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

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

ADDENDUM NO. 1 Page 1 of 7

Sample. Bid Proposal. Not Valid for Use

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

INVITATION TO BIDDERS. Solicitation No. CO-00157

PROPOSAL OF, a corporation. an individual doing business as

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

Dos Rios WRC Electrical System Improvements Project Phase 1 Solicitation Number: CO Job No.: ADDENDUM 1 August 31, 2016

For Reference Only - Not For The Purpose Of Bidding BP-1 PROPOSAL. PROPOSAL OF, a corporation a. partnership consisting of

ADDENDUM No. 1 August 14, 2018

LEON CREEK WATER RECYCLING CENTER INTERCONNECT TO THE SOUTHWEST BEXAR SEWER PIPELINE PROJECT Job No SAWS Solicitation No: B MF

BID PROPOSAL PROPOSAL OF, corporation, a partnership consisting of, an individual doing business as,

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Mainelli Wagner & Associates, Inc.

ADDENDUM NO. 1 NOVEMBER 8, 2016

General Water Bid Items Item No.

Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal.

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

Mainelli Wagner & Associates, Inc.

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR HIGH SERVICE PUMP REPAIR ADDENDUM 3

Masterson 24-Inch Water Main Extension Solicitation Number: CO Job No.: ADDENDUM 2 July 3, 2018

ADVERTISEMENT FOR BIDDERS

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of

REQUEST FOR COMPETITIVE SEALED PROPOSALS BADGER HIGH RESOLUTION WATER METERS AND ENCODERS

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

WYOMING DEPARTMENT OF TRANSPORTATION SUPPLEMENTARY SPECIFICATION FOR SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES AND TRAINING PROVISIONS

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

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

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

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

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

TO THE SAN ANTONIO WATER SYSTEM:

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF

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

San Antonio Water System ADDENDUM NO. 1

CITY OF MARSHALL, MINNESOTA

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 16, 2017

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

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

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

PUBLIC WORKS DEPARTMENT

ADVERTISEMENT FOR BIDS

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 11, 2017

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

Mainelli Wagner & Associates, Inc.

ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6

NORTHEAST ILLINOIS REGIONAL COMMUTER RAILROAD CORPORATION D/B/A METRA INVITATION FOR BIDS METRA IFB NO

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

PAWLEYS ISLAND TOWN HALL

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

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


DOCUMENT BID PROPOSAL

BID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

Addendum No. 1 Page 1 of 2

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

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

CHARLES COUNTY GOVERNMENT ITB NO MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS

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

GOREE ARCHITECTS, INC Bellaire Blvd., Suite 105 Bellaire, TX Tel (713)

TO THE SAN ANTONIO WATER SYSTEM:

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

ADDENDUM NO. 1. Bidders are hereby informed that the construction Plans and/or Specifications are modified as follows:

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE

ADDENDUM NO. 2 TO BID DOCUMENTS FOR 2014 SEWER LINING PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN

Job Order Sewer Repair Services

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

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

Cattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley, NY

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

A D D E N D U M N O. 1

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

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

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

TRAVELING FINE SCREEN - INSTALLATION

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

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

NOTICE TO BIDDERS FOR

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

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019

City of Eagle Point 2017 Paving Instruction to Bidders

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1

CONTRACTOR S PROPOSAL FISCAL YEAR STREET IMPROVEMENT PROJECT AND MAIN STREET BRIDGE REHABILITATION

Quick Guide Contract Compliance Requirements

Addendum No. 1 Page 1 of 1

Transcription:

TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions, and/or deletions are hereby made as part of the Contract Documents for the University Pump Station Improvements Project, for the San Antonio Water System, San Antonio, Texas, dated January 2014, as fully and completely as if the same were set forth therein. PART 1 - BIDDING AND CONTRACT DOCUMENTS 1. INVITATION FOR COMPETITIVE SEALED PROPOSALS: REMOVE AND REPLACE this section in its entirety with the revised version attached to this Addendum that provides for a mandatory site visit following the mandatory pre-proposal meeting. 2. PRICE PROPOSAL: REMOVE AND REPLACE the Price Proposal its entirety with the attached section. 3. SPECIAL CONDITIONS: A. ADD item SC-13: Contractor shall provide an armed security guard during all times that work is being performed on the site by Contractor or his subcontractors. The guard should be a commissioned guard from a SAWS Security approved security contractor. The Contractor Security for this project shall be made payable on Line Item 2 of the revised Price Proposal attached to this Addendum. B. ADD item SC-14: Special Construction Requirements: Should the Contractor have to remove any security fencing to facilitate the required work or the work of other Contractor s working in the area, Contractor shall have to temporarily re-fence and secure the site following the permanent fence detail as shown on the construction plans. The temporary fencing required for this project shall be made payable as a subsidiary to the project. C. ADD item SC-15: There shall be no changes to security equipment without written approval from SAWS Security Department. PART 2 TECHNICAL SPECIFICATIONS 1. SECTION 01130, PAYMENT PROCEDURES: REMOVE AND REPLACE this section in its entirety with the attached section. San Antonio River Outfall Pipeline, Project No. 1 Addendum No. 1 SAWS Job No. 11-2509 1

Appended hereto and part of Addendum No. 1 are: 1. INVITATION FOR COMPETITIVE SEALED PROPOSALS 2. PRICE PROPOSAL 3. SECTION 01130 PAYMENT PROCEDURES 4. CONTRACTOR QUESTION AND ANSWERS END OF ADDENDUM NO. 1 San Antonio River Outfall Pipeline, Project No. 1 Addendum No. 1 SAWS Job No. 11-2509 3

INVITATION FOR COMPETITIVE SEALED PROPOSALS Solicitation No.: B-14-002-DD Sealed proposals are requested by the San Antonio Water System for the construction of various improvements for the University Pump Station Improvements Project, SAWS Job No. 12-6002. The improvements include, but not limited to, the following: 1. Construction of a new ten (10) million gallon per day (MGD) high service pump to supplement the current pump capacity to the station. Work shall include, concrete foundation slab, piping, valves, flow meter and other related appurtenances. 2. Demolition of existing electrical building, electrical equipment, low and medium voltage wiring, SCADA controls, and other related appurtenances related to this work. 3. Construction of new electrical building to contain new and existing electrical equipment, MCC s, switchgear, power panels, security, SCADA controls and other related appurtenances. 4. Installation of monopole antenna tower for SAWS Information System (IS) communication system. 5. Replace existing electrical low and medium voltage wiring, CPS transformer, and other related electrical appurtenances. 6. Replace existing valves at various locations, two (2) vertical pump motors, and other related water appurtenances. 7. Construction of new concrete pavement driveway, automatic gate, frontage fence and gate replacement, site security, lighting, and other related appurtenances. To view additional project information, as well as obtain the plans and specifications for this project, visit our website located at www.saws.org and click on the Business Center. Then select Bidder, Consultant, and Vendor Registration, which is located on the left-hand side of the screen. Select the Register Now button and proceed with registration. For difficulties downloading plans and specifications, contact the Contracting Department at 210-233-3372. For questions regarding this solicitation, technical questions or additional information, please contact Diana W. Dwyer, Contract Administrator, in writing via email to: Diana.Dwyer@saws.org or by fax to (210) 233-5218 until 4:00 p.m. (CT) on March 7, 2014. Answers to the questions will be posted to the website by 4:00 p.m. (CT) on March 12, 2014 as a separate document or included as part of an addendum. A mandatory pre-proposal meeting will be held at 10:00 a.m. on February 28, 2014 at the San Antonio Water System s Customer Service Building, 1st floor, Conference Room 137, 2800 U.S. Hwy 281 North, San Antonio, Texas. Please be advised that under no circumstances shall any late or non-attendee(s) to the Mandatory Pre-Proposal Meeting be allowed to submit a Proposal for the project. Immediately following the pre-proposal meeting there will be a mandatory site visit. Sealed proposals will be received by the Contract Administration Division, 2800 U.S. Hwy 281 North, Customer Center Building, Suite 171, San Antonio, Texas 78212, until 2:00 p.m., March 18, 2014. Proposals will then be publicly opened and read aloud in Contract Administration, Suite 169, Customer Center Building, 2800 U.S. Hwy 281 North, San Antonio, Texas. This solicitation requires a Qualification Package, Good Faith Effort Plan, and Conflict of Interest Questionnaire, which should be included as part of the proposals and will become part of the construction documents. Each proposal must be accompanied by a cashier's check, certified check, or bid bond in an amount not less than five percent of the total price proposal. SAWS reserves the right to reject any and all proposals. TWDB 10/13 IV-1

This contract is contingent upon release of funds from the Texas Water Development Board. Any contract or contracts awarded under this Invitation for Bids (IFB) are expected to be funded in part by financial assistance from the Texas Water Development Board (TWDB). Neither the State of Texas nor any of its departments, agencies, or employees are or will be a party to this IFB or any resulting contract. Equal Opportunity in Employment All qualified applicants will receive consideration for employment without regard to race, color, religion, sex, age, handicap, or national origin. The contractor shall carry out applicable requirements of 40CFR Part 33 in the award and administration of contracts awarded under TWDB financial assistance agreements. Failure by the contractor to carry out these requirements is a material breach, which may result in the termination of the awarded financial assistance. This contract is subject to the Environmental Protection Agency s (EPA) fair share policy, which includes EPA-approved fair share goals for Minority Business Enterprise (MBE) and Women s Business Enterprise (WBE) firms in the Construction, Supplies, Equipment and Services procurement categories. EPA s policy requires that applicants and prime contractors make a good faith effort to award a fair share of contracts, subcontracts, and procurements to MBE and WBE firms. Although EPA s policy does not mandate that the fair share goals be achieved, it does require applicants and prime contractors to demonstrate use of the six affirmative steps. The current fair share goals for the State of Texas are as follows: MBE: CONSTRUCTION 12.94%; SUPPLIES 9.68%; SERVICES 10.84%; EQUIPMENT 7.12%. WBE: CONSTRUCTION 8.72%; SUPPLIES 9.34%; SERVICES 5.72%; EQUIPMENT 5.39%. All laborers and mechanics employed by contractors and subcontractors on projects funded directly by or assisted in whole or in part by and through the Clean Water Sate Revolving Funds (CWSRF) or Drinking Water State Revolving Fund (DWSRF) shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code. Pursuant to Reorganization Plan No. 14 and the Copeland Act, 40 U.S.C. 3145, the Department of Labor has issued regulations at 29 CFR parts 1, 3 and 5 to implement the Davis-Bacon and related Acts. Regulations in 29 CFR 5.5 instruct agencies concerning application of the standard Davis-Bacon contract clauses set forth in that section. All grants, cooperative agreements, and loans funded under the CWSRF and DWSRF shall include the standard Davis-Bacon contract clauses found in 29 CFR 5.5(a), which shall also be incorporated in any resultant covered contracts that are in excess of $2,000 for construction, alteration or repair (including painting and decorating). TWDB 10/13 IV-2

Job No. 12-6002 UNIVERSITY PUMP STATION IMPROVEMENTS PROJECT Solicitation No. B-14-002-DD PRICE PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individiual doing business as THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions and Invitations for Competitive Sealed Proposals, the undersigned proposes to furnish all labor and materials as specified and perform the work required for the construction of the UNIVERSITY PUMP STATION IMPROVEMENTS PROJECT, San Antonio Water System Job Number 12-6002 in accordance with the Plans and Specifications for the following prices, to wit: BID ITEMS ITEM ITEM DESCRIPTION NO. Price to be written in words) A (Unit UNIT ESTIMATED QUANTITY 1 Total amount for furnishing all labor materials, services, equipment, and appurtenances in conjunction with and incidental to all work (site work, general construction) for execution of the University Pump Station Improvements Project in conformance with the Project Documents, with the exception of those items specifically listed in other bid items. LS 1 Dollars BASE BID UNIT PRICES (FIGURES) $ TOTAL PRICE (FIGURES) $ 2 and Cents On-site security guard during performance of the work Dollars and Cents Allowance for City of San Antonio (COSA) building and tree LS 1 $ $ 3 permits. Thirty-Five Thousand Dollars LS 1 $35,000.00 $35,000.00 and no Cents Allowance for City Public Service (CPS Energy). 4 Eighty-Five Thousand Dollars LS 1 $85,000.00 $85,000.00 and no Cents 5 Allowance for Traffic Control. Twenty-Five Thousand Dollars LS 1 $25,000.00 $25,000.00 and no Cents LINE ITEM "A" SUBTOTAL BASE BID (Items 1-5) 100 Mobilization and Demobilization: This item includes project move-in and move-out of personnel and equipment, for work shall include furnishing all labor, materials, tools, equipment and incidentals required to mobilize, demobilize, bond and insure the Work for the UNIVERSITY PUMP STATION IMPROVEMENTS PROJECT, in accordance with the contract documents, complete in place. LS 1 $ $ Percent of the Line Item "A", Subtotal Base Bid written in words Percent (Maximum of 10% of Line Item "A" Subtotal Base Bid amount) MOBILIZATION SUBTOTAL (Item 100) PP-1 Addendum No. 1

Mobilization and Demobilization lump sum bid shall be limited to a maximum 10% of the Line Item "A" Subtotal Base Bid Amount. The Line Item "A" Subtotal Base Bid Amount is defined as all bid items EXCLUDING Item 100, Mobilization and Demobilization. In the event of a dsicrepancy between the written percentage and dollar amount shown for Mobilization and Demobilization bid item, the bid item's written percentage will govern. If the percentage written exceeds the allowable maximum stated for Mobilization and Demobilization, SAWS reserves the right to cap the amount at the percentage shown and adjust the extensions of the bid item accordingly. TOTAL BID AMOUNT (LINE ITEM "A", MOBILIZATION) DOLLARS AND CENTS $ RESPONDENT'S SIGNATURE & TITLE FIRM'S NAME (TYPE OR PRINT) FIRM'S ADDRESS FIRM'S PHONE NO./FAX NO. FIRM'S PHONE EMAIL ADDRESS The Contractor herein acknowledges receipt of the following: Addendum Nos. The Respondent offers to construct the Project in accordance with the Contract Documents for the contract price, and to final completion, as defined in the General Conditions, within 570 calendar days after the start date, as set forth in the Authorization to Proceed. The Respondent understands and accepts the provisions of the contract Documents relating to liquidated damages of the project if not completed on time. Complete the additional requirements of the Proposal which are included on the following pages. PP-2 Addendum No. 1

SECTION 01130 PAYMENT PROCEDURES 1.00 GENERAL 1.01 DESCRIPTION OF WORK A. This section defines the method that will be used to determine the quantities of Work performed or materials supplied and establish 1.02 PRICE PROPOSAL A. Required items of Work and incidentals necessary for the satisfactory completion of the Project shall be considered incidental to the specified Work required under this contract and shall be considered as included in the unit prices for the various price items. The Contractor shall prepare his price accordingly to allow for such items: 1. Not specifically listed in the price proposal form. 2. Not specified in this section to be measure or to be included in one of the items listed in the price proposal form. 3. To include Contractor s overhead and profit. B. Work includes the furnishing of all labor, materials, equipment, tools, and related items for performing all operations required to complete the Project satisfactorily in place, as specified by the contract documents. 1.03 RELATED WORK AND SPECIFICATIONS A. Section 01300 Submittal Procedures 1.04 BID PROPOSAL ITEMS - Bidder will complete the work for the following listed work items for the prices listed on the bid proposal: A. Item No. 1: Base Bid for University Pump Station Improvements 1. Description: a. Work items include: 1). Additional 10 MGD high service pump, including motor, piping, valves, appurtenances, slab, etc; 2). Replacement of the electrical switchgear system to be located in a new building; 3). Replacement of all existing low and medium voltage wiring; 4). Replacement of altitude valves, flow meters, and control valves; 5). Temporary Fencing 6). Other related facility and site improvements. b. Site improvements include: 1). New concrete access road and driveways; 2). New security fence with gates; University Pump Station Improvements SAWS Job No. 12-6002 01130-1 Payment Procedures

3). New site lighting; and 4). Site Grading 5). All appurtenances miscellaneous improvements for a complete in-place facility. 2. Measurement Measurement of Item No. 1 will be by lump sum. 3. Payment of the full lump sum price shall be paid for the work performed and in accordance with the Schedule of Values. Payment shall constitute full compensation to the CONTRACTOR for furnishing all: labor, equipment, tools, and materials; mobilization and demobilization; and for performing all operations required to furnish to the Owner the project, complete in place, as specified and as indicated on the Contract Drawings and Specifications. B. Item No. 2: On-site Security Guard during Performance of the work 1. Description: This item includes all costs to provide an on-site security guard during performance of the work in accordance with Special Conditions, Item SC-13. 2. Measurement Measurement of Item No. 2 will be by lump sum. 3. Payment of the full lump sum price shall be paid for the work. C. Item No. 3: City of San Antonio Building and Tree Permit Allowance 1. Description This item shall be an allowance for fees associated with acquiring building and tree permits from the City of San Antonio. This allowance shall reimburse Contractor for the direct cost for all fees incurred in obtaining the permits form the City of San Antonio. Any unused portion of the allowance will be credited to the Owner by a deductible change order. Fees associated with additional inspections due to Contractor error shall not be paid under this allowance and are the responsibility of the Contractor. 2. Measurement Measurement for item no. 3 will by lump sum and shall not exceed $35,000.00. 3. Payment of the lump sum price shall be paid for the work. Payment shall constitute full compensation to the Contractor for obtaining all necessary permits for the Project. Contractor shall provide permit receipts to SAWS for reimbursement. D. Item No. 4: CPS Energy Allowance 1. Description This item shall be an allowance for any fees from CPS Energy associated with the connection and disconnection of electrical power at the University Pump Station. This allowance shall reimburse Contractor for the direct cost for all fees imposed by CPS Energy. Any unused portion of the allowance will be credited to the Owner by a deductible change order. Fees associated with additional connections and disconnections of electrical power due to Contractor error shall not be paid under this allowance and are the responsibility of the Contractor. 2. Measurement Measurement for item no. 4 will be by lump sum and shall not exceed $85,000.00. 3. Payment of the lump sum price shall be paid for the work. Payment shall constitute full compensation to the Contractor. Contractor shall provide permit receipts to SAWS for reimbursement. University Pump Station Improvements SAWS Job No. 12-6002 01130-2 Payment Procedures

E. Item No. 5: Traffic Control Allowance 1. Description This item shall be an allowance for any Traffic Control required for the construction of the University Pump Station. This allowance shall reimburse Contractor for the direct cost for traffic control. Any unused portion of the allowance will be credited to the Owner by a deductible change order. 2. Measurement Measurement for item no. 5 will be lump sum and shall not exceed $25,000.00. 3. Payment of the lump sum price shall be paid for the work. Payment shall constitute full compensation to the Contractor. 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION (NOT APPLICABLE) END OF SECTION University Pump Station Improvements SAWS Job No. 12-6002 01130-3 Payment Procedures