal projections of the area (i.e., not on surface area)." This statement pertains to geosynthetics, as well as any other bid item measured by area. Therefore, the Contractor should take into account surface area within their unit rates as necessary. M :Projects\PtArllmr \16212058.01 Cell 48 Liner Deign, Peimining, & Bid Support \Task 46 -Bid Service\Add I\Cell 48 Liner - Addendum I.docx SECTION A BID DOCUMENTS M:\Projects71Anhur \16212058.01 Cell 48 Liner Design, Permitting, & Bid Support \Task 46 - Bid Services\Add I\Cell 4S Liner - Addendum I.docx r ,. 7 1-t C4 3 •5. a N v E4 o 0 7- 'CI F eJ a CU a ° N w cct U H Z >, z H a' - � V) CID >" w X C/) (1) CA >" >" w w w w b a..a a U a a a U a aUU��� D ° 'U VI 'b W F rF °� o 0 ° in ON o 0 00 O Z — .-- N .-■ ,-. ,0 ,---. .-, in N N W.4 Cn : E w A m , c ed E. a) -0 Fri u. o b U as 0 b �, o C.)) a v G, a A v c U .. z -0 o c7 a n 3 i-r o ,.t) 0 i. W b N •'= O F fx c0 -, a? )-- 1 -d C v 4: 'y N d U ` W 4 cU • °' b z oo ° 3 U °1 s.. .n .� o ° `° p W A = - _ 5' V) v ) a U F Cd a s U CU a°> a. 00 C I ) g o Y U ...I g a) a L N ° -. N Ct r > � 0 0 00 o o b U I a 0. U W w� A ro o v W O a 3 U O o a -a .b O . 4. Q N 1. 0 CS o 0/1.% • 0 • o C7 0 I. '� = oA a) ° a) o v W i s 'Ft' a Z ° • O b V O '" 03 a ccl • Q ( ' vi U A p ti 0 , O a) 0 d 4.,) >C k m k U k g O U i.. a) ," It N o cn A ∎- U W 3 W S W C7 W W E- W U W N A C7 ■∎O N ,;; o ,- cn 0 a W m, E-+ o •-4 N M cn o Ho as a 0 o ° O N Os 06 d O d N 1.4 14 O 0 O 1 0 W 0° 0 W W U o E. U [-� U O 0 T a 9 A a H a F, A 1„+ ;*, 4 Ca d W z d 4� a a a s ' w 4 a a u U W a a U d r d A›, A A acl A�. E W '' ' O o o F co 0 o 0 d © d ( o z ^' O— V) r- .- 1 F '-+ .-. c) N . E ,„ g z ,--� .--, N �� N Ey W F � o WO' Wa W Wa A x Ei a -to 0 - sa. z - o - c - 0 A v) _ o z o z 0 x N z H z O o. o o = o z o z 0 z a a c -o E� � " a a a) H 1.64 r. v " y v) 4 ° O U �' °' c, O U ict V U '� a , ¢' a W = E a co) W � � p 0., o C:) W a t4 r4 Q W y a W w a k. Q1 W W c9 u o uo uo W o a� o oo °aga ° o a , a 3 b o a a C7 Q ' Q x "51 a) o U ► o o U ' 5 ai ,.= U a) o a`"i W W r4 til o � U 4) U '0 O .d 0 O c� n bD n E" y U A ° ∎ � V:) ° d.' � d Z a W w w Z a � w o r x W F W ,-. N M v v> E W r• a ,-- r- 00 co N N Q Q F -'y QQ ' 4 ¢¢ W F NN N QQ ¢ N ¢ c , � ti A z A a b"I Q d., ¢ A d Q d � A pa A pt) ',%)' a., d d , • - -ts ,, t. ° t. M a) 1- ry 0 0 o a� Y 0 • b ° m 4.= °oo O 8 • ■ Uo' d '"' 0 °' 0 a E 4 to ct U o s z 'a I U-oo o N V1 0 • 0) W -P, p 3 ° Ey o a .fl o x v) a >, � F z • W A ° • H " o o ¢ -tt 4. +' v w Fp q-. (4 P•� W W d c4- �: 0• cn H 1 3 a -0 .) -0 Q z a ° y b - W ° ' • o on: • o - ' 0 w • w H z Z y .� 0 • Po U 0 (i U (I-) - ° a '" i W o o ° a� H w °.23 a: cu bA y E ¢ 0 • U a� a 3 •kW4 o cn a A , a) 0 '� " w a'00 -o° cl) w • W Q a E- o o ° 8 ,. F. W • E-( .4 o 0 o o ct p ¢ o = 5 o o ,3 w a, Z U w • z o Y w a o Z7 o 1 x -0 8 cA 0 0 0 3 U r 0 �„ N 1-0. ° -e o ° t,, °' . �' A W w > > z= ° N a4 0 2 a�� �¢ czt ¢ W W W Q C7 W - a U o° 0 - o W ° s ° z 0 W o (� ss o x ,� z �' a n • W .- 7 ▪ ~ Q Q N N N QQ ¢ N N N N O a�i T c ¢ �dd , 3to a W A A ¢ ¢ : ¢ .cu c., o a >:- O W cu ¢ Hcn o 0Q al:1U h w 1 CITY OF PORT ARTHUR GENERAL SPECIFICATIONS GENERAL INFORMATION: The following is a tentative schedule for receipt of bids and is subject to change at the CITY'S discretion: Advertising February 3, 2013 and February 10, 2013 Pre -Bid Conference: 10:00 A.M., February 14, 2013 Pre -Bid Conference Location: City Hall, 5 Floor Conference Room 444 4 Street, Port Arthur, Texas 77640 Deadline for Technical Questions: 5:00 P.M., February 22, 2013 Bids Due: 3:00 P.M., March 6, 2013 Bids Opened: 3:15 P.M., March 6, 2013 NOTE: It is extremely important that the Vendor, Bidder, and /or Contractor furnish the City of Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The hold the bidder responsible to perform in strict accordance with the specifications of the .. - - -rues the right to accept any and all or none of the EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK: Bidders are advised that the plans, specifications and other documents on file as stated in the advertisement shall constitute all the information which the CITY shall furnish. Bidders are required, prior to submitting any proposal, to review the plans and read the specifications, proposal, contract and bond forms carefully; to visit the site of the work; to examine carefully local conditions; to inform themselves by their independent research, tests and investigations of the difficulties to be encountered and judge for themselves the accessibility of the work and all attending circumstances affecting the cost of doing the work or time required for its completion; and to obtain all information required to make an intelligent proposal. No information given by the CITY or any official thereof, other than that shown on the plans and contained in the specifications, proposals and other contract documents, shall be binding upon the CITY. Bidders shalt rely exclusively upon their own estimates, investigations, tests and other data which are necessary for full and complete information upon which the proposal may be based. Any bidder, by submitting their bid, represents and warrants: that they have prepared their bid in accordance with the specifications, with full knowledge and understanding of the terms and provisions thereof; that they have reviewed, studied and examined the bid prior to the signing and 1 Issued- for - Bidding 27 Addendum 1 - February 28, 2013 submission of same; and that they were cognizant of the terms of their proposal, verified their calculations and found them to be correct and agrees to be bound thereby. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The award shall be made to the responsive, responsible bidder who submits the best value bid. The City reserves the right to: 1. Reject any and all bids and to make no award if it deems such action to be in its best interest. 2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. 4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 5% of the lowest bid price, as provided by Section 271.905 of the Texas Government Code. TERMINOLOGY: "Bid" vs. "Proposal " - -For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. Bidders are cautioned to read the information contained in this 1113 carefully and to submit a complete response to all requirements and questions as directed. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Port Arthur. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 1 Issued -for- Bidding 28 Addendum 1 — February 28. 2013 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Public Works Department, P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. Issued- for - Bidding 29 Addendum 1 — February 28, 2013 INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any -one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Issued -for- Bidding 30 Addendum 1— February 28, 2013 Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERNIINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set -off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. EXPERIENCE & CAPABILITY: The Bidder and Bidder's selected subcontractor for installation of the geosynthetic liner components (i.e., geosynthetic clay liner, geomembrane, and geocomposite) are required to complete the Bidders and Sub - Contractor's Qualification Statement provided herein. The City may make such investigations as they deem necessary to determine the ability of the bidder or sub - contractor to perform the work, and the bidder and sub- contractor shall furnish the City all such information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder and sub - contractor fails to satisfy the City that such bidder or sub- contractor is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub - contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and fmal acceptance by the City. SUB - CONTRACTS: The Contractor shall not execute an agreement with any sub - contractor or permit any sub - contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, 1 Issued- for - Bidding 31 Addendum 1 — February 28, 2013 purchase, maintain and keep in force insurance that will protect against injury and /or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance (City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury $500,000 single limit per occurrence or $500,000 each person/$500,000 per occurrence for contracts of $100,000 or less; or bodily injury $1,000,000 single limit per occurrence or $500,000 each person /$1,000,000 per occurrence for contracts in excess of $100,000; b. Property Damage $100,000 per occurrence regardless of contract amount; and c. Minimum aggregate policy year limit of $1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of $2,000,000 for contracts in excess of $100,000. 3. Commercial Automobile Liability Insurance (Including owned, non -owned and hired vehicles coverage's). a. Minimum combined single limit of $500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten (10) days after execution of this Contract. . Issued- for - Bidding 32 Addendum 1 — February 28, 2013 BID SECURITY AND LIQUIDATED DAMAGES: Bids shall be accompanied by a bid guarantee of not less than five percent (5 %) of the amount of the total bid which shall be a Certified Check or Cashier's check payable without recourse to the City of Port Arthur (CITY), or a bid bond with corporate surety authorized to conduct business in Texas. Said security shall be submitted with the understanding that it shall guarantee that the Bidder will not withdraw his bid within sixty (60) days after the date of the opening of the bids; that if a bid is accepted, the bidder will enter into a formal Contract with the CITY, furnish bonds and insurance as may be required and commence work at the specified time, and that in the event of the withdrawal of said bid within said period, or the failure to enter into said Contract, furnish said bonds and insurance and commence work within the time specified, the Bidder shall be liable to the CITY for the difference between the amount specified in the bid in the amount for which the CITY may otherwise procure the required work. Checks of all except the three lowest responsible Bidders will be returned when award is made; when the Contract is executed, the checks of the two remaining unsuccessful bidders will be returned; that of the successful Bidder be returned when formal Contract, bonds and insurance are approved, and work has commenced within the time specified. The Bidder to whom the award is made shall execute and return the formal Contract with the CITY and furnish Performance and Payment Bonds and required Insurance Documents within ten (10) days after the prescribed forms are presented to him for signature. Said period will be extended only upon written presentation to the CITY, within said period, of reasons which the sole discretion of the CITY, justify an extension. If said Contract, bonds and insurance Documents are not received by the CITY within said period or if work has not been commenced within the time specified, the CITY may proceed to have the work required by the Plans and Specifications performed by any means at its command, and the bidder shall be liable to the CITY for any excess cost to the CITY over bid amount. Further, the bid guarantee shall be forfeited to the CITY as liquidated damages and Bidder shall be liable to the CITY for an additional amount of five percent (5 %) of the bid amount as liquidated damages without limitation. The CITY, within ten (10) days of receipt of acceptable Performance and Payment bonds, insurance documents and Contract signed by Bidder to whom Contract was awarded, shall sign and return executed duplicate of the Contract to said party. Should the CITY not execute the Contract within such period, the Bidder may, by written Notice to CITY, withdraw his signed Agreement. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by CITY. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between CITY and CONTRACTOR. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Timely completion of a project is extremely important to the CITY. Bidder must agree to commence work on or before a 1 Issued-for-Bidding 33 Addendum 1— February 28, 2013 date to be specified in a written "Notice to Proceed" issued by the CITY and to fully complete the project within the following number of calendar days: • 90 calendar days for all specified work under the Primary Bid (this time of completion will be required regardless of which add alternate is selected by the CITY); and either, • An additional 30 calendar days if the CITY selects Add Alternate No. 1, for a total of 120 calendar days for the Primary Bid and Add Alternate No. l; or • An additional 60 calendar days if the CITY selects Add Alternate No. 2, for a total of 150 calendar days for the Primary Bid and Add Alternate No. 2. Failure of the CONTRACTOR to complete the Work within the time allowed will result in damages being sustained by the CITY. It is agreed and understood that it would be impractical and extremely difficult to ascertain the amount of actual damage the CITY might sustain by reason of breach of the agreement; therefore the amount stated is expressly agreed upon as liquidated damages and is not intended by the parties to be a penalty. As such, liquidated damages of $1,000.00 per day will be imposed for each calendar day the service delivery date is exceeded. By submittal of Bid on the project, and by execution of the Contract by the CONTRACTOR awarded the project shall constitute an agreement by the CITY and CONTRACTOR that $1,000.00 per day is the minimum value of the costs and actual damage caused by the failure of the CONTACTOR to complete the Work within the allotted time. Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. WAGES & SALARIES: Attention is particularly called to the requirement of not paying less than the prevailing Davis Bacon Related Acts (DBRA) wage rates specified in the Contract Documents. These rates are minimums to be paid during the life of the contract. It is therefore the responsibility of the Bidder to inform themselves as to local labor conditions. Attention is called to the requirement that employees and applicants for employment are not discriminated against because of race, color, religion, sex, age or national origin. PERFORMANCE AND PAYMENT BOND REQUIREMENTS: Per Government Code Chapter 2253. Bonds. If the contract exceeds fifty thousand dollars ($50,000) a payment bond is required. If the contract exceeds one hundred thousand dollars ($100,000) a performance bond is required. Performance and Payment Bonds shall be furnished on prescribed forms in the amount of one hundred percent (100 %) of the contract price with corporate surety duly authorized to do business in the State of Texas. Attorneys -in -fact who sign Bonds must file with each bond a certified and effective date copy of their Power of Attorney. Issued -for- Bidding 34 Addendum 1 — February 28, 2013 SECTION B TECHNICAL SPECIFICATIONS M:\Projms\PtArthor\16212058.01 Cell 48 Liner Deign, Permitting, & Bid Support \Task 46 - Bid Sen icaWdd 1\Cell 48 Liner - Addendum 1.docx SECTION 01025 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.1 DESCRIPTION A. The Contractor shall receive and accept the compensation provided in the Contract Documents as full payment for furnishing all labor, equipment, materials, and incidentals for performing all construction necessary to complete the Work, as described in the Contract Documents and Technical Specifications, and as shown on Construction Plans. B. The prices included in the Bid Schedule/Proposal shall include all costs for labor, equipment, materials, taxes, freight, permits, handling and tests required to perform the Work as specified in the Technical Specifications and as shown on the Construction Plans. Pay items in the Bid Schedule/Proposal are the only pay items for the project. Any other items necessary for a complete project, but not shown in the Bid Schedule Proposal or specified herein shall be considered an incidental item and its cost shall be included in one of the respective items specified herein. C. The Contractor shall field verify all quantities and dimensions shown on the Construction Plans or contained in the Bid Schedule/Proposal and immediately notify the Owner and Engineer of any discrepancies. D. The Contractor shall note, one of two add alternates will be selected by the Owner. Measurement and payment for these add alternates are described in Parts 3.2 and 3.3 of this Section. Add alternates in include the following work in general: 1. Add Alternate No. 1 - Levee Improvements, which includes: layout of work and survey; clearing and grubbing; excavation of a portion of the north levee down to an elevation of 5 feet (ft) mean sea level (MSL) and removal of an existing culvert; placement of engineered fill to rebuild the levee to an elevation of 16 ft MSL; and placement of erosion control blanket on the sideslopes of the rebuilt levee. 2. Add Alternate No. 2 - Levee Improvements and North Detention Basin, which includes: layout of work and survey; clearing and grubbing, topsoil removal; excavation of a portion of the north levee down to an elevation of 5 feet (11) mean sea level (MSL) and removal of an existing culvert; placement of engineered fill to rebuild the levee to an elevation of 16 ft MSL; and excavation and placement of engineered fill for the construction of the North Detention Basin; placement of erosion control blanket; and construction of the North Detention Basin outlet. E. The Contractor shall note that all area quantities (square feet, square yard, etc.) are based on horizontal projections of the area (i.e., not surface area). Measurement and payment for such items will be based on installed quantities within the specified horizontal areas or limits, which will be verified from as -built surveys (see Section 01052) of the completed Work, as specified in this Section. As such, measurement and payment will based on horizontal projections of the area (i.e., not on surface area). F. The Contractor shall note, as described in Section 02210 — Excavation, Backfill, Fill, and Grading, that it is anticipated that there will be a shortage of onsite soils required for completion of the project (i.e., Engineered Fill, underdrain protective layer, liner protective cover, etc.). It is the Contractor's responsibility to determine the soil balance required for completion of the Work, and the amount of imported soil required from an offsite borrow source. Following bid advertisement, the City has been removing concrete pavement and asphalt millings from within the Cell 48 limits, which has reduced the excavation quantity by an estimated 2,000 cubic yards. Addendum 1 01025 -1 SECTION 01025 MEASUREMENT AND PAYMENT The following are soil balance estimates depending on the add alternate selected by the Owner, which are based on earthwork quantities prior to removal of the concrete pavement and asphalt millings within the Cell 48 limits, as noted above: 1. If Add Alternate No. 1 is selected, it has been estimated that there may be a soil shortage of approximately 4,000 cubic yards. 2. If Add Alternate No. 2 is selected, it has been estimated that there may be a soil shortage of approximately 46,500 cubic yards. The above are only estimates, which represent the potential bank cubic yards that may need to be imported to complete the Primary Bid and the selected add altemate. Neither the Owner nor Engineer guarantees the accuracy of these soil shortage estimates. It is the Contractor's responsibility to perform their own soil balance required for completion of the Work, and estimate the amount of imported soil required from an offsite borrow source. Therefore, the respective unit rates for Engineered Fill shall account for any soil importation required to complete the Work specified herein. PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.1 MEASUREMENT AND PAYMENT — PRIMARY BID Item No. 1 - Mobilization/Demobilization A. Measurement. The Work required for this item will not be measured for payment. B. Payment. 1. Payment for this item will be at the contract lump sum price, and shall constitute full compensation for all material, labor, equipment, and Work incidental thereto, necessary to complete this item in accordance with the Contract Documents. Payment shall cover all Work for mobilization/demobilization in accordance with the Contract Documents. 2. Mobilization includes, but is not limited to, movement of personnel, equipment, supplies and incidentals to the Site; obtaining, all permits, insurance, and bonds; and any other pre - construction expenses necessary for the start of the Work. No price adjustments will be made for this item due to changes in the Work. 3. Demobilization includes removal from the Site of all materials, resources, equipment, temporary support facilities, utilities, and all remaining construction debris at the completion of the Work, and includes release of liens and other incidentals as specified for project closeout. 4. Progress payments shall be based on the percentage of mobilization/demobilization completed at the time of invoicing. The total amount quoted for mobilization/demobilization in the bid schedule /proposal shall not exceed 5 percent of the total primary bid, excluding the allowance. No separate payment will be made for demobilization. All costs will be considered to be included in the lump sum price quoted for "Mobilization and Demobilization" in the Bid Schedule/Proposal. 1 Addendum 1 01025 -2 SECTION 01025 MEASUREMENT AND PAYMENT Item No. 2 — Layout and Work Surveys A. Measurement. The Work required for this item will not be measured for payment. B. Payment. 1. Payment for this item will be at the contract lump sum price. Payment will constitute full compensation for labor, equipment, tools and incidentals necessary to complete the Work specified in Section 01052, including the pre - construction survey of the Cell 48 limits (i.e., within the GCLER/GLER limits. 2. No additional payment will be allowed for surveying associated with incremental material quantity increases, except for increased material quantities associated with Work clearly not included in the Construction Plans or Technical Specifications. Item No. 3 — Clearing and Grubbing A. Measurement. The Work required for this item will not be measured for payment. B. Payment. Payment for this item shall be made on a lump sum basis, which will constitute full compensation for all labor, equipment, tools, and work incidental thereto, and necessary to complete this item in accordance with Section 02110. Payment includes cutting, removal and disposing of vegetation, trees, shrubs, stumps, roots, grubbing, and other incidentals, including any remaining concrete or asphalt debris. Item No. 4 — Excavation — Cell 48 Liner Subgrade Preparation (within GCLER/GLER Limit) A. Measurement. Measurement for this item shall be on a cubic yard (CY) basis. Excavation quantities shall be measured for in -place soil volume removed, based on a comparison of the as -built survey for the liner subgrade and existing contours prior to construction, as represented by the topographic survey depicted on Drawing No. 2 — Existing Conditions of the Construction Plans and /or the required pre - construction survey of the Cell 48 limits, as specified in Section 01052. The Contractor shall review Drawing No. 2 and advise the Owner of any questions relative to using this topographic survey to form the baseline for future calculation of pay volumes for this item. Subsequent surveys shall be of sufficient accuracy to allow the Engineer to calculate pay volumes for this item within plus or minus 5 percent. Contractors are also advised that boring logs and groundwater data are included in Part E for their information. Contractors are further advised that neither the engineer nor the City warrant the accuracy of this information. B. Payment. Payment for this item will be at the contract unit price per cubic yard. Payment shall constitute full compensation for all labor, equipment, tools, and work incidental thereto, necessary to complete this item in accordance with Section 02210, related to excavation of Cell 48 subgrade including but not limited to surface / subgrade preparation, protection, groundwater control, etc. Item No. 5 — Excavation — Pre - Subtitle D and Subtitle D Liner Tie -ins A. Measurement. Measurement for this item shall be on a linear foot (LF) basis for tie -in to existing pre - Subtitle D and Subtitle D liners (i.e., Cells 30, 40, 41, 42, and 43). B. Payment. Payment for this item shall be at the contract unit price per linear foot. Payment shall constituent full compensation for all labor, materials, tools, and Work incidental thereto, necessary to complete this item in accordance with Section 02210, Part 3.3.C, including but not necessarily limited to, excavation to locate and expose existing liner (comprised of geosynthetic and/or clay liners), disposal of soil and /or waste at the landfill working face, grading, and placement of 6 inches of soil over exposed waste, if necessary, etc. Placement of geosynthetic clay liner, geomembrane, Addendum 1 01025 -3 SECTION 01025 MEASUREMENT AND PAYMENT geocomposite, and protective cover for liner tie -in will be paid at the unit rate for the respective materials, as specified in this Section. Item No. 6 — Excavation — Cell 40 and 41 Leachate Collection System (LCS) Tie -in (outside of GCLER/GLER limit) A. Measurement. The Work required for this item will not be measured for payment. B. Payment. Payment for this item shall be at the contract lump sum price for excavation for tie -in of the Cell 48 leachate collection system into Cells 40 and 41, as shown on Drawing 10 of the Construction Plans. Payment shall constituent full compensation for all labor, materials, tools, and Work incidental thereto, necessary to complete this item in accordance with Section 02210, Part 3.3.D, including but not necessarily limited to, disconnecting existing Cell 40 LCS pump and controls, relocation of existing 2,500- gallon leachate storage tank, excavation to locate and expose existing liners and LCS piping, disposal of soil and waste at the landfill working face, grading, placement of 6 inches of soil over exposed waste, etc. Placement of geosynthetic clay liner, geomembrane, geocomposite, HDPE piping, aggregate, and protective cover for liner tie -in are separate bid items, which will be paid at the unit rate for the respective materials, as specified in this Section. Item No. 7 — Excavation/Backfill — Underdrain System A. Measurement. The Work required for this item will not be measured for payment. B. Payment. Payment for this item shall be at the contract lump sum price for excavation and backfill required for installation of the underdrain system. Payment shall.constituent full compensation for all labor, materials, tools, and Work incidental thereto, necessary to complete this item in accordance with Section 02210 and the Construction Plans, for excavation required for all underdrain components (i.e., floor and toe drains, trenches for geocomposite strips, sump, underdrain sump riser, etc.), and placement of engineered fill (i.e., 1 -foot protective layer) over installed underdrain components and backfill required to reestablish the subgrade over the underdrain sump riser. Contractor shall note, all piping, aggregate, and non -woven geotextile are separate bid items, which will be paid at the unit rate for the respective materials, as specified in this Section. Item No. 8 — Engineered Fill — Cell 48 Liner Subgrade Preparation, Termination Berms, and Other Embankments A. Measurement. Measurement for this item shall be on a cubic yard (CY) basis. Engineered fill quantities shall be measured for in -place volumes (as determined from as -built surveys), based on a comparison of the as -built survey for the liner subgrade and existing contours prior to construction, as represented by the topographic survey depicted on Drawing No. 2 — Existing Conditions of the Construction Plans and /or the required pre - construction survey of the Cell 48 limits, as specified in Section 01052. The Contractor shall review Drawing No. 2 and advise the Engineer of any questions relative to using this drawing to form the baseline for future calculation of pay volumes for this item. Subsequent surveys shall be of sufficient accuracy to allow the Engineer to calculate pay volumes for this item within plus or minus 5 percent. B. Payment. Payment for this item will be at the contract unit price per cubic yard. Payment shall constitute full compensation for all labor, equipment, tools, and work incidental thereto, necessary to complete this item in accordance with Section 02210, related to Engineered Fill placement, including but not limited to loading and hauling soils from the borrow source, placement of Engineered Fill, compaction, surface /subgrade preparation, protection of subgrade, etc. Item No. 9 — ECB -Lined Drainage Swales and Aggregate Road Crossings A. Measurement. The Work required for this item will not be measured for payment. Addendum 1 01025 -4 SECTION 01025 MEASUREMENT AND PAYMENT B. Payment. Payment for this item shall be at the contract lump sum basis for placement of ECB -lined drainage swales and aggregate road crossings. Payment shall include, grubbing and scarifying the existing surface, Engineered Fill, grading, compaction in accordance with Section 02210; seed and fertilizer in accordance with Section 02271; ECB in accordance with Section 02272 (including furnishing, deploying, and installing ECB, including anchoring, overlaps, staples, and securing the ECB); and installation of aggregate road crossings (see Drawing 15, Detail B, including placement of aggregate (see Section 02231) and non -woven geotextile (see Section 02278). Payment shall constitute full compensation for all materials, labor, equipment, tools, and Work incidental thereto, necessary to construct ECB -lined drainage swales and aggregate road crossings, as specified in the Contract Documents. Item No. 10 — Leachate Management A. Measurement. The Work required for this item will not be measured for payment. B. Payment. Payment for this item shall be at the contract lump sum price for management of leachate during the execution of Work, as described in Section o2210, Part 3.3.E. Payment shall constituent full compensation for all labor, materials, tools, and Work incidental thereto, necessary to complete this item, including placement of containment berms, excavation of temporary sumps, supply and maintain pumps, hoses, connections, etc., required to contain and pump leachate into the existing 2,500- gallon leachate storage tank. Item No. 11— 2 - foot Protective Cover A. Measurement. Measurement for this item shall be on an in -place cubic yard (CY) basis of certified 2- foot protective cover, as delineated by the GLER/GCLER limits of the cell. Protective cover quantities shall be measured for in -place volumes (as determined from as -built surveys), based on a comparison of the as -built surveys for the liner subgrade and top of protective cover. Subsequent surveys shall be of sufficient accuracy to allow the Engineer to calculate pay volumes for this item within plus or minus 5 percent. B. Payment. Payment for this item will be at the contract unit price per cubic yard. Payment will include all Work to load and haul soils from the borrow source and place the protective cover, including extending past the GLER/GCLER limit for liner tie -in or termination, as shown on the Construction Plans. Payment shall constitute full compensation for all materials, labor, equipment, tools and work incidental thereto, necessary to complete this item in accordance with the Section 02256. Item No. 12 — Drainage Aggregate (LCS and Underdrain) A. Measurement. Measurement for this item shall be on an in -place cubic yard (CY) basis, based on certified truck receipts for tons of drainage aggregate provided to Contractor by aggregate source, and then converted to in -place cubic yards based on a conversion factor certified in writing by aggregate source, and as approved by the Engineer. Engineer will reserve the right to obtain representative field samples of the aggregate for calculation of field density to in -place volume conversion factor. B. Payment. Payment for this item shall be at the contract unit price per cubic yard of drainage aggregate installed for the leachate collection system and underdrain system. Payment shall constitute full compensation for all labor, equipment, tools and work incidental thereto, necessary to complete this item in accordance with Section 02231. Item No. 13 —12 oz /sy Non -Woven Geotextile (LCS and Underdrain) A. Measurement. Measurement for this item shall be on an installed square foot (SF) basis (excluding seams, overlaps, and wastage) of non -woven geotextile for the leachate collection system and underdrain system. Addendum 1 01025 -5 SECTION 01025 MEASUREMENT AND PAYMENT B. Payment. Payment for this item shall be at the contract unit price per square foot. Payment shall include all Work to furnish, deploy and install, and seam non -woven geotextile for the leachate collection trench. Payment shall constitute full compensation for materials, labor, equipment, tools, seaming, wastage, and Work incidental thereto, necessary to complete this item in accordance with Section 02778. Item No. 14 — Geosynthetic Clay Liner (Reinforced GCL) A. Measurement. Measurement for this item shall be on an installed square foot (SF) basis (excluding seams, overlaps, and wastage) of GCL, as delineated by the GLER/GCLER limits of the cell, which will be based on surveys of the completed installation performed by the Contractor's surveyor. B. Payment. Payment for this item shall be at the contract unit price per square foot as delineated by the GLER/GCLER limits of the cell. Payment shall include all Work to furnish, deploy, install, and seam GCL, as specified in Section 02779. Payment shall constitute full compensation for materials, labor, equipment, tools, seams and seaming, wastage, run -out past the GLER/GCLER limit for liner tie -in or termination, as shown on the Construction Plans, and any other Work incidental thereto, necessary to complete this item in accordance with Section 02779, including groundwater control and surface water control to protect the GCL from damage or premature hydration. Item No. 15 — 60 -mil HDPE Geomembrane (Textured) A. Measurement. Measurement for this item shall be on an installed square foot (SF) basis (excluding seams, overlaps, and wastage) of textured 60 -mil HDPE geomembrane, as delineated by the GLER/GCLER limits of the cell, which will be based on surveys of the completed installation performed the Contractor's surveyor. B. Payment. Payment for this item shall be at the contract unit price per square foot, as delineated by the GLER/GCLER limits of the cell. Payment shall include all Work to furnish, deploy, install, weld, and test textured 60 -mil HDPE geomembrane, as specified in Section 02922 and shown on the Construction Plans. Payment shall constitute full compensation for materials, labor, equipment, tools, testing, seams and seaming, wastage, and run -out past the GLER/GCLER limit for liner tie -in or termination as shown on the Construction Plans, and Work incidental thereto, necessary to complete this item in accordance with Section 02922. Item No. 16 — 250 -mil Geocomposite (Underdrain) A. Measurement. Measurement for this item shall be on an installed square foot (SF) basis (excluding overlaps and wastage) of double -sided 250 -mil geocomposite required for the underdrain system, which will be based on surveys of the completed installation performed by a Contractor's surveyor for calculation of the length of the geocomposite strips. B. Payment. Payment for this item shall be at the contract unit price per square foot, as delineated by the length of the geocomposite strips by the width specified in the Technical Specifications and Construction Plans. Payment shall include all Work to furnish, deploy, install, and seam the geocomposite in accordance with Section 02930 and shown on the Construction Plans. Payment shall constitute full compensation for materials, labor, equipment, tools, testing, seams and seaming, wastage, and Work incidental thereto, necessary to complete this item in accordance with Section 02930. Item No. 17 — 300 -mil Geocomposite (LCS) A. Measurement. Measurement for this item shall be on an installed square foot (SF) basis (excluding overlaps and wastage) of double -sided 300 -mil geocomposite, as delineated by the GLER/GCLER limit of the cell, which will be based on surveys of the completed installation performed by a Contractor's surveyor. Addendum 1 01025 -6 SECTION 01025 MEASUREMENT AND PAYMENT B. Payment. Payment for this item shall be at the contract unit price per square foot, as delineated by the GLER/GCLER limits of the cell. Payment shall include all Work to furnish, deploy, install, and seam the geocomposite in accordance with Section 02930 and shown on the Construction Plans. Payment shall constitute full compensation for materials, labor, equipment, tools, testing, seams and seaming, wastage, run -out past the GLER/GCLER limit for liner tie -in or termination, and Work incidental thereto, necessary to complete this item in accordance with Section 02930. Item No. 18 — 6 -inch Diameter HDPE SDR 11 Perforated Pipe (LCS and Underdrain) A Measurement. Measurement for this item shall be on an installed linear foot (LF) basis of 6 -inch diameter HDPE SDR 11 perforated pipe, as measured by the Contractor's Surveyor. B. Payment. Payment for this item shall be at the contract unit price per linear foot for 6 -inch diameter HDPE SDR 11 perforated pipe required for the leachate collection system and underdrain system. Payment will include fittings, piping, valves, and connections. Payment shall constitute full compensation for all materials, labor, equipment, tools, welding, storage, handling, protection, repair, and Work incidental thereto, necessary to complete this item in accordance with Section 15400 and shown on the Construction Plans. Item No. 19 — 6 -inch Diameter HDPE SDR 11 Solid Clean -out Riser A. Measurement. Measurement for this item shall be on an installed linear foot (LF) basis of 6 -inch diameter HDPE SDR 11 solid pipe, as measured by the Contractor's Surveyor. B. Payment. Payment for this item shall be at the contract unit price per linear foot. Payment will include fittings, piping, and connections. Payment shall constitute full compensation for all materials, labor, equipment, tools, welding, storage, handling, protection, repair, and Work incidental thereto, necessary to complete this item in accordance with Section 15400 and shown on the Construction Plans. Item No. 20 — 18-inch Diameter HDPE SDR 17 Perforated and Solid Pipe (LCS and Underdrain) A. Measurement. Measurement for this item shall be on an installed linear foot (LF) basis of 18 -inch diameter HDPE SDR 17 perforated and solid piping required for the leachate collection system and underdrain system, as measured by the Contractor's Surveyor. B. Payment. Payment for this item shall be at the contract unit price per linear foot. Payment will include fittings, piping, and connections. Payment shall constitute full compensation for all materials, labor, equipment, tools, welding, storage, handling, protection, repair and Work incidental thereto, necessary to complete this item in accordance with Section 15400 and shown on the Construction Plans. Item No. 21 — 10,000-gallon Leachate Storage Tank A. Measurement. The Work required for this item will not be measured for payment. B. Payment. Payment for this item shall be on a lump sum basis for the installation of a 10,000 - gallon leachate storage tank. Payment shall include the supply and installation of the leachate storage tank and associated fittings, connection, and soil containment berm. Payment shall constitute full compensation for materials, labor, equipment, testing, and incidentals necessary to complete this Work in accordance with Section 15400 and the Construction Plans. Item No. 22 — Underdrain and LCS Pumps, Controls, and Bollards A. Measurement. The Work required for this item will not be measured for payment. Addendum 1 01025 -7 SECTION 01025 MEASUREMENT AND PAYMENT B. Payment. 1. Payment for this item shall be a lump sum basis. Payment shall include the leachate and underdrain pumps, controls, electrical delivery and connection, pipe and fittings, fixtures, supplies, and appurtenances necessary to install the leachate and underdrain pump and controls, as specified in Section 11300. Payment shall constitute full compensation for materials, labor, equipment, electrical connection, obtaining necessary permits and inspections, and incidentals necessary to complete this Work. 2. Payment shall also include installation of HDPE piping from the sump risers to the specified termination or connection points indicated in Section 11300, including all materials (piping, fitting, accessories), labor, equipment, tools, welding, storage, handling, protection, repair and Work incidental thereto. 3.2 MEASUREMENT AND PAYMENT — ADD ALTERNATE NO. 1— LEVEE IMPROVEMENTS Item No. AA1-1 — Layout and Work Surveys A. Measurement. The Work required for this item will not be measured for payment. B. Payment. 1. Payment for this item will be at the contract lump sum price for surveying required for completion of the levee improvements, including the layout of work and surveys for performance of work and as -built drawings. Payment will constitute full compensation for labor, equipment, tools and incidentals necessary to complete the Work specified in Section 01052. 2. No additional payment will be allowed for surveying associated with incremental material quantity increases, except for increased material quantities associated with Work clearly not included in the Construction Plans or Technical Specifications. Item No. AA1 -2 — Clearing and Grubbing A. Measurement. The Work required for this item will not be measured for payment. B. Payment. Payment for this item shall be made on a lump sum basis clearing and grubbing of the existing levee requiring improvement, which will constitute full compensation for all labor, equipment, tools, and work incidental thereto, and necessary to complete this item in accordance with Section 02110. Payment includes cutting, removal and disposing of vegetation, trees, shrubs, stumps, roots, grubbing, and other incidentals. Item No. AA1 -3 — Excavation — Existing Levee Excavation and Culvert Removal A. Measurement. Measurement for this item shall be on a cubic yard (CY) basis. Excavation quantities shall be measured for in -place soil volume removed, based on a comparison of the as -built survey following excavation to elevation 5 ft MSL and existing contours prior to construction, as represented by the topographic survey depicted on Drawing No. 2 — Existing Conditions of the Construction Plans. The Contractor shall review Drawing No. 2 and advise the Owner of any questions relative to using this topographic survey to form the baseline for future calculation of pay volumes for this item. Subsequent surveys shall be of sufficient accuracy to allow the Engineer to calculate pay volumes for this item within plus or minus 5 percent. B. Payment. Payment for this item will be at the contract unit price per cubic yard. Payment shall constitute full compensation for all labor, equipment, tools, and work incidental thereto, necessary to complete this item in accordance with Section 02210, related to excavation of the existing levee to 1 Addendum 1 01025 -8 SECTION 01025 MEASUREMENT AND PAYMENT elevation 5 ft MSL, and removal of the existing 36 -inch diameter culvert as shown on Drawing 11 of the Construction Plans. Item No. AA1 -4 — Engineered Fill - Levee Improvement A. Measurement. Measurement for this item shall be on a cubic yard (CY) basis. Engineered fill quantities shall be measured for in -place volumes (as determined from as -built surveys), based on a comparison of the as -built survey following excavation of the existing levee to elevation 5 ft MSL and completion of the final grades for the levee improvements consistent with the Construction Plans. Subsequent surveys shall be of sufficient accuracy to allow the Engineer to calculate pay volumes for this item within plus or minus 5 percent. B. Payment. Payment for this item will be at the contract unit price per cubic yard. Payment shall constitute full compensation for all labor, equipment, tools, and work incidental thereto, necessary to complete this item in accordance with Section 02210, related to Engineered Fill placement, including but not limited to loading and hauling soils from the borrow source, placement of Engineered Fill, compaction, surface / subg preparation, protection of surfaces /subgrade, etc. Item No. AA1 -5 — Erosion Control Blanket A. Measurement. 1. Measurement for this item shall be on an installed square foot (SF) basis. Contractor shall note, this bid item is for ECB installed on the sideslopes of the internal and external sideslopes of the rebuilt levee, as shown on the Construction plans. 2. Contractor shall note measurement for this bid item will be based on horizontal projections of the installed ECB (i.e., not surface area). Measurement will be based on installed quantities based on surveys completed following installation consistent with Section 01052. B. Payment. Payment for this item shall be at the contract unit price per square foot of ECB installed on the sideslopes of the rebuilt levee. Payment shall include all Work to furnish, deploy, and install, including anchoring, overlaps, and securing the ECB to the finished grades, as well as placement of seed and fertilizer beneath the ECB consistent with Section 02271. Payment shall constitute full compensation for materials, labor, equipment, tools, accessories (i.e., metal staples, etc.), wastage and disposal thereof, and Work incidental thereto, necessary to complete this item in accordance with Sections 02271 and 02272 and as shown on the Construction Plans. 3.3 MEASUREMENT AND PAYMENT — ADD ALTERNATE NO. 2 — LEVEE IMPROVEMENTS AND NORTH DETENTION BASIN Item No. AA2-1 — Layout and Work Surveys A. Measurement. The Work required for this item will not be measured for payment. B. Payment. 1. Payment for this item will be at the contract lump sum price for surveying required for completion of the levee improvements and North Detention Basin, including the layout of work and surveys for performance of work and as -built drawings. Payment will constitute full compensation for labor, equipment, tools and incidentals necessary to complete the Work specified in Section 01052. 2. No additional payment will be allowed for surveying associated with incremental material quantity increases, except for increased material quantities associated with Work clearly not included in the Construction Plans or Technical Specifications. Addendum 1 01025 -9 SECTION 01025 MEASUREMENT AND PAYMENT Item No. AA2 -2 — Clearing and Grubbing A. Measurement. The Work required for this item will not be measured for payment. B. Payment. Payment for this item shall be made on a lump sum basis clearing and grubbing of the existing levee requiring improvements and North Detention Basin, which will constitute full compensation for all labor, equipment, tools, and work incidental thereto, and necessary to complete this item in accordance with Section 02110. Payment includes cutting, removal and disposing of vegetation, trees, shrubs, stumps, roots, grubbing, and other incidentals. Item No. AA2 -3 — Excavation — Topsoil Removal A. Measurement. 1. Measurement for this item shall be on a cubic yard (CY) basis. Excavation quantities shall be measured for in -place soil volume removed based on a comparison of a boundary survey of the area requiring topsoil removal multiplied by 12 -inchs (maximum depth of topsoil removal). 2. Topsoil removal is only required north of the existing landfill levee and existing toe of the landfill sideslopes in the area requiring either excavation or Engineered Fill placement required for construction of the North Detention Basin. B. Payment. Payment for this item will be at the contract unit price per cubic yard. Payment shall constitute full compensation for all labor, equipment, tools, and work incidental thereto, necessary to complete this item in accordance with Section 02210. Item No. AA2 -4 — Excavation — Existing Levee Excavation and Culvert Removal A. Measurement. Measurement for this item shall be on a cubic yard (CY) basis. Excavation quantities shall be measured for in -place soil volume removed, based on a comparison of the as-built survey following excavation to elevation 5 ft MSL and existing contours prior to construction, as represented by the topographic survey depicted on Drawing No. 2 — Existing Conditions of the Construction Plans. The Contractor shall review Drawing No. 2 and advise the Owner of any questions relative to using this topographic survey to form the baseline for future calculation of pay volumes for this item. Subsequent surveys shall be of sufficient accuracy to allow the Engineer to calculate pay volumes for this item within plus or minus 5 percent. B. Payment. Payment for this item will be at the contract unit price per cubic yard. Payment shall constitute full compensation for all labor, equipment, tools, and work incidental thereto, necessary to complete this item in accordance with Section 02210, related to excavation of the existing levee to elevation 5 ft MSL, and removal of the existing 36 -inch diameter culvert as shown on Drawing 11 of the Construction Plans. Contractor will dispose of the 36 -inch culvert at a location within the landfill at the Owner's direction. The City will not assess a disposal fee for disposal of the culvert. Item No. AA2 -5 — Excavation — North Detention Basin A. Measurement. Measurement for this item shall be on a cubic yard (CY) basis. Excavation quantities in-place soil volume removed based on a comparison of the as -built survey be measured for p Y for P the North Detention Basin and existing contours prior to construction, as represented by the topographic survey depicted on Drawing No. 2 — Existing Conditions of the Construction Plans. The Contractor shall review Drawing No. 2 and advise the Owner of any questions relative to using this topographic survey to form the baseline for future calculation of pay volumes for this item. Subsequent surveys shall be of sufficient accuracy to allow the Engineer to calculate pay volumes for this item within plus or minus 5 percent. Addendum 1 01025 -10 SECTION 01025 MEASUREMENT AND PAYMENT I __ B. Payment. Payment for this item will be at the contract unit price per cubic yard. Payment shall constitute full compensation for all labor, equipment, tools, and work incidental thereto, necessary to complete this item in accordance with Section 02210, and as shown on Drawings 12 and 13 of the Construction Plans. Item No. AA2 -6 — Engineered Fill - Levee Improvement and North Detention Basin A. Measurement. Measurement for this item shall be on a cubic yard (CY) basis. Engineered fill quantities shall be measured for in -place volumes (as determined from as -built surveys), based on a comparison of the as -built survey for the levee and North Detention Basin and the corresponding base surface such as: depicted Existing contours prior to construction, as represented by the topographic surve y d p icted on Drawing No. 2 — Existing Conditions of the Construction Plans, plus, as necessary, areas where topsoil removal was performed and was subsequently backfilled with Engineered Fill. The Contractor shall review Drawing No. 2 and advise the Engineer of any questions relative to using this drawing to form the baseline for future calculation of pay volumes for this item. 2. As -built survey following excavation to elevation 5 ft MSL in the case of Engineered Fill required for the levee improvements. 3. Subsequent surveys shall be of sufficient accuracy to allow the Engineer to calculate pay volumes for this item within plus or minus 5 percent. B. Payment. Payment for this item will be at the contract unit price per cubic yard. Payment shall constitute full compensation for all labor, equipment, tools, and work incidental thereto, necessary to complete this item in accordance with Section 02210, related to Engineered Fill placement, including but not limited to loading and hauling soils from the borrow source, placement of Engineered Fill, compaction, surface /subgrade preparation, protection of surfaces /subgrade, etc. Item No. AA2 -7 — Groundwater Monitoring Well Extensions A. Measurement. The Work required for this item will not be measured for payment. B. Payment. Payment for this item shall be made on a lump sum basis for extending two existing groundwater monitoring wells (MW -21 and MW -22), which will constitute full compensation for all labor, material, equipment, tools, and Work incidental thereto necessary to complete this item in accordance with Section 01560, Part 3.4 and Drawing 14 of the Construction Plans. Item No. AA2 -8 — Erosion Control Blanket A. Measurement. 1. Measurement for this item shall be on an installed square foot (SF) basis. Contractor shall note, this bid item is for ECB installed within the areas identified on Drawings 12 and 13 of the Construction plans. 2. Contractor shall note measurement for this bid item will be based on horizontal projections of the installed ECB (i.e., not surface area). Measurement will be based on installed quantities based on surveys completed following installation consistent with Section 01052. B. Payment. Payment for this item shall be at the contract unit price per square foot of ECB installed on the sideslopes of the rebuilt levee. Payment shall include all Work to furnish, deploy, and install, including anchoring, overlaps, and securing the ECB to the finished grades, as well as placement of seed and fertilizer beneath the ECB consistent with Section 02271. Payment shall constitute full compensation for materials, labor, equipment, tools, accessories (i.e., metal staples, etc.), wastage and Addendum 1 01025 -11 SECTION 01025 MEASUREMENT AND PAYMENT disposal thereof, and Work incidental thereto, necessary to complete this item in accordance with Sections 02271 and 02272 and as shown on the Construction Plans. Item No. AA2 -9 — 244neh36 -inch Smooth -Lined CMP A. Measurement. Measurement for this item shall be on installed linear foot (LF) basis. B. Payment. Payment for this item shall be at the contract unit price per linear foot. Payment shall include all Work to furnish, deploy, and install 24 inch36 -inch diameter smooth -lined CMP, as shown on Drawing 16 of the Construction Plans. Payment shall also include placement of the cement stabilized sand bedding as shown on Drawing 16 in accordance with Section 02206 — Cement Stabilized Sand. Payment shall constitute full compensation for materials, labor, equipment, tools, and Work incidental thereto, necessary to complete this item in accordance with the Construction Plans and Section 02206 of the Technical Specifications. Item No. AA2 -10 — 12-oz Non -Woven Geotextile A. Measurement. Measurement for this item shall be on an installed square foot (SF) basis (excluding seams, overlaps, and wastage) of non -woven geotextile for the separation/filtration below the rip rap installed at the outlet of the North Detention Basin (see Drawing 16). B. Payment. Payment for this item shall be at the contract unit price per square foot. Payment shall include all Work to furnish, deploy and install, and seam non -woven geotextile. Payment shall constitute full compensation for materials, labor, equipment, tools, seaming, wastage, and Work incidental thereto, necessary to complete this item in accordance with Section 02778. Item No. AA2-11 — Rip Rap A. Measurement. Measurement for this item shall be on an in -place cubic yard basis. Measurement will be based on the specified thickness, as shown in the Construction Plans over the area in which rip rap is installed, as determined from survey of the limits of rip rap installation consistent with Section 01052. As shown on Drawing 16, rip rap shall be installed at the outlet of the North Detention Basin. B. Payment. Payment for this item shall be at the contract unit price of cubic yards of rip rap installed. Payment shall constitute full compensation for all material, labor, equipment, tools, and Work incidental thereto, necessary to complete this item in accordance with Section 02231, including below - grade excavation required prior placement of rip rap, and placement of rip rap at the locations shown on the Construction Plans. Item No. AA2 -12 — Concrete Headwall and Flap Gates A. Measurement. The Work required for this item will not be measured for payment. B. Payment. Payment for this item shall be at a lump sum basis of the installation of the concrete headwall and flap gates for the North Detention Basin outlet structure. Payment shall include forming, reinforcement steel, concrete, concrete testing, concrete placement consistent with Section 03300; excavation and backfrll; supply and installation of the flap gates; and any other Work necessary to field fabricate and install the outlet structure, as specified in the Construction Plans. Payment shall constitute full compensation for materials, labor, equipment, testing, tools and Work incidental thereto, necessary to install the flap gates and construct the headwalls consistent with TxDOT Detail CH -FW -0 (Concrete Headwalls with Flared Wings for 0° Skew), as shown on the Construction Plans. END OF SECTION Addendum 1 01025 -12 SECTION 01025 MEASUREMENT AND PAYMENT SECTION 01052 LAYOUT OF WORK AND SURVEYS PART 1 GENERAL 1.1 SECTION INCLUDES A. Requirements for survey work to be provided by the Contractor for completion of Work, including the following: 1. Surveys for layout and performance of Work. 2. Conformance surveys for record (As- Built) drawings and measurement and payment, which shall be prepared under the direct supervision of a Registered Professional Land Surveyor (RPLS). B. Certification of Contractor's conformance surveys by the Owner's surveyor. 1.2 DESCRIPTION A. Reference Points. The reference points provided by the Owner include monument(s) and elevation benchmark(s) in the vicinity of the Work. If displaced, replacement of these reference points will be at the expense of the Contractor. B. The Owner reserves the right to perform any desired checking and correction of the Contractor's surveys for layout and performance of Work. However, this does not relieve the Contractor of the responsibility for performance of Work consistent with these Specifications. C. Equipment and Personnel. Provide instruments and other survey equipment that are accurate, suitable for the surveys required, in accordance with recognized professional standards, and in proper condition and adjustment at all times. Perform surveys under the direct supervision of an RPLS. D. Field Notes and Records. Record surveys in field notebooks. E. Use by the Owner. The Owner and CQA Consultant may at any time use line and grade points and markers established by the Owner or Contractor. The Contractor's surveys are a part of the Work and may be checked by the Owner or representatives of the Owner at any time. 1.3 SURVEYS FOR LAYOUT AND PERFORMANCE OF WORK A. Contractor will perform all surveys for layout of the Work, reduce the field notes, make necessary calculations, and prepare drawings necessary to carry out such Work. Contractor's layout of Work will include, but is not limited to, the following: 1. Horizontal and vertical control staking for preparation of the GCL subgrade, including excavation and placement of engineered fill. 2. Horizontal and vertical control staking for the underdrain system (geocomposite, piping, etc.), GCL, geomembrane, and leachate collection system (i.e., geocomposite, leachate collection piping, etc.). 3. Horizontal and vertical control for liner and leachate collection system tie -ins to exiting adjacent waste disposal cells, including tie -in of the leachate collection system to Cells 40 and 41. Addendum 1 01052 -1 SECTION 01052 LAYOUT OF WORK AND SURVEYS 4. Horizontal and vertical control staking for protective cover and drainage aggregate installation. 5. Horizontal and vertical control staking for other pertinent construction items contained in the Contract, such as liner termination and landfill berms, ramps, diversion berms, and other embankments. 6. Horizontal and vertical control staking for the selected add alternate (Add Alternate No. 1 or 2), including levee improvements and/or north detention basin construction. B. Contractor must perform all additional slope staking, off - setting and other control staking to perform the Work. C. As described in Section 01025 — Measurement and Payment, following bid advertisement, the City removed concrete pavement and asphalt millings from within the Cell 48 limits. Therefore, prior to commencement of construction. the Contractor shall provide a pre - construction topographic survey on a 50 -foot grid within the Cell 48 GCLER/GLER limits, as identified on Drawing No. 4. This pre- construction survey will serve as the baseline surface for calculation of future earthwork quantities within the cell. This topographic survey shall be provided to the Owner and Engineer in AutoCAD Version 2007 (or newer) at 1 -foot contours and a scale of 1" = 100'. • 1. The Contractor's surveyor shall use the coordinate system shown on the Construction Plans or other coordinate system approved by the Engineer. 2. The topographic contours shall be developed from survey points collected on a 50 -foot grid within the GCLER/GLER limits of Cell 48, and any additional points necessary to capture distinguishable features, depressions, or erbankments. . 1.4 CONFORMANCE SURVEYS FOR RECORD (AS- BUILT) DRAWINGS AND MEASUREMENT AND PAYMENT A. Contractor shall provide the Owner with surveys for record (as- built) drawings and measurement of all quantities for payment. These surveys shall include the following items: 1. All excavations and backfill for completion of Work for the cell subgrade; 2. Limits of the geosynthetic clay liner, geomembrane, and geocomposite, including current and future tie -ins; 3. Top of protective cover; 4. All embankments, including liner termination and landfill berms, ramps, diversion berms, levee improvements and/or north detention basin, and other constructed embankments. 5. Points identified for extension of the existing groundwater monitoring wells, as described in Section 01560 — Environmental and Special Controls, Part 3.4. 6. Any other items required to establish quantities for measurement and payment. B. Provide topographic surveys in AutoCAD Version 2007 (or newer) at 1 -foot contours and a scale of 1" = 100' for the above surveys or other surveys deemed necessary by the Owner for confirmation of Work. 1. The Contractor's surveyor shall use the coordinate system shown on the Construction Plans or other coordinate system approved by the Engineer. Addendum 1 01052 -2 SECTION 01052 LAYOUT OF WORK AND SURVEYS 2. All topographic contours shall be developed from survey points collected on a 50 -foot grid, along the top and toe of slope, and other distinguishable features constructed in the field, including but not limited to the GCL subgrade, top of protective cover, and other embankments constructed during progress of Work. C. The Owner and/or its surveyor may perform independent checks of record surveys used for measurement and payment. D. Surveys for record drawings and measurement and payment shall be signed and sealed by an RPLS certified in the State of Texas. E. Contractor shall submit surveys, including sealed full -size originals and AutoCAD files, for items listed above to the Owner and Engineer within 15 days of completing work. 1.5 CERTIFICATION OF AS -BUILT SURVEYS A. The Owner will have an RPLS perform a certification of the as -built surveys performed by the Contractor's surveyor, as described in Part 1.4 of this section, for the following: 1. Constructed Cell Subgrade. 2. Top of Protected Cover. B. Certification surveys will be performed on a 50 -foot grid developed by the Owner's surveyor for inclusion in the GCLER/GLER to verify that the cell subgrade and top of protective cover have been constructed consistent with the tolerances specified in Section 02210, Part 3.6. The Owner will bare the cost of the initial certification surveys by the Owner's surveyor. If inconsistencies with the construction plans and specifications are encountered, the Owner will bear the cost for an additional certification survey after inconsistencies have been corrected. C. If a third certification survey is necessary, the Contractor will be responsible for incurring the cost of the surveys by the Owner's surveyor. D. Elevation tolerances for cell subgrade and top of protective cover are specified in Section 02210, Part 3.6. PART2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION Addendum 1 01052 -3 SECTION 01052 LAYOUT OF WORK AND SURVEYS SECTION E GEOLOGIC BORING LOGS AND SEASONAL HIGH GROUNDWATER LEVEL MAP M:1Projects\PlArthur\162I?058.01 Cell 48 Liner Design, Permitting, & Bid Support \Task 46 - Bid ServicesAdd I\Cell 48 Line - Addendum 1.docx • 1tl0 Aml 11q NOIlVOIlddv 1N3WON3WV llWtl3d 8OPVW SV7L311N00 'A0 NOSU3di3f Y ' •. • • ' ' .• " a n o AU � N 31.310,130 AT11ee103i 90 -91-10 • Itl W11L13N NaN,e1tl8d a N U e3 oN3I o, NaV ilioN3e 3111. lorned tlnrutlV ltl0d AO A.1.10 ,yu uv,o m,mionsUv rouraml , ;2 p , NWT ONV air* ONascO OOV ,ocZ -r C 1VAtl31N1 tlNO1N00 .S O 111dONV7 TldIOlNOW Unk. WV l tlOd AO WO 8833NION3 ONUVISNOO AIMS ONVOVNNUO'9NUS3u Ail H9LL,,ps30 ,o a,, SNOI1VA313 Z H3AVl AO d01 Sf133NIDN3 SOS ~ < g g d' 71111 'WM,' 1N3n3 v o J � � O p ` � o� ..% % %% O W o m 3 m s p o I 4d 13'1'1 I O g ° ° 5 1 F F F" m g g n: 1i10.; • _ ''' � 1 'a ---0 , a v a� 3 71 z 5? 71 0 0 x 3 d V $I w � 2 � ° ° wW ° a p IW v J I a ° o v a H IV \ii PP O� • r W O. I � a a s E o g j 00 ■O 715'4 F E.: . i z i x y ../ ' \ , ' nocresc 3 ooa�CSC 3 1 I • „ i is i l � \\!1,,,i I \\ I? • --a / \ Lt \� OOOCCSC 3 peOfiSC 3 \11 I r,\ ..., ...... 01.— V. II N * il:* T. ♦ im ■ • '�� Q � OoOSSC 3 • I m \ \ LL / ♦`e. O /1 N \ �\` 'm / / \m \ n • m \\\ \ \+ 11 1 : i 1 \n: ^ / I : \ m cv -`l O I IP Vii, i �. I ♦ \ m i \ 1 I Crn• 0I 000LCSC 3 .0. m : 1 MI \a / '• m I ) y \ / O I rilliglijrimpr . ' ' \ PP /. 'l i I r V ij I ii h n A Ir U m O I n :" / 3 O (); m 1 I 0 W I-1 _Y'e OOOoLSi3 000,5r 1 1 1 m I i / e \ / m/p I ' �„/ �2-r'''. , / - - - - 1 . E .7. g P, , lnai •Wd86VG198ebZUI IItl3AV1 dOi'B?VHI IN3WHOtlllV H03. HiUVIHOd\00VO\3 3� a rte. �X `x S N G 1NEE R s j t�� fix✓ es a 5: 4 jjs & t .1 v� CEL CITY OF PORT ARTHUR LANDF � .� � MENTS L IMPROVEM LINER AND DRAINAGE u IMPROVEMENTS BIDDIN DOCU AND SPECIFICATIONS t � to s � n ADDENDUM NO.2 jj '' � c :1'. Prepare for: . z CITY OF PORT ARTHUR N "'" Gj �• °'� d nr1 r tkn dl TF.rns '� p> , * l a RYAN R. K j . $�l 104689 rr JEFFER C OUNTY, TEXAS � T < � • /CFNS A `,7" � Prepar by: SCS ENGINEERS " Da llas /Fort Wor th O � ^ tom � � �/ 3 1901 Ce e, Suite Driv 5 5 0 p CS Engineers Bedfor Texas 76021 �: = EE Reg. #F3407 817 -571 -2288 M Addendum No. 2 — March 4, 2013 SCS Project No. 16212058.00 � �' Offices Nationwide ;;. www ,scseng ineers . com 1 "g° fit. CELL 48 LINER AND DRAINAGE IMPROVEMENTS BID DOCUMENTS AND SPECIFICATIONS ADDENDUM NO. 2 SUMMARY OF REVISIONS The following briefly describes the revisions, additions, or clarifications of the Bid Documents and Specifications for the Cell 48 Liner and Drainage Improvements Construction Project for the City of Port Arthur Landfill, Permit No. MSW- 1815A. 1. REVISION TO BID DOCUMENTS • General Specifications: This section was revised to remove the prevailing Davis Bacon Related Acts (DBRA) wage rate requirement on Page 34. Revisions to technical specifications have been performed using track changes (i.e., redline /strikeout). The bidder shall indicate the receipt of Addendum No. 2 by faxing or emailing the Addendum No. 2 receipt verification, to the attention of Mr. Ryan Kuntz at 817 - 571 -2188 or rkuntz @scsen gin eers,com, respectively. M:1Projcu46 Art6ur\16212058.01 Ce0 48 Liner Ucsign, Pt rmitting. & 164 Supiyorffmk 46 - Rid &rvicc6Add 2 \Cc1148 Liner • Addcodwn 2.docz CITY OF PORT ARTHUR LANDFILL, PERMIT NO. MSW -1815A CELL 48 LINER AND DRAINAGE IMPROVEMENTS CONSTRUCTION BIDDING DOCUMENTS AND SPECIFICATIONS ADDENDUM NO. 2 - RECEIPT VERIFICATION Contractors and /or Subcontractors bidding on the City of Port Arthur Landfill, Permit No. MSW -1815A — Cell 48 Liner and Drainage Improvements are requested to verify with SCS Engineers that Addendum No. 2 to the Bidding Documents and Specifications was received. The Addendum .No. 2 package contains revisions to the General Specifications, page 34. Fill out the Contractor's information below, and fax or email this completed form back to SCS Engineers at 817 -571 -2188 or rkuntz@scsengineers.com, respectively, to the attention of Mr. Ryan Kuntz verifying receipt of the Addendum No. 2 package. Contractors shall also acknowledge receipt of Addendum No. 2 by including a copy of this receipt verification with their bid. Thank you for your interest in this project. Name of Bidder (Contractor or Subcontractor) Name of Representative Signature of Representative Date Received M:11'r602,elfiMfiur11621NKA.01 Ca 48 Lint•., fkaimi. 16:running, & Bid Suppo I\Tnsk 46 . Rid Smuices1Add :Well 48 Liner - Addendum 2.dax SECTION A BID DOCUMENTS M:\PrujensTIAnhurll6212B58.01 Ce1148 Liner Design, Permitting, & Bid Supp rt \Task 46 - Bid &rvises\Add 21Cet148 Liner - Addendum 2Acez the allotted time contract time for the ro'ect: to be s ecified in calendar da s. Prior to issuance of a Notice to Proceed the Bidder must obtain an executed contract with CITY, issuance certificates, and performance and payments bonds, as specified herein. Additionally, the Bidder must agree to fully complete the project within the following number of calendar days: • 90 calendar days for all specified work under the Primary Bid (this time of completion will be required regardless of which add alternate is selected by the CITY); and either, • An additional 30 calendar days if the CITY selects Add Alternate No. 1, for a total of 120 calendar days for the Primary Bid and Add Alternate No. 1; or • An additional 60 calendar days if the CITY selects Add Alternate No. 2, for a total of 150 calendar days for the Primary Bid and Add Alternate No. 2. Failure of the CONTRACTOR to complete the Work within the time allowed will res ult in damages bein g by agreed b the CITY. It is a reed and understood that it would be impractical and extremely difficult to ascertain the amount of actual damage the CITY might sustain b ex y g g by reason of breach of the agreement; therefore the amount stated is expressly agreed upon as liquidated damages and is not intended by the parties to be a penalty. As such, liquidated damages of $1,000.00 per day will be imposed for each calendar day the service delivery date is exceeded. By submittal of Bid on the project, and by execution of the Contract by the CONTRACTOR awarded the project shall constitute an agreement by the CITY and CONTRACTOR that $1,000.00 per day is the minimum value of the costs and actual damage caused by the failure of the CONTACTOR to complete the Work within the allotted time. Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager • available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. WAGES & SALARIES: .. : rittn . ' . 11i l Pr:ei. . , . ;..#ecified --ire- the- E' -.e-t the -te'po sib-li t, '2 ..' e ..67- Attention is called to the requirement that employees and applicants for employment are not discriminated against because of race, color, religion, sex, age or national origin. + PAYMENT BOND REOUIREMENTS: AND PAYMENT BON UIREMENTS: Per Government Code Q Chapter 2253. Bonds. If the contract exceeds fifty thousand dollars ($50,000) a payment bond is required. If the contract exceeds one hundred thousand dollars ($100,000) a performance bond is required. Performance and Payment Bonds shall be furnished on prescribed forms in the amount of one hundred percent (100 %) of the contract price with corporate surety duly authorized to do 1 Issued -for- Bidding 34 Addendum 2 - March 4, 2013 I. U . a J- a N.I.i. :..• a:, , ••••• ......•,..., ..E L E C2 1:.-4:\ , ..1 i ,=-,- 4 _ I n ..., Y\X N i 4 t ' r o 42Q - ■...1 - VI 4k... „.., •_, b.o... 1 z -.*- c... ■!..) Pr* 4° N• kr° N. N\ --. -o c' W N g ` ■ 4 'y 4 z ,� vc 4 W 0 a �1 d t � \.o c� 3 , N H a) 7 E. va vD > w vD to > v1 r4 j- J� w w w w g a) -.1 ...1 ...1 U ,..a ,--1 0 7 U U vD v) rn v) o •° U N H o ° o o ° , ° o 0 0 ° c 0 E. o P .-� r+ N ,—, . c, .-..+ --, - 7 N a\ M vo W vp a x _ W 0 U R A -° go 4-, C' b cC o O 0 s ' O 0.1 U al i o �� '+ w 'C3 a Q I) U if. u' ¢o 0 y d ) > , n as o bo Z H . h 0 , Q - 0 v) °; x • o 0 a o an o cn o o � U ..1 �° °' ti x _En U L, W ... O CYi W 0 �.1 , - v o 00 ° 3 0 s-, _0 .7 � a ` � i " . c E. A o o c a�i o E 0 Ct o z W Q Q 00 a o o^ o U 0 C7 • i E .O ' C7 cn w U vs o >, 0 a, • - o O U ~ C 7 U a U °' ° ? o U o A R. U C ° 'L7 , W 1 , W Q 3 W o , o o o U o o `a -0 o -ci . 8. - 1 r: a) c, a o 0 C 7 0 • o C7 • 0 �' = ev 0 ° 0 0~ Q a al C I o 0 , c0 o v c a c • - co p 0 0 - -, 0 0 x x x U x E 0 '-0 A a U w 3 T4 —. w w H WU.1 v Q C7 ° v co �4- N 0 -0 O --, iV m d V1 v° H o c . 1 0 \ \ ‘ ...,3 \ \ ado `�� ��' � co pi 0 t 0, Jt i c.\\("4 te, l on NP H *-..., N. N. o , 1F �' w \ o�, w \ U w U \ o E d. U \ E-+ , ,,, ..., \.� Qom ° a a o Pt 0 4\ z ., .„ Nt 1: 0 74 1 ot ttAi .4 t•i E . ,.. , 7 M a A z d C a a a a a a a a 0 v W - a s d W F." W E"' Q A W E"''� E'' Po o o H� o 0 o d Z O ��H o ° v F o° o H F .... N H N d^ 0o W .0 © V) w � w w� A t. Z E 0 b a , - z cu rn `.t ci) s.. 0 U E w a rn c, r Q z -� E* Z E -' z o a R= ° z 0 z z E: w 0 E--1 b W Er > a Pa •b 4... a> 0 Pr ? 0 cu U r i U ,. : � ° a. o ri u 0 o i A W P: cn P" a A o n . a A w ai p W 0 a A , mt a w oN w � k a pa w w g a a, U , o Q Q cn -o a — 0 ,W, o ►.r 6 E2 00 ow..wa o cc W 0 � w a w ° v I aoa�. o„ a 3° a 3 '"� C7 e Fl A 6 'c� c � 4 '., MI ■�l U `'-■ CI a V U U b O N 3 W p rn , V W 0 c 1 0 0 5 5 o o Q O Q O E-4 >- 4; . X t ° [.4 ›, N ?< C:1 �., � �� � � Uwww aUw Z A F .=, w "- r�yl W w N M d vl F 41 • �• N M E- - 00 — cr, O (Ni d E E q N E�• a QQ dd dd ¢ Ca N N N Z A A d d d A A Q v qq '.Z3 P A A d • y NI d Q, ° 4, q�' pa a° N Z r9 cN U o6A2 U , F o Y 1 O 0 a O� M � �Uo -a N et) W : -Cal h 2 o a � w E''' X E4 d 4 3 O N 8 bA Z U U U �] CA a U a O a . ` 5 O 2 6 -0 ....0 3 ACI A A 0 0 � , \ ^ O • FF H ° o o ° 0 0 0 v d ° rn 4)i M W . ; 8 o E.-, Wa -w 4. o v E Po a) . ^ Q q z U 0 Y s d . o >, 'ad ° q �, i Q -d u, 4.Y� w H Z . o t 74 -`• .q • ALI U't Q F j U 0 a i-, a w P4 0 .. . Upy4, o -o .n al 0-1 . W 1 cu A o 0 o H W W ,--� a' Pd E 0 ,, o 3 a' ¢ 4 E j ■ 0 0 �t x m U G�T a . . Y v o 0 3 U o a J , n . g - _ A A , W W > > C o N '" 2 0 3 ¢ Pa U . � 0 Q .o Y O U \ w wwQ�w " �aU o °� 3 O U N 1 W o, k 'd Y r `-12 - O F W 1 - to \O t ' I ' Q' C) . . .SC „ y c w C7 � - F `� N N N N N N ' O U b b y U < v P d d¢ 3 - 5 � w - w G A A d ¢ ¢ d ¢ 0 o 5 8 . w ¢ W Hv� o. °A W U E- F ,= I BID OPENING DATE: March 6, 2013 CITY OF PORT ARTHUR INSTRUCTIONS TO BIDDER Bidders are requested to furnish their complete REMIT TO ADDRESS and TAX IDENTIFICATION NUMBER as indicated below: REMIT PAYMENT TO: COMPANY L.4),6 SriC`17U /g a G ADDRESS 579 k7i ,4M CITY /STATE /ZIP 4 X /� 2 /X e SEND PURCHASE ORDER TO: COMPANY L ‘-t //,e 091 //1/45. �.�/G . ADDRESS 5`7`D 54& 17'1/v CITY /STATE /ZIP - 7 - 4 )6z90 'Avg TAX IDENTIFICATION NUMBER 7.3 g-6 issuedfu Bidding 9 January 2013 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The u ndersigned offers and agrees to one of the following: V I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. Z-L -iv ie_ & 7 . - , 7 -/3 Firm : me / Date h 4.5/1.vt../7 --- Authorized Signature Title Ah.1,609dAm/ g to 0 Name (please print) Telephone hilAded e 5/i)4644 0--- Email STATE: Six/ COUNTY: SUBSCRIBED AND SWORN to before me by the above named %/l/1 b 4J �a��� ' " on this the cam" 7711 day of , 20 / • / ! /i'1__ e PU., BILLY MICHAEL SMITH Notary Public �►\ * NOTARY PUBLIC STATE OF TEXAS �� ° F ' �` MY COMM. EXP..1/29/14 '• - • 1 THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Issued-for-Bidding 10 January 20/3 • CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80 Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001 (1 -a) with a local governmental entity and the person meets requirements under Section 176.006 (a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7 business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1. Name of person who has a business relationship with local governmental entity. 2. Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than 7 business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Name of a local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (I -a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes 1 No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government Officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each employment or business relationship with the local government officer named in this section. 4. Signature of person doing business with the governmental entity Date Issued-for-Bidding 11 January 2013 • CONTRACTOR'S QUALIFICATIONS To qualify to submit a proposal on this project, General Contractor shall submit a Contractor's Qualification Statement that demonstrates that the General Contractor has experience with the following criteria: • At least 5 similar projects completed within the last 10 years. • Similar projects are those with at least 5 acres of installed composite liner. Additionally, to qualify to submit a proposal on this project, the General Contractor shall subcontract a Geosynthetic Installer, and said Geosynthetic Installer shall submit a Geosynthetic Installer's Qualification Statement that demonstrates that the Geosynthetic Installer has experience in the following criteria: • At least 10 similar projects completed within the last 5 years. • Similar projects are those with at least 5 acres of installed composite liner. • Geosynthetic Installer must have installed at least 4,000,000 square feet of flexible membrane liner, 2,000,000 square feet of geocomposite, and 2,000,000 square feet of geosynthetic clay liner within the last 5 years. In the event the Geosynthetic Installer is submitting a bid as the General Contractor, then the Geosynthetic Installer is still required to have the experience criteria for a Geosynthetic Installer, as stated above. A "similar project" is defined as a composite liner construction project at a municipal solid waste landfill. The composite liner construction project shall have consisted of a mass excavation, geosynthetic clay liner, flexible membrane liner (FML.), underdrain and leachate collection systems (including geocomposite drainage layer, piping, aggregate, etc.), and soil protective cover. This Qualification Statement shall include a project description, Owner, project duration (including description of composite liner components), type of equipment used, contract price and contact person. Issuedfor- Bidding 12 January 2013 CONTRACTOR'S QUALIFICATION STATEMENT Project: City of Port Arthur Landfill, Cell 48 Liner and Drainage Improvements Note: If Bidder (i.e., General Contractor) intends to subcontract a geosynthetics installer, Bidder must include Subcontract Geosynthetic Install e Qualification Statement. Contractor /Sub- contractor: Z staii i s ff'V &g'"_. - � (circle one) Indicate One: _ Sole Proprietor _ Partnership _ Other //Corporation — Joint Venture Name: �Y Partner: Title: /e ! Gt *„ Title: Address i Ji' ` 71 3' Address: City: rifs/D City: State & Zip: 1 1 State & Zip: Phone: (1 7 Pi/ y '//D Phone: State and Date of Incorporation, Partnership, Ownership, Etc. /t ,e4 7- 29C Location of Principal Office: .5- , tZ J `T/%44'?I 7 6 JW Contact and Phone at Principal Office: , /pile d-�7 % , t/7iW Liability Insurance Provider and Limits of Coverage: Workers compensation Insurance Provider: fre /' /lleIi Alit Surety (Performance and Payment): / t Address: Mc r aG 11�� 4‘4,/ / OVA/ Contact and Phone: /gym 1/ or»,Th - - - 4 /97 - _7 - 7 3 Total Number of Employees to be Associated with this Job: Managerial Administrative / Professional Skilled 4 Semi - Skilled Other L : - 7 Percentage of Work to be Done by Bidder's Employees (Based on Dollars Bid � " Issued-for-Bidding 13 January 2013 BID BOND KNOW ALL BY THESE PRESENTS, That we, L.D. Kemp Excavating, Inc. of 5409 Denton Highway, Fort Worth, TX 76148 (hereinafter called the Principal), as Principal. and West American Insurance Company (hereinafter called the Surety), as Surety are held and firmly bound unto City of Port Arthur (hereinafter called the Obligee) in the penal sum of Five percent of the amount bid Dollars ($ - -5 % -- ) 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 Cell 4B Liner and Drainage Improvements 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. Signed and sealed this 22nd day of February , 2013 L. I. Kemp xcavating (Seal) �Principal Witness , tl • ' Title vae West American Insurance Company Witness By John W. Sc uler Attomey -in -Fact S•0053 /GEEF 10/99 , THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. Th;s For of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 5743832 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies "), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, John W. Schuler; Lanny W. Land; Tom Mulanax; Stephen R. Smith; Walter E. Benson, Jr.; Thomas X. Brewka all of the city of Austin , state of TX each individually if there be more than one named, its true and lawful attomey -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 1st day of December , 2012 � American Fire and Casualty Company o ) = f \a . . The Ohio Casualty Insurance Company y a a i Liberty Mutual Insurance Company w ,a t West American Insurance Company •- c d ,.. B 2 .0 C STATE OF WASHINGTON ss Gregory W. Davenport, Assistant Secretary co I- COUNTY OF KIN co C w On this 1st day of December , 2012 , before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American F O — a Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, > lA R execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. C W I > IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattl Washington, on the day and year first above written. ` 0 R .+ O Q M -13 , /h w u1 By: F�l_) p O as i KD Riley ,Not Public d 0 a c a , Th Power of Attorney is made and executed pursuant to and by authority of the following By -laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance re c , Y Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: t in Z ir; cis iv ARTICLE IV- OFFICERS - Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and sub p = L e to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, zp :II 8.c acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective :a E 4i powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so 8 Iv, executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey -in -fact under > the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. _ c) c ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, E > m and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys -in -fact, as may be necessary to act in behalf of the Company to make, execute, it N p '5 seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their E o? Z c> respective powers of attomey, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so O o executed such instruments shall be as binding as if signed by the president and attested by the secretary. v to O 1 Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such H r attorneys -in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. i 3 IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of ,(tl1 q -3. o 1 3 . : 3 d do/74 i `t David M. Carey Assistant Secretary LMS 12873 092012 -_.�,_. �-._ _ __ __ —_ -- -_. »__._..__ 33 of 100 r INVITATION TO BID CITY OF PORT ARTHUR LANDFILL CELL 48 LINER AND DRAINAGE IMPROVEMENTS (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you V11 be reinstated upon request. In the' g ent you desire not to submit a bid, we would appreciate your response regarding the reas ). Your assistance in completing and returning this form in an envelope marked wit 4 4 a enclosed bid would be appreciated. NO BID is submi : this time only not this commodity /service only Yes No Does your company provi% his product or services? Were the specifications clear ? ''" ,. Were the specifications too restric e? Does the City pay its bills on time? ;' , Do you desire to remain on the bid list fo "5 his product or service? Does your present work load permit additio ' 1 work? Comments /Other Suggestions: Company Name: Person Completing Form: lephone: Mailing Address: Ema cf.\ City, State, Zip Code: Date: Issued-for-Bidding 5 January 2013 r • CITY OF PORT ARTHUR LANDFILL, PERMIT NO. MSW -1815A CELL 48 LINER AND DRAINAGE IMPROVEMENTS CONSTRUCTION BIDDING DOCUMENTS AND SPECIFICATIONS ADDENDUM NO. 1- RECEIPT VERIFICATION Contractors and/or Subcontractors biddin g City on the C of Port Arthur Landfill, Permit No. . MSW - 1815A — Cell 48 Liner and Drainage Improvements are requested to verify with SCS Engineers that Addendum No. 1 to the Bidding Documents and Specifications was received. The Addendum No. 1 package contains the following revised pages /documents: Y Pre -Bid Conference Meeting Minutes, including meeting agenda and bidders attendance list (sign -in sheet) X Response to Contractor's Questions 1 ( Revision to the Bid Sheet Revision to the General Specifications Revision to Section 01025 — Measurement and Payment, Section 01052 — Layout of Work and Survey, and Section 11300 — Pumping Systems x Addition of Drawing No. 4A -C.6 — Top of Layer 2 Elevations, 5' Contour Interval Please check the items that were received above, and fill out the Contractor's information below. Additionally, fax or email this completed form back to SCS Engineers at 817 -571 -2188 or rkuntz @scsengineers.com, respectively, to the attention of Mr. Ryan Kuntz verifying receipt of the Addendum No. 1 package. Contractors shall also acknowledge receipt of Addendum No. 1 by including a copy of this receipt verification with their bid. Thank you for your interest in this project. L k ° ,uz - Name o Bidder (Contractor or Subcontractor) 44 I t Farl-d N a e of Repr tative 7 Signature ofXsentativsi l ... iq "I Date Received N PrnjmiskPiArIhuri162 I205R.01 Cd14I Lino' 1hsign. Permitting. & Ilid Sup \Task 4(+ -13id Scr- c Wdd !` 45 Lino' - Addendum Lducs I CITY OF PORT ARTHUR LANDFILL, PERMIT NO. MSW -1815A CELL 48 LINER AND DRAINAGE IMPROVEMENTS CONSTRUCTION BIDDING DOCUMENTS AND SPECIFICATIONS ADDENDUM NO. 2 - RECEIPT VERIFICATION Contractors and/or Subcontractors bidding on the City of Port Arthur Landfill, Permit No. MSW - 1815A — Cell 48 Liner and Drainage Improvements are requested to verify with SCS Engineers that Addendum No. 2 to the Bidding Documents and Specifications was received. The Addendum No. 2 package contains revisions to the General Specifications, page 34. Fill out the Contractor's information below, and fax or email this completed form back to SCS Engineers at 817 -571 -2188 or rkuntz@scsengineers.com, respectively, to the attention of Mr. Ryan Kuntz verifying receipt of the Addendum No. 2 package. Contractors shall also acknowledge receipt of Addendum No. 2 by including a copy of this receipt verification with their bid. Thank you for your interest in this project. L L< i'Y_ e--A -1/ 1 ,P4 mac Name of Bidder (Cont ctor or Subcon actor) N. e of R! rresentative j Signature of Re resentative _ , D ) 3 Date Received M:1ProjectsUkArthur1I621205R.01 Cell 4R Liner Design, Permitting, & Oki Support1Tank 46 - Did Scrvio .Add 21Cc1148 Liner - Addendum Ldocx L D /te//t, �.GGQ lfraar, 46, 5109 0eirtoir &. ft, km-d, Txas 877-287-1170 Landfill Industry Projects To Whom It Might Concern LD Kemp Excavating Inc. (contractor) certifies that the listed projects below have been completed under ownership of all equipment furnished and supervisory personnel. LD Kemp Excavating Inc. was acting as the General Contractor on these jobs. 1) City of Waco Waco, Tx Charles Dowdell 254 750 8060 $1,806,982.00 Cell/Rock Crushing Supr. Oscar Beltran 2)NTWD McKinney, Tx Bill Stafford 972 442 5409 $3,523,032.00 Cap /Seeding Supr. Hermino Beltran 3) IESI Buffalo Creek Iowa Park, Tx Merle Rodgers 940 592 5050 $327,051.00 Cell/ Clay Liner Supr. Oscar Beltran 4) City of Garland Rowlett,Tx Lonnie Banks 214 202 2382 $2,217,106 Cell/Liner construction Suprv. Hermino Beltran 5) IESI Turkey Creek Alvarado, TX Joseph Vicelli 817 632 4228 $615,879 Cell/Liner Suprv. Joe Flores 6) Abilene Environmental Abilene, Tx Roy Knowles 325 668 8327 $462,000 Cell/Liner construction Suprv. Oscar Beltran 7) Suez Energy Wise County Power Oscar Rich 940 374 9925 $900,000 Retention Pond/ Liner Suprv. Hermino Beltran 8) Caliche Canyon Lubbock,Tx Holley Holder 806 473 3526 $1,169,041 Cell/Liner construction Suprv. Hermino Beltran L D Kemp Excavating Inc. r Type(s) of Work to be Done by Bidder's or Sub - Contractor's Employees (examples: earthwork, geosynthetics, etc.) FprvO -6 a'4 Access to Tools and Equipment: Percent Owned /h) Percent Rented b Number of Years in Business as a Contractor on Above Types of Work: 1 -" e l Type(s) of Work to be Done by Sub - Contractors: Include Name, Address, and Phone Number of Sub - Contractor, Use Additional Sheets if needed. Type of Work Sub- Contractor L List your projects completed in the last five years, with informatio si ar to the type of work in bid. (Use Additional Sheets if Necessary) 1. Project: � Project Description: S l Project Supervisor. trai Owner /Agency: Year Built: Contract Price: Type of Equipment Used: Contact Person: Phone: Issued-for-Bidding 14 January 2013 2. Project: Project Description: Project Supervisor: Owner /Agency: / Year Built: Contract Price: Type of Equipment Used Contact Person: Pho e: 3. Project: / Project Description: J Project Supervisor: Owner /Agency: Year Built: Contract Price: Type of Equipment Used: Contact Person: Phone: 4. Project: Project Description: Project Supervisor: Owner /Agency: Year Built: Contract Price: Type of Equipment Used: Contact Person: Phone: Issued- for - Bidding 15 January 2013