PROJECT MANUAL BID DOCUMENT 95% REVIEW CHECKLIST PROJECT BID NO EPWU PEM. CONSULTANT SUBMITTED ON / / as a 95% (A) original

Similar documents
SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.

ADDENDUM No. 2. ITB No WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING

CAMP BULLIS ROAD 12-INCH WATER MAIN PROJECT Solicitation No.: CO RA Addendum 2 July 22 nd 2016

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents

SECTION BID FORM. Garfield Street Drainage Improvements

RFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

2. Clarification: The building address is 801 Henderson Street.

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

Attached please find the revised Plan Sheet C3 Proposed Conditions Plan.

GILA RIVER INDIAN COMMUNITY GEORGE WEBB VILLAGE SUBDIVISION INFRASTRUCTURE IFB # ADDENDUM NO. 2 September 14, 2011

BID PHASE GUIDELINES

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

SECTION BID FORM

Job Order Sewer Repair Services

ADDENDUM NO. 1 NOVEMBER 8, 2016

CONSTRUCTION DOCUMENTS Part 1

DOCUMENT BID FORM. Village of Middle Point

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

Questions and Answers Project RFQ Bond Program Management Services

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient...

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2

SECTION MEASUREMENT AND PAYMENT

REQUEST FOR PROPOSAL TO PROVIDE DESIGN AND BUILD SERVICES FOR THE RE-ROOF OF THE PUBLIC LIBRARY / SAM FOX MUSEUM DUE MARCH 2, 2013

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

ADVERTISEMENT FOR BIDDERS

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

SECTION MEASUREMENT AND PAYMENT

ADDENDUM #1. for the. Physical Security (Phase II), #31336 Bid #G San Jose City College

ADDENDUM 2 KODIAK ISLAND BOROUGH CHINIAK TSUNAMI CENTER AND LIBRARY Kodiak, AK

Main Building Auditorium

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

REQUEST FOR SEALED BIDS No

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.


Both envelopes must have the following information in the lower left hand corner:

THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK 242 SOUTH SIXTH AVENUE, HIGHLAND PARK, NJ PHONE (732)

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

EL PASO WATER - PUBLIC SERVICE BOARD REQUEST FOR SUBMITTALS RFS June 27, 2017

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

DOCUMENT POST BID INTERVIEW

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT

ADDENDUM No. 1 August 14, 2018

CONTRACT SPECIFICATIONS FOR

CITY OF VENICE PROCUREMENT- FINANCE DEPARTMENT 401 W. VENICE AVE. - ROOM # 204 VENICE, FL (941) FAX (941) ADDENDUM NO.

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

DEAN + TYLER + BURNS ARCHITECTURE

Newport News Public Schools

CHARLES COUNTY GOVERNMENT ITB NO WATER & SEWER LINE REPAIR, REPLACEMENT, AND CONSTRUCTION SERVICES

ADDENDUM NO. 1. GOODWYN, MILLS AND CAWOOD, INC st Avenue South Suite 100 Birmingham, Alabama Ph: Fax:

INVITATION FOR BID (IFB):

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

COST LOADED CONSTRUCTION SCHEDULES PART 1 - GENERAL

TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL

WINDOW REPLACEMENT FOR ARCHITECT'S NO NORWOOD ELEMENTARY SCHOOL. A. Project Name: Window Replacement for Norwood Elementary School.

INVITATION TO BID NUMBER ITB/DA-17/18-36 REBID STORM WATER IMPROVEMENTS AT THE PLANT CITY STATE FARMERS MARKET

We will need to keep a minimum of 6-0 wide pathway.

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

EL PASO WATER - PUBLIC SERVICE BOARD REQUEST FOR SUBMITTALS RFS February 5, 2019

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION

SPRR TUPELO ST. R UNION CITY BLVD. ZON PADRE PASEO DEEP CREEK ROAD ARDENWOOD COYOTE HILLS REGIONAL PARK PROJECT LIMITS PATTERSON RANCH ROAD BLVD. COMM

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

Addendum No. 1 Page 1 of 2

Construction Contract Basics

1. Instructions to Bidders AIA Document A701, 1997 Section of the above referenced IFB is hereby amended and restated as follows:

CHAPTER 3: DESIGN. TN Higher Education Designers Manual October 2018 Page 1 of 12

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form.

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

DOCUMENT BID PROPOSAL

ADDENDUM No. 2. ITB No GEDDES DAM GATE RECOATING AND REPAIRS. Bids Due: Tuesday, February 26, 2019 at 2:00 P.M. (Local Time)

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for CONSTRUCTION SERVICES RFP - GICC GATEWAY CENTER ARENA ADDENDUM No 1 OWNER S BID PROPOSAL FORM

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO

IMMEDIATE RESPONSE REQUESTED

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

CCU Engineering Specifications. Section PIPE REMOVAL, DISPOSAL, ALTERATION, MODIFICATION OR PIPE ABANDONMENT

FACILITIES MANAGEMENT

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

EXHIBIT A SCOPE OF SERVICES FOR. FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES

SACRAMENTO AREA SEWER DISTRICT FREEPORT SEPTIC CONVERSION PROJECT CONTRACT NO NOTICE TO CONTRACTORS

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

Scope of Work Bid Package C-4 - West Polished Concrete

NOTICE TO BIDDERS FOR

Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA TMWA Capital Project No.: October 3, 2018

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

Denton Boulevard Paving

Transcription:

PROJECT BID NO EPWU PEM CONSULTANT SUBMITTED ON / / as a 95% (A) original RESUBMITTED ON / / as a 95% (B) revision 1.0 FRONT COVER 1.1 1.2 1.3 1.4 Title begins with location key words, otherwise with program/project description Check Bid No. is same on interior cover sheet, table of contents, informal notice, bid form (00300-1) Public Service Board members are current as of / /2002: Gilbert Moreno Jr., P.E., Chair Dr. Elaine M. Barron, Vice Chair Martin Silva, Secretary-Treasurer Fermin Acosta, Jr., Assistant Secretary-Treasurer Mayor Raymond C. Caballero, member. This is the 1st 95% submittal. Depending on extent of errors/omissions found by owner and requiring revisions, if returned to Consultant, this version shall be designated as a less than 95% version, and when resubmitted, shall be construed as a 95%B version (not 100%). 1.5 Cover sheet is stamped "95% Review Copy", otherwise: 1.6 If original 95% submittal to owner was returned to consultant due to extensive revisions required or missing data, this secondary submittal shall be considered a 95%B version and so stamped on the cover sheet. Only 1.4 or 1.6 shall be marked YES at any one time. 2.0 INTERNAL COVER SHEET Matches front cover information 3.0 TABLE OF CONTENTS 3.1 3.2 3.3 Part A (front end) Bidding Requirements, Contract Forms, & Gen Conditions: All Sections shown are inserted herewith and accounted for. Exceptions: Section,, are not included for reasons noted:. To be inserted by (date) Part B (back end) Technical Specs are inserted after the front end documents and accounted for. Exceptions: Division,, are not included for reasons noted:. To be inserted by (date) Technical Spec Division Numbers identified in Table of Contents match those shown in Section 00500 Article 7.8 4.0 INFORMAL NOTICE (00010) & INVITATION TO BID (00020) reviewchklist95%.xls 1 May 15, 2002

4.1 4.2 4.3 4.4 Informal Notice AND Invitation to Bid templates as issued or revised by EPWU Contracts office are the most current. Verified Bid Date and Time. Standard times are 10:00 a.m. and 2:00 p.m. If different, contact PEM and Purchasing Office for verification. Date from that originally obtained from Purchasing Manager has changed and is shown current Time from that originally obtained from Purchasing Manager has changed and is shown current 4.5 Bid Date & Time match those shown on Invitation to Bid (00020-1) 4.6 Pre-Bid (not Pre-Addendum) Conference is is not mandatory & accordingly Indicated in the Informal Notice. If mandatory, this paragraph contains verbage that "failure to attend the prebid conference will result in disqualification of Bidder's Bid ". 4.7 4.8 The Pre-Bid Conference Date, Time, & Location are exactly repeated in the Informal Notice (00010-1), in the Invitation to Bid (00020-1), and in the Instruction to Bidders section 00100 entitled "Prebid Conference". The cost for a set of Contract Documents as shown has been confirmed with the Purchasing Manager. 5.0 INSTRUCTIONS TO BIDDERS (00100) 5.1 Instructions to Bidders template (entire section) as issued or revised by EPWU Contracts office is the most current. 5.2 Minimum Project Specific Criteria is inserted in Item 3 of Section 00100 5.2.1 5.2.2 5.2.3 5.2.4 5.2.5 5.3 Minimum Project Specific Criteria has been reviewed and approved by either CTO or COO as a minimum Minimum Project Specific Criteria has been optionally reviewed and approved by the PAM or Contracts Mgr Key Personnel (functional titles for each as deemed necessary for this project) are called out as one of the items under Project Specific Criteria If there is intent to award to 2 separate contractors (proposals A & B), indicate criteria applicable to proposal A separate from proposal B, and separate for the two combined (see General Criteria based on dollar value). See checklist item 6.7 below. (Consider the impact to Section 500 milestones, description of work, completion due dates, etc.) Consultant takes note of checklist items 5.2 and 5.2.3 above as related to requirements outlined in the Qualification and Financial Disclosure Statement at the back end of Section 00100 item 3 "Experience" Subitems 3.7 and 3.6 respectively as a mandatory Post-Bid / Pre-award submittal. Bid Security paragraph item no. in Section 00100: It was confirmed with Owner that a BONUS will will not be available to Contractor for expediting delivery of fully compliant documents. If yes, dollar values are indicated. reviewchklist95%.xls 2 May 15, 2002

6.0 BID FORM (00300) 6.1 6.2 6.3 6.4 Bid Form template (entire section) as issued or revised by EPWU Contracts office is the most current. Unit Price Schedule: The estimated quantity UNITS match the units called out in WORDS under the Brief Description of Item column. The item description for Insurance, Bonds, Mobilization / Demobilization indicates "not to exceed 5 percent of Total Bid" Trench Safety is shown as a separate bid item. There is a corresponding Measurement and Payment description for this item in the Technical Specifications Division 1 General Requirements section (see checklist items 14.2.1 and 14.3.3 below) 6.5 6.6 6.7 TOTAL PRICE is preceded by wording that describes which items in the proposal constitute the total price, I.e. "for items 1 through 20", or "for a combination Bid containing both Lump Sum and Unit Prices". For base bid plus alternates, wording is inserted to describe which items or combination of base bid with alternates will constitute the LOW BID. TOTAL PRICE in WORDS is called out along with numeric $ total next to it. Proposal is composed of two parts A and B (or other non-standard form). The method to be used to evaluate / award the bid(s) is described at the end of the Bid Proposal section. Said method is also described in Section 00100 Item 16 Award of Contract, and summarized in Section 00020 Invitation to Bid. See checklist item 5.2.4 above. 6.8 Breakdown of Cost for Materials & Cost for Labor is called out 6.9 Work to be completed in days is called out and matches the same call out in Section 00500 Article 3 Contract Time for Final Completion. 6.10 Following Section 00300, inserted are forms for 1) Certificate of Insurance Availability, 2) Representation by Local Bonding Agent, 3) Minority Certification and Participation Summary, sample MWBE solicitation letter 7.0 STANDARD FORM OF AGREEMENT (00500) 7.1 Standard Form of Agreement... template (entire section) as issued or revised by EPWU Contracts office is the most current. 7.2 Article 1 Work - Project name matches cover sheet 7.2.1 Description of Work matches same shown in 00100 7.2.2 Bid Alternates are being considered and are described in this Work section. This same info is shown in sections 00010 Informal Notice, and 00020 Invitation to Bid. 7.3 Article 3 Contract Time - Liquidated Damages: 7.3.1 Substantial Completion calendar days have been inserted in Article 3 Contract Time Paragraph 3.1 reviewchklist95%.xls 3 May 15, 2002

7.3.2 7.3.3 7.4 Final Completion calendar days have been inserted in Article 3 Contract Time Paragraph 3.1. Number of days matches Item 5 of the Bid Form Section 00300. Matches Technical Spec Section entitled "Contract Time" Liquidated Damages are shown for each corresponding (intermediate) milestone indicated along with its corresponding description. Liquidated Damages for Substantial & Final Completion are also shown in this paragraph (refer to Section 00810 SC 12.4 for repeat of this info). See checklist item 12.4 below. Article 7 Contract Documents paragraph 7.8 - Division Nos. match table of contents Technical Spec section 7.4.1 Article 7 Paragraph 7.9 - Project name matches cover page information 7.5 Contract Submittal Checklist follows end of Section 00500 7.6 Texas Comptroller of Public Accounts "sample" follows 7.7 7.7.1 If NPDES Permit required (see checklist item 12.6 below), copies of NOI (EPA form 3510-9 two shts) and NOT (EPA form 3510-7 two shts) are inserted in back of Section 00500. Payment for NPDES activities is called out in the Measurement and Payment section of the Tech Specs, specifically for Bid Item No. entitled. NPDES construction requirements are included in a bid item under site work, pipe installation, or other facility work, and is so noted in its respective description of Measurement and Payment (Division 1 General Requirements of the Tech Specs). 8.0 PERFORMANCE BOND (00610) - 1 page form is inserted 9.0 PAYMENT BOND (00630) - 1 page form is inserted 10.0 CERTIFICATE OF INSURANCE (00650) - 1 page form is inserted 11.0 GENERAL CONDITIONS (00700) - complete set back to back printed is inserted 12.0 SUPPLEMENTARY GENERAL CONDITIONS (00810) 12.1 Supplementary General Conditions template (entire section) as issued or revised by EPWU Contracts office is the most current. Particular attention has been given to "NOTES TO SPECIFIER" found in template in Procedures Manual (Tab 5) Special Conditions, in addressing key areas of concern. reviewchklist95%.xls 4 May 15, 2002

12.2 12.3 12.4 12.5 12.6 12.7 12.8 12.8.1 12.9 12.10 Article 4 - SC 4.2 - Geotechnical Report for this project is correctly referenced and dated. Engineer's office address is correctly shown where report is available. Article 12 - SC 6.20.5 - Trench Safety System is required in this project. The general requirements are stated in this section, and further expanded under Division 2 Site Work: Trench Excavation System of the Tech Specs. See also Checklist item 14.3.3 below. Article 12 - SC 12.4 - The Liquidated Damages amounts for both Substantial Completion and Final Completion are correctly inserted. If applicable, amounts for intermediate milestones are also shown. All milestones in this section match those indicated in Section 00500 Article 3 item 3.2 (see checklist item 7.3.3 above) Article 17 - MISCELLANEOUS - This section may contain numerous special conditions specific to this project. Consultant has insured that the intent and description all items under this Article do not conflict with similar or identical items described in the Technical Specifications of the Project Manual. Typical items that should appear under this Article are regards to: Construction adjacent to High Voltage Lines, Gas lines, NPDES, EPWID#1 Dewatering Permit et.al., PCBs, Railroad Permit requirements (with attached permit at end of section 00810), Railroad Liability Insurance, Contractor payment of Overtime Inspection, City Engineering Requirements, Wage Rates special requirements (copies of rates in Section 00840). For specific wording on specific items above, contact PEM, PAM, Contracts Manager. Article 17 SC 17.8 NPDES - Permit is is not required and is so indicated in this paragraph. New Phase II Rules will be in effect prior to March 1, 2003 and Owner will issue modified guidelines to Consultant. See checklist item 7.7 above. Article 17 SC 17. OVERTIME INSPECTION - standard verbage is included by EPWU. However, additional requirements including the $cost per hour is indicated in the Tech Specs as well as a paragraph for Nightime, Weekend, & Holiday Work. Article 17 SC 17. - EPWID #1 Dewatering Permit is is not required. If so, standard EPWU verbage is indicated in this section. Two separate costs are associated with Dewatering. 1) Permit costs are due to EPWID#1 by Contractor before start of dewatering. This cost is included in the bid item(s) for installation of pipe or other facility. There is no separate bid item for this permit activity. 2) There is a bid item (or otherwise included in installation of pipe or other facility) for the physical dewatering required using equipment and other means & methods. Both 1 and 2 costs above are clearly stated in the Measurement and Payment section of the Tech Specs. See checklist item 15.7 below. Article 17 SC 17. ADD'l REQUIREMENTS CITY OF EL PASO ENGINEERING DEPT. Addresses Subdivision Design Standards, Traffic Control, Storm Water, Grading Permits, et. Al. Application for Payment Forms CM 11343A and CM 11343B are attached following section 00810 12.11 "Required Worker's Compensation Coverage" sheet is inserted 12.12 Texas Workers' Compensation Commission - 5 sheets back to back inserted reviewchklist95%.xls 5 May 15, 2002

13.0 WAGE RATES (00840) 13.1 13.2 13.3 13.4 Most current Prevailing Wage Rates dated October 10, 1995 for Highway Construction are inserted. It has been determined by the Consultant that rate schedule is applicable to this type of project. 3 sheets. Most current Prevailing Wage Rates as adopted by City Council on March 5, 1999 for Building Construction Trades are inserted. It has been determined by the Consultant that rate schedule is applicable to this type of project. 1 sheet. This is a agency funded project requiring the use of Davis Bacon Wage Rate schedules. In lieu of City Wage schedules indicated in 13.1 and 13.2 above, the most current version of the Davis Bacon schedules have been inserted dated / /. sheet(s). Article 17 SC 17. - Consultant has added verbage explaining which aspects of the project require use of the Heavy and Highway versus the Building Scale. Required for complex building or treatment plant projects. Reference NOTE TO SPECIFIER Section 00810 SC 6.14.3 in Procedures Manual (Tab 5) template issued by EPWU Contracts Office as revised 05/21/01. 14.0 TECHNICAL SPECIFICATIONS 14.1 Table of Contents is inserted. Content matches front end Table of Contents. 14.2 DIVISION 1 - GENERAL REQUIREMENTS 14.2.1 14.2.2 As a minimum, where applicable, Includes Summary of Work, Existing Utilities, Working Hours, Contract Time (match section 00500 Article 3), Work Sequence (miliestones), Submittals, Measurement & Payment (describes detail description of bid items), Construction Schedule, Video Tape, Testing Services (refer to EPWU standard wording), Water for Construction (EPWU standard meter wording), Traffic Control, Restoration, As built Drawings, If section on "Environmental Controls" is used in this Division, indicate that NPDES will or will not be applicable on this project. If not applicable, there may still be wording on erosion and water controls as a general requirement. 14.3 DIVISION 2 - SITE WORK 14.3.1 Fill materials are adequately called out by class and makeup 14.3.2 Backfill compaction requirements are sufficiently stated 14.3.3 14.3.4 Trench Excavation Safety System requirements (EPWU standard) are included. OSHA regulations are attached. Part 1 General requirements are reiterated in Section 00810 SC 6.20.5. All other requirements (methods, safety program, inspection) are described in this Division 2 of the Technical Specs. City of El Paso Roadway Construction Standards are attached if applicable reviewchklist95%.xls 6 May 15, 2002

14.4 DIVISION 5 - METALS 14.4.1 Manhole Frames and Covers are called out 14.5 DIVISION 9 - FINISHES 14.4.2 Coating Systems are industry and EPWU standards 14.6 DIVISION 15 - MECHANICAL 14.6.1 EPWU standards for Pipe, Valves, and appurtenances are called out 14.7 ELECTRICAL 14.7.1 Controls, Instrumentation, Power requirements, Cathodic Protection, monitored devices and Equipment are called out. EPWU operations and engineering personnel have reviewed these requirements. 15.0 MISCELLANEOUS REQUIREMENTS 15.1 This project involves special funding. All funding agency requirements have been discussed with the PEM and the Contracts Manager, and have been incorporated herewith. 15.2 Project Summary Statement is attached herewith 15.3 15.4 15.5 15.6 Final Engineer's Opinion of Probable Cost is attached herewith. Quantities in Section 00300 Bid Form match the quantities in Engineer's Estimate. Units of measurement match. Liquidated Damages support letter for substantial and final completion, and any intermediate milestones if applicable, is attached. This project may require exclusive contractors to bid the project, Consultant has coordinated with PEM and Purchasing Manager a list of qualified contractors. Consultant has assured himself that other bid activities do not conflict with this project to receive sufficient interest to bid. An updated revised Bid Schedule & Construction Milestones (form PM 7820) accompanies the 95% submittal (Procedures Manual task 7.8.2). 15.7 Copy of EPWID #1 response for dewatering permit is attached at 95% submittal. Consultant previously provided standard form letter addressed to this agency for EPWU signature and was forwarded by the PEM. If not yet available, indicate expected date of receipt: / /. Otherwise, indicate if License form is already with EPWU Legal Office for final process yes no. See checklist item 12.8.1 above. reviewchklist95%.xls 7 May 15, 2002

15.8 Consultant acknowledges that he has addressed all comments or revisions generated at the 60% (or other as agreed to) review meeting with the Owner, either by incorporation into the Bid documents, or by dismissal with explanation to the PEM on issues/concerns not agreed to. All EPWU Operations requests were properly documented, and said requests were either incorporated yes no. If not, a memo of explanation was provided to PEM on why not incorporated. Consultant hereby certifies that the this checklist has been utilized for Quality Control review of the Project Manual. All items applicable to this project have been reviewed and checked to conform with EPWU's Bid Document requirements and administrative policies. Signature of Consultant's Engineer of Record: Date: / / I have reviewed / discussed content with Consultant: PEM Initials: Date: / / reviewchklist95%.xls 8 May 15, 2002