multiple sewershed package 7a - san antonio water system

28
SAN ANTONIO WATER SYSTEM MULTIPLE SEWERSHED PACKAGE 7A | ADDENDUM 2 1 of 5 MULTIPLE SEWERSHED PACKAGE 7A Solicitation Number: CO–00217 SAWS Sewer Job No.: 17–4559 ADDENDUM 2 July 19, 2019 To Bidder of Record: This addendum, applicable to work referenced above, is an amendment to the bidding documents and as such will be a part of and included in the Contract Documents. Acknowledge receipt of this addendum by entering the Addendum number and issue date on the space provided in submitted copies of the proposal. MODIFICATIONS TO SPECIFICATIONS 1. The estimated cost for this project has changed to $5,600,0000, which is also now reflected on SAWS website at the following: https://apps.saws.org/Business_Center/Contractsol/Drill.cfm?id=3551&View=Yes 2. Insert attached Right of Entry Agreement with Bexar County into Appendix B. 3. Insert attached Right of Entry Agreement with Roland T. Cantu into Appendix B. 4. Remove and replace the Special Conditions in entirety with the revised version attached to this Addendum. Section SC2.5 has been added for access and work requirements within Bexar County Property (Pletz Park). Section SC2.6 has been added for access and work requirements within the Roland Cantu Property (Texoma Project Site). MODIFICATIONS TO PLANS 1. Plan sheet 23 – Replace sheet dated 6/27/19 with attached sheet dated 7/17/19. 2. Plan sheet 28 – Replace sheet dated 6/27/19 with attached sheet dated 7/17/19. 3. Plan sheet 29 – Replace sheet dated 6/27/19 with attached sheet dated 7/17/19.

Upload: others

Post on 14-Feb-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System

 

SAN ANTONIO WATER SYSTEM  MULTIPLE SEWERSHED PACKAGE 7A | ADDENDUM 2   1 of 5 

   

MULTIPLE SEWERSHED PACKAGE 7A Solicitation Number: CO–00217 SAWS Sewer Job No.: 17–4559 

 ADDENDUM 2 July 19, 2019 

 To Bidder of Record:  This addendum, applicable to work referenced above, is an amendment to the bidding documents and as such will be a part of and included in the Contract Documents. Acknowledge receipt of this addendum by entering the Addendum number and issue date on the space provided in submitted copies of the proposal.   

MODIFICATIONS TO SPECIFICATIONS 

  

1. The estimated cost for this project has changed to $5,600,0000, which is also now reflected on SAWS website at the following:  https://apps.saws.org/Business_Center/Contractsol/Drill.cfm?id=3551&View=Yes 

 

2. Insert attached Right of Entry Agreement with Bexar County into Appendix B.  

3. Insert attached Right of Entry Agreement with Roland T. Cantu into Appendix B.  

4. Remove and replace the Special Conditions in entirety with the revised version attached to this Addendum. Section SC2.5 has been added for access and work requirements within Bexar County Property (Pletz Park). Section SC2.6 has been added for access and work requirements within the Roland Cantu Property (Texoma Project Site). 

 

MODIFICATIONS TO PLANS 

 1. Plan sheet 23 – Replace sheet dated 6/27/19 with attached sheet dated 7/17/19. 2. Plan sheet 28 – Replace sheet dated 6/27/19 with attached sheet dated 7/17/19. 3. Plan sheet 29 – Replace sheet dated 6/27/19 with attached sheet dated 7/17/19. 

      

Page 2: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System

 

SAN ANTONIO WATER SYSTEM  MULTIPLE SEWERSHED PACKAGE 7A | ADDENDUM 2   2 of 5 

   

RESPONSES TO QUESTIONS 

 1. Is it the intention of SAWS for the contractor reinstate all laterals by remote (if necessary) and 

then excavate to make a new Inserta Tee connection to the CIPP?  

Answer: Yes, laterals that are specified to be replaced are to be reinstated by remote device temporarily after CIPP lining and then permanent connection to be made by open cut with Inserta‐Tees.  See Special Provisions to Technical Specifications, Section M. Revisions to Standard Specification Item No. 1109 Sanitary Sewer Lateral Stub Outs or Reconnections.  2. Will gasket cutting/removal or light root removal be a paid task as an obstruction removal by 

remote?  

Answer: No, gasket removal and fine root removal will not be paid for separately.  See Special Provisions to Technical Specifications, Sections L. Revision to Standard Specification Item No. 1103 Point Repairs and Obstruction Removals.   3. If heavy roots (those having a detrimental effect on the finished CIPP) must be removed, then 

will the “obstruction removal by remote device” item apply?  

Answer: Yes, per Special Provisions to Technical Specifications, Sections L. Revision to Standard Specification Item No. 1103 Point Repairs and Obstruction Removals, roots balls and other roots not identified as fine roots will be paid for under obstruction removal item.  4. Is the Concrete Riprap item intended to be used for all “stabilized construction entrances” task? 

If no, then where is the Riprap to be used?  

Answer: No, Concrete Riprap item is not to be used for stabilized construction entrances. Concrete riprap replacement will be necessary for reconstruction of MH No. 56302 and 47994 at the  Industrial Center Site.  5. Will the “Flexible Base Compacted 6” Install and Removed” pay item apply to all areas 

designated on the plans as “Flexible Base Access Path”? Will the same pay item apply if required for an Asphalt Base prior be paving?  

Answer: “Flexible Base Compacted in Place (6”) ‐ Install and Remove” item is intended for areas outside of existing pavement where contractor may need to install (and remove) a temporary road to access areas where work is to be performed.  This item is not to be used for repairs to existing roadways/pavements; separate pay items for roadway/pavement repairs are included in the bid documents.  6. Can trees that do not have a Level 2B designation be removed or trimmed, if necessary, at the 

contractor’s expense without consequence?  

Page 3: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System

 

SAN ANTONIO WATER SYSTEM  MULTIPLE SEWERSHED PACKAGE 7A | ADDENDUM 2   3 of 5 

Answer: Contractor will need to coordinate, schedule meeting and obtain approval for any tree removals or trimming with the City of San Antonio Arborist prior to removal or trimming of any trees in accordance with the tree permit and submit approval to SAWS.    7. Will the Hydromulch item apply when needed for access path restoration? 

 Answer: Yes, access path areas outside of existing pavement are to be restored with topsoil and hydromulch as necessary.  8. Is the 8” water main relocation pay item to be used for the Riddle St. water main relocation? 

 Answer: Yes, the water main relocation required for Riddle Street will be paid for under the following items:   Item 818 – 8” PVC Water Main (0’‐6’ depth)   Item 828 – 8” Gate Valve   Item 836 – Pipe Fittings (All Sizes and Types)   Item 840 – 8” Water Tie‐In   Item 841 – Hydrostatic Testing   Item 844 – 2” Blowoff, Temporary   Item 3000 – Removal, Transportation, and Handling Asbestos Cement Pipe  

Please note that Item 530.1 Barricades, Signs and Traffic Handling – Riddle Street, and Item 550 Trench Excavation Safety Protection will also apply to the water main relocation work.  

    See sheet C‐22 of plans for water main relocation details.    9. Can the driveway pay item be used for restoring a driveway that must be cut to route bypass? 

 Answer: All driveway restoration due to bypass are considered subsidiary to the bypass and will not be paid for separately.  10. The total value of the CIPP items will not surpass the 40% self‐perform threshold. Other support 

components on CIPP projects, such as Clean/TV, Obstruction Removal, Point Repairs and Bypass Pumping are routinely performed by subcontractors, including paving, when required. Will SAWS waive the 40% self‐perform on this CIPP project which would then permit truly qualified CIPP installers to bid as Prime, if the wish to do so?  

Answer: No, this requirement is not waived.  11. The wording on the Statement of Bidder’s Experience should be changed to allow the qualified 

Bidder or it’s qualified Subcontractor to install the CIPP as is worded on the Statement of Experience for the Bypass provider. A qualified CIPP installer (Subcontractor or Prime) that has always been approved by SAWS on past CIPP projects, all diameters, should not be discriminated against or arbitrarily excluded from participating just because they’re not a Prime bidder. Furthermore, the current wording prevents a truly qualified CIPP installer from teaming with a truly qualified Prime civil construction contractor that does not happen to install CIPP in house. The current wording is biased to a select few contractors.  

Page 4: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System

 

SAN ANTONIO WATER SYSTEM  MULTIPLE SEWERSHED PACKAGE 7A | ADDENDUM 2   4 of 5 

 Answer: As this project consists solely of sewer rehabilitation by CIPP for larger diameter pipes, the experience requirements shall not be changed.   12. If a 24” MH ring/cover needs to be replaced, then can it be replaced with a new ring/cover that 

is the same size?  

Answer: Yes, 24” MH ring and covers can be replaced with same size ring and cover unless manhole reconstruction is specified. For manholes to be reconstructed the ring and cover shall be upgraded to a 30‐inch opening per SAWS standard specification 855 Reconstruction of Existing Manholes.  13. Onslow Site: Why is MH 31243 being designated for Reconstruction? 

 Answer: MH 31243 is being designated for reconstruction because of the condition of the manhole and for potential liner insertion point.    14. On the Texoma site, is it SAWS intent to temporarily or permanently “plug” the 24” cross pipe? 

 Answer: The intent is to temporarily plug the 24‐inch cross pipe on the Texoma site. The plug shall be removed after construction is complete.  15. On the Texoma site, can the 48” be diverted at any time into the parallel 66”? 

 Answer: The parallel 66‐inch main does not have excess capacity so flows cannot be diverted into the parallel 66‐inch main.  16. On Industrial Center, can MH 937839 be used as a suction MH and then reconstructed instead of 

installing a Doghouse MH?  

Answer: The Contractor will be required to submit a sealed Bypass Pumping Plan in accordance with the requirements in specification 864‐S2 Bypass Pumping (Large Diameter Sanitary Sewers). In that Bypass Pumping Plan, the Contractor can propose an alternate suction point which may include MH 937839. Please not that MH 937839 is shallow.  17. Will the Owner/Engineer please provide the budget for this project? 

 Answer: See Item 1 under “Modifications to Specifications” above.   18. Will the Owner/Engineer please provide any previous itemized bid tabulations for projects of 

similar scope?  

Answer: Itemized bid tabulations for previous similar projects are available on the SAWS Business Center website.  19. Will the Owner/Engineer please provide a copy of the current plan holders list? 

 Answer: The current plan holder’s list is readily available on this project’s solicitation website.  

Page 5: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System

7/18/2019

Page 6: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System
Page 7: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System
Page 8: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System
Page 9: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System
Page 10: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System
Page 11: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System
Page 12: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System
Page 13: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System
Page 14: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System
Page 15: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System
Page 16: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System
Page 17: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System
Page 18: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System
Page 19: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System

Multiple Sewershed Package 7A Addendum No. 2   

  Special Conditions    

SC-1

SC1.0 - SCOPE OF WORK

The San Antonio Water System is soliciting bids for the purpose of retaining a Contractor to perform the rehabilitation of existing sanitary sewer pipelines using cured-in-place pipe (CIPP) construction method, to include replacement or reconnection of associated existing sanitary sewer services and replacement or rehabilitation of existing manholes.

A project location is a group of pipeline segments as defined in the project plans. There are eight (8) project locations, Industrial Center, Salado Creek Greenway (Pletz Park), F Street, Onslow Drive, Baity Court, E. Houston Street (Willow Springs Golf Course), Riddle Street, Texoma Drive. All quantities are estimated in the proposal, and it is the intent of the proposal and quantities to establish a fixed unit price for various line items to be paid to the Contractor by SAWS during the term of the contract. No change in the unit price will be made, regardless of the actual quantity of the item of work performed during the term of the contract. Some of the work involved in the project may require but is not limited to relocation, installation, replacement, or removal of existing potable water mains, sidewalks, driveways, concrete curbs, wheelchair ramps, topsoil, sodding, concrete steps, signs, and concrete or asphalt replacement.

SC2.0 - PROJECT REQUIREMENTS

Contractor shall submit with their bids a baseline project schedule identifying the order in which the project locations will be completed.

Additional SAWS projects may be ongoing within the vicinity of the Project locations of Baity Court and Onslow Drive. In addition SAWS is pursuing acquisition of Right of Entry (ROE) for construction for the Salem Radio Property located at the Industrial Center project location. These Project locations may be required to be completed after all other Project locations have been completed and accepted by SAWS.

Contractor shall submit a completion report to SAWS when construction is completed. The completion report shall include but not be limited to the following:

Pre and post MPEG-1 format and written to CD/DVD video and video logs. Any test and/or submittals specified in this contract documents such as

density tests, structural properties, etc. that are required.

Page 20: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System

Multiple Sewershed Package 7A Addendum No. 2   

  Special Conditions    

SC-2

SC2.1 - PERFORMANCE TIME

A project location is a group of pipeline segments as defined in the project plans. The table below shows the project locations as identified in the design plans, contract documents, easement(s) and ROE agreements. The Contractor shall submit and maintain throughout construction, a detailed construction baseline schedule showing sequence of work, to clearly identify the project location construction activities.

Location

No. (1) Project Location Scope Segment(s)/

COMPKEYS Permit(s) Special Coordination

1 Texoma Drive CIPP Rehab

993426 CoSA Tree CoSA Arborist

2 Salado Creek Greenway (Pletz

Park)

CIPP Rehab

998968 CoSA Tree Permit CoSA Arborist, CoSA Parks, Bexar County

Parks 3 F Street CIPP

Rehab 1060707 1060359 1060360

CoSA ROW, CoSA Tree CoSA Arborist, CoSA ROW, Gates Elementary,

San Antonio ISD Transportation and Routes

Depts. 4 1Onslow Drive CIPP

Rehab 989028 CoSA ROW, CoSA Tree CoSA Arborist, CoSA

ROW, CoSA Parks 5 1Baity Court CIPP

Rehab 984467 983913 995101

CoSA ROW, CoSA Tree CoSA Arborist, CoSA ROW

6 E. Houston Street (Willow Springs

Golf Course)

CIPP Rehab

999068 CoSA ROW, CoSA Tree CoSA Arborist, CoSA ROW, CoSA Parks,

Alamo City Golf Course (through Willow Springs

Golf Course) 7 Riddle Street CIPP

Rehab 984208 CoSA ROW, CoSA Tree CoSA Arborist, CoSA

ROW 8 2Industrial Center CIPP

Rehab 998888 998889 2383529 1005665 996531

CoSA Tree, CoSA Floodplain Development

CoSA Arborist, Follow ROE information (Salem

Radio Properties)

Notes: 1 Project location may have other SAWS projects occurring within the vicinity. Contractor to coordinate with SAWS and

incorporate into baseline schedule accordingly. 2 Project location that has outstanding Right of Entry for Construction. Contractor may need to start this project location

last and incorporate into baseline schedule accordingly.

Page 21: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System

Multiple Sewershed Package 7A Addendum No. 2   

  Special Conditions    

SC-3

The Contractor shall not work on more than two (2) project locations concurrently without written approval from SAWS Inspections. Contractor shall not commence any work until applicable permits are obtained. Copies of these permits shall be kept on site at all times, readily available. Contractor shall always abide by the permitting entities’ requirements. Contractor shall provide at least 14 day written advance notice to SAWS prior to commencing activities at a different project location.

Final completion of the project, all project locations, shall be achieved in 365 calendar days from the Notice to Proceed issuance date.

Project substantial completion can be achieved when the SAWS Inspector and Engineer confirm all the sanitary sewer pipeline and manhole work (replacement, installation, rehabilitation, reconstruction, etc.) has been completed, tested and the sewer system has been accepted for service. The Contractor shall address all Substantial Completion walkthrough punch-list items. As part of the Final Completion the Contractor shall submit final redlines drawings to the Engineer within 30 days of Substantial Completion date.

SAWS reserve the right to limit the number of active locations if the contractor fails to restore the project sites.

Final completion shall be achieved when the SAWS Inspector, Engineer, and other pertaining entities confirm punch-list items have been completed and permit(s) can be closed.

SC2.2 - PERMITS:

SAWS has obtained Utility Installation Request/ROW permits from TxDOT in accordance with the project contract documents. Note that permits expire on by the 90th calendar day from date of issuance and may be amended by SAWS for one additional 90-day period (180 calendar days total). Contractor shall provide written notification to SAWS at least 48 working days before the permit expires. If a permit extends beyond the 180 calendar days or expires prior to Contractor notifying of renewal request, the permit must be resubmitted to TxDOT by SAWS. TxDOT has up to 30 calendar days for review. Contractor shall provide notification to SAWS 45 calendar days prior to desired start date for new permits or expiration of permit that has already been amended so that SAWS may resubmit the permit request to TxDOT. Contractor shall bear delays in construction time and costs incurred for not providing the required advance notice to SAWS prior to the permit expiring. Delays resulting in liquidated damage fees shall also be borne by the Contractor.

Page 22: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System

Multiple Sewershed Package 7A Addendum No. 2   

  Special Conditions    

SC-4

SAWS has also obtained all applicable Floodplain Development Permit(s) and CoSA Tree Permit(s) from City of San Antonio. Contractor is responsible for all other required permits per the General Conditions. This includes applying and paying CoSA street cut and TxDOT driveway cuts permits.

SC2.3 - ACCESS:

Access to project locations are defined in the design plans, contract documents, ROE exhibits. The Contractor shall carefully review these documents and shall closely coordinate with landowners and their tenants. The Contractor shall bear full responsibility for all actions, damages or impacts of their actions, whether intentionally or not, in or around the project location(s), including correcting said actions at their sole expense. Contractor shall refer to ROEs for additional requirements. Contractor is required to coordinate with the Willow Springs Golf Course for activities taking place at the E. Houston Street project site.

SAWS is pursuing acquisition of Right of Entry (ROE) for construction for the Salem Radio Property (see attached ROE Exhibit), for use by Contractor, reference parcel ID# 500288. This ROE agreement may not be available for the Contractor until after construction Notice to Proceed (NTP) has been given. Contractor shall plan accordingly and include this project site last within Contractor’s baseline schedule.

SC2.4 - CONSTRUCTION ACCESS AND STAGING AREA:

The Contractor shall stake the edges of the Right-of-Entry area(s) (both sides) and easement (s) as indicated in the drawings. Right of Entries for Construction have been obtained by SAWS for several properties within this project. Contractor shall comply with all requirements of each Right of Entry for Construction Agreement and consider schedule limitations that may be specific to certain sites and/or properties. See executed Right of Entry Agreements in the Appendix of these project documents. Contractor shall schedule their work for each site/property accordingly to complete the overall project within the Contract Time.

Page 23: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System

Multiple Sewershed Package 7A Addendum No. 2   

  Special Conditions    

SC-5

SC2.5 – WORK AND ACCESS WITHIN BEXAR COUNTY PROPERTY:

The Contractor shall be aware and abide by the following special conditions for work and access within Bexar County Property (Pletz Park):

1. There shall be no equipment or material staging in the Park at any time;

2. No road closures will be granted;

3. Cables and wood guard bollards keeping vehicles from the trail can be removed temporarily during construction activities but must be replaced every day before the contractor leaves for the workday;

4. The Park will be closed during heavy rains;

5. If after hours or nighttime work is necessary (as approved by SAWS), the Contractor must ensure that the Park gate remains closed at all times after 6:00 p.m.;

6. From November to March, the park gate will close daily at 6:00 p.m. and from April to October, the Park gate will close at 8:00 p.m.;

SC2.6 – WORK AND ACCESS WITHIN ROLAND AND MARY CANTU PROPERTY:

The Contractor shall be aware and abide by the following special conditions for work and access within the Roland and Mary Cantu Property (Texoma Project Site):

1. The construction contractor shall provide notice by phone to the Owner, Mr. Roland Cantu, (210) 260-5960, at least 48 hours in advance of accessing the easement and work area on the Roland Cantu property for construction, site assessments, by-pass pumping operations, and access by ingress/egress.

2. During construction of the Multiple Sewershed Package 7A Project, the construction contractor will coordinate with the property owner via phone at (210) 260-5960, to keep the property owner apprised of the general level of construction activity in the vicinity of the SAWS easement and to address concerns of the property owner that may arise.

3. Following completion of Multiple Sewershed Package 7A Project activities on the property, the contractor shall restore any damaged property, including but not limited to the paved driveway/access road and roadside vegetation, to a condition equal or better than the existing or make good such injury or damage in a manner acceptable to SAWS and property owner (with no separate payment for this work).

4. During construction, by-pass pumping operations, site assessments, ingress/egress, and anytime SAWS representatives or contractor accesses or leaves the property, gates must be closed at all times, including closing and locking gates immediately after each passage.

Page 24: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System

Multiple Sewershed Package 7A Addendum No. 2   

  Special Conditions    

SC-6

SC3.0 - SPECIFICATIONS

All work performed shall be in accordance with the Contract Documents and the current San Antonio Water System Specifications for Water and Sanitary Sewer Construction, these Special Conditions, the current Texas Department of Transportation Standard Specification for Construction of Highways, Streets, and Bridges, the current City of San Antonio Standard Specifications for Public Work Construction, City of San Antonio Utility Excavation Criterial Manual, or specifications and requirements of any other governing jurisdiction that may apply.

SC4.0 - CONSENT DECREE NOTICE PROVISION

The San Antonio Water System (“SAWS”), the United States of America and the State of Texas have entered into a Consent Decree in Civil Action No. 5:13-cv-00666- DAE, United States of America and State of Texas v. San Antonio Water System, in the United States District Court for the Western District of Texas, San Antonio Division (the “Consent Decree”). A copy of the Consent Decree is available at http://www.saws.org/Infrastructure/EPA/download.cfm

Work performed pursuant to this contract is work that SAWS is required to perform pursuant to the terms of the Consent Decree. In the event of any conflict between the terms and provisions of this Consent Decree Notice Provision and any other terms and provisions of this Contract or the Contract Documents, the terms and provisions of this Consent Decree Notice Provision shall prevail.

A. Retention of documents.

Contractor shall retain and preserve all non-identical copies of all documents, reports, research, analytical or other data, records or other information of any kind or character (including documents, records, or other information in electronic form including, but not limited to e-mails) in its or its sub-contractors’ or agents’ possession or control, or that come into its or its sub- contractors’ or agents’ possession or control, and that relate in any manner to this contract, or the performance of any work described

in this contract (the “Information”). This retention requirement shall apply regardless of any contrary corporate or institutional policy or procedure or legal requirement. Contractor, Contractor’s sub-contractors and agents shall retain and shall not destroy any of the Information until such time as Contractor has received written approval from the General Counsel of SAWS that the Information or any part of the Information may be destroyed. Contractor shall, within 30 days after receipt of a written request by SAWS, deliver the Information to SAWS. Contractor

Page 25: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System

Multiple Sewershed Package 7A Addendum No. 2   

  Special Conditions    

SC-7

shall instruct and require its agents and sub-contractors performing any part of the work described in this contract to comply with the requirements of this paragraph.

B. Notification of events that may cause delay.

If any event occurs that may delay performance by Contractor, or Contractor’s agents or sub-contractors of any work or obligation of any kind under this contract, Contractor shall provide notice in accordance with the Notice Provisions of this contract to SAWS within two (2) business days of the date Contractor or Contractor’s agents or sub-contractors first knew that the event might cause a delay. Contractor shall provide a written explanation and description of the reasons for the delay, the anticipated duration of the delay, all actions taken or to be taken to prevent or minimize the delay, and a schedule for implementation of any measures to be taken to prevent or mitigate the delay or the effect of the delay. TIME IS OF THE ESSENCE in the performance of the requirements of this paragraph and of any work to be performed by the Contractor in this contract.

C. Liability for stipulated penalties.

The Consent Decree provides that the United States of America, the United States Environmental Protection Agency and the State of Texas may assess stipulated penalties against SAWS upon the occurrence of certain events. To the extent that Contractor or Contractor’s agents or sub-contractors cause or contribute to, in whole or in part, the assessment of any stipulated penalty against SAWS, Contractor agrees that it shall pay to SAWS the full amount of any stipulated penalty assessed against and paid by SAWS that is caused or contributed to in whole or in part by any action, failure to act, or failure to act within the time required by any provision of this contract. Contractor shall also pay to SAWS all costs, attorney fees, expert witness fees and all other fees and expenses incurred by SAWS in connection with the assessment or payment of any such stipulated penalties, or in contesting the assessment or payment of any such stipulated penalties. In addition to any and all other remedies to which SAWS may be entitled at law or in equity, Contractor expressly authorizes SAWS to withhold all amounts assessed and paid as stipulated penalties, and all associated costs, fees, or expenses from any amount unpaid to Contractor under the terms of this contract, or from any retainage provided in the contract.

- END -

Page 26: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System

30 & E IRR PT OF TR E

NCB 12117 BLK LOT TR

2901 E LOOP 410

PROPERTIES INC

SALEM RADIO

ESM'T)

(VARI WIDTH DRAINAGE

SUBDIVISION), LOT 901

NCB 12117 (SCAR

E LOOP 410

SCAR INC

30" S

A

30" S

A

30" S

A30" S

A

30" S

A

30" S

A

30" S

A

30" S

A

30" S

A

30" SA

30" SA

30" SA

30" SA

30" SA

30" SA

30" SA

DESIGNED BY:

PROJECT NO.:

DATE:

OF

NO. REVISIONDATE BY

DRAWN BY:

CHECKED BY:

COPYRIGHT:

SHEET TITLE

1 2 3 4 5 6

D

E

SCALE:

02196053.0000

SHEET

C

B

A

ARCADIS U.S., INC.

FIRM REGISTRATION NUMBER: F-533

WATER SYSTEM

SAN ANTONIO

10001 Reunion PlaceSuite 404San Antonio, Texas 78216P - 210.491.2391 F - 512.338.1784

TBPE Firm #6535 www.kfriese.com

LEGEND

AS SHOWN

92

0 50' 100'

HORIZONTAL SCALE

CONCEPUTAL BYPASS LINE

PROPERTY LINE

SANITARY SEWER MANHOLE

EXIST SANITARY SEWER

PROP SANITARY SEWER

JOB NO. 17-4559

PACKAGE 7A PROJECT

MULTIPLE SEWERSHED

FEBRUARY 2019

100% SUBMITTAL

07/17/19

109721

CHRISTOPHER BOENTGES

23

INDUSTRIAL CENTER

998889, 988888

1005665, 2383529,

SEGMENT 996531,

PLAN 2 OF 2

BYPASS PUMPING

BP-02

APPARENT ROW

SE

E S

HE

ET 2

2 O

F 9

2M

AT

CH LIN

E A

7/16/2019 ADDENDUM # 2 CB

BEITEL CREEK

IH LOOP 410 WBFR

MH ID# 413396

MH ID# 45779

MH ID# 59911

100-YEAR FLOODPLAINVOL. 5491, PG 912SEWER EASEMENT 25' SANITARY

VOL. 5491, PG 917EASEMENT (0.430 ACRES) 25' SANITARY SEWER

PLAT VOL. 7700, PG 56EASEMENT AS SHOWN IN 25' SANITARY SEWER

VOL. 7700, PGS 55-5620' ACCESS EASEMENT

MH ID# 937839

+INV ELEV = 706.40' +TOP ELEV = 725.00'

DOGHOUSE SUCTION MH (NSPI)PROP 5' DIA WATERTIGHT

EASEMENT VOL. 7700, PG 5616' SANITARY SEWER

PLAN PER SPECIFICATION 864-S1 AND 864-S2.PHASING SHOWN IS CONCEPUTAL. CONTRACTOR IS RESPONSIBLE FOR PREPARING BYPASS PUMPING MAINTAIN TRAFFIC THROUGH INTERSECTIONS AND ACCESS TO DRIVEWAYS. BYPASS ROUTE AND PORTIONS OF BYPASS PIPING WILL REQUIRE ROAD RAMPS OR NEED TO BE BURIED IN ORDER TO 3.

OF CONSTRUCTION. CONTRACTOR MUST FIELD VERIFY ALL DEPTHS, DISTANCES, PIPE SIZES, AND GRADES BEFORE START 2.

NOTIFICATION OF THE PIPE INSTALLATION. C. NOTIFICATION OF BYPASS PUMPING SETUP OPERATIONS. B. NOTIFICATION OF PRE-TELEVISION INSPECTION. A.

ANY OF THE FOLLOWING ACTIVITES TAKE PLACE:CONTRACTOR MUST NOTIFY AND/OR CONTACT SAWS INSPECTION AT 210-233-3500 48 HOURS BEFORE 1.

GENERAL SEWER NOTES:

2

2

Page 27: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System

IRRG 370 FT OF 5 NCB 10575 BLK LOT E 3635 BELGIUM LN

CITY OF SAN ANTONIO

IRRG 439.45 FT OF 5

NCB 10575 BLK LOT N

1411 PICARDIE DR

BEXAR COUNTY

14" S

A

14" S

A

14" S

A

14" S

A

14" S

A

14" S

A

36" SA

36" SA

30" SA

30" SA

36" SA 36" SA 36" SA 36" SA

36" SA 36" SA 36" SA 36" SA

36" SA 36" SA 36" SA

36" SA 36" SA

48" S

A

48" S

A

48" S

A

48" S

A

42" S

A

42" S

A

42" S

A42" S

A

36" S

A

36" S

A

78" S

A

78" S

A

DESIGNED BY:

PROJECT NO.:

DATE:

OF

NO. REVISIONDATE BY

DRAWN BY:

CHECKED BY:

COPYRIGHT:

SHEET TITLE

1 2 3 4 5 6

D

E

SCALE:

02196053.0000

SHEET

C

B

A

ARCADIS U.S., INC.

FIRM REGISTRATION NUMBER: F-533

WATER SYSTEM

SAN ANTONIO

10001 Reunion PlaceSuite 404San Antonio, Texas 78216P - 210.491.2391 F - 512.338.1784

TBPE Firm #6535 www.kfriese.com

LEGEND

AS SHOWN

92

0 50' 100'

HORIZONTAL SCALE

CONCEPUTAL BYPASS LINE

PROPERTY LINE

SANITARY SEWER MANHOLE

EXIST SANITARY SEWER

PROP SANITARY SEWER

JOB NO. 17-4559

PACKAGE 7A PROJECT

MULTIPLE SEWERSHED

FEBRUARY 2019

100% SUBMITTAL

07/17/19

109721

CHRISTOPHER BOENTGES

28

GREENWAY

SALADO CREEK

SEGMENT 998968

PLAN 1 OF 2

BYPASS PUMPING

NCB 10583 BLK LOT F

1415 CREEKVIEW DR

VAN DYKE

ANNE R & RICHARD A

13.43 AC

NCB 10583 BLK LOT J

1375 CREEKVIEW DR

DOUGLAS M JONES

295.2 FT OF 5 OR P-101

IRR 329.28 FT OF E IRR

NCB 10575 BLK LOT NW

BEXAR COUNTY

AC TOTAL AC 13.296

7.712 AC & P-2A 5.584

IRR 152.53 FT OF TR-9

NCB 10574 BLK LOT NE

BEXAR COUNTY

NCB 14386 BLK 2 LOT 14

BLVD

3807 WILLOWWOOD

REGINA WILLIAMS

NCB 14386 BLK 2 LOT 13

BLVD

3811 WILLOWWOOD

RUTH E MCCLEDON

NCB 14386 BLK 2 LOT 12

BLVD

3814 WILLOWWOOD

RICHARDSON

ERNESTINE B

NCB 14386 BLK 2 LOT 11

BLVD

3810 WILLOWWOOD

JACKSON

HARVEY G & ADA

BP-03

SE

E S

HE

ET 2

9 O

F 9

2M

AT

CH LIN

E A

7/17/2019 ADDENDUM # 2 CB

PLETZ COUNTY PARK ENTRANCE ROAD

TR

AIL

WA

Y

CO

SA P

AR

KS

PLETZ COUNTY PARK ENTRANCE ROAD

SALA

DO C

REEK

SALADO CREEK

100-YEAR FLOODPLAIN

MH ID# 48937

MH ID# 48938VOL. 4119, PG 455EASEMENT10' SANITARY SEWER

VOL. 2857, PG 143EASEMENT25' SANITARY SEWER

(ABANDONED)EXISTING 14" SIPHON

MH ID# 479618

PLAN PER SPECIFICATION 864-S1 AND 864-S2.PHASING SHOWN IS CONCEPUTAL. CONTRACTOR IS RESPONSIBLE FOR PREPARING BYPASS PUMPING MAINTAIN TRAFFIC THROUGH INTERSECTIONS AND ACCESS TO DRIVEWAYS. BYPASS ROUTE AND PORTIONS OF BYPASS PIPING WILL REQUIRE ROAD RAMPS OR NEED TO BE BURIED IN ORDER TO 3.

OF CONSTRUCTION. CONTRACTOR MUST FIELD VERIFY ALL DEPTHS, DISTANCES, PIPE SIZES, AND GRADES BEFORE START 2.

NOTIFICATION OF THE PIPE INSTALLATION. C. NOTIFICATION OF BYPASS PUMPING SETUP OPERATIONS. B. NOTIFICATION OF PRE-TELEVISION INSPECTION. A.

ANY OF THE FOLLOWING ACTIVITES TAKE PLACE:CONTRACTOR MUST NOTIFY AND/OR CONTACT SAWS INSPECTION AT 210-233-3500 48 HOURS BEFORE 1.

GENERAL SEWER NOTES:

2

MH ID# 48949

MH ID# 547657

SHEET)NOTE 1, THIS (REFER TO MH ID# 49293

2

2

+INV ELEV = 616.3 +TOP ELEV = 633.5

SUCTION MH (NSPI)NEW 5' DIA WATERTIGHT

REQUIREMENTSFOR COSA PARKS TRAIL (NSPI), SEE SHEET G-05 ACROSS COSA TRAIL TRENCH BYPASS PIPING

Page 28: MULTIPLE SEWERSHED PACKAGE 7A - San Antonio Water System

NCB 10575 BLK LOT 8C

3835 BELGIUM LN

CITY OF SAN ANTONIO

36" SA

36" SA

36" SA

48" S

A

48" S

A

48" S

A

48" S

A

42" S

A42" S

A36" S

A

42" S

A

42" S

A

36" S

A

78" SA

78" SA

78" SA

DESIGNED BY:

PROJECT NO.:

DATE:

OF

NO. REVISIONDATE BY

DRAWN BY:

CHECKED BY:

COPYRIGHT:

SHEET TITLE

1 2 3 4 5 6

D

E

SCALE:

02196053.0000

SHEET

C

B

A

ARCADIS U.S., INC.

FIRM REGISTRATION NUMBER: F-533

WATER SYSTEM

SAN ANTONIO

10001 Reunion PlaceSuite 404San Antonio, Texas 78216P - 210.491.2391 F - 512.338.1784

TBPE Firm #6535 www.kfriese.com

LEGEND

AS SHOWN

92

0 50' 100'

HORIZONTAL SCALE

CONCEPUTAL BYPASS LINE

PROPERTY LINE

SANITARY SEWER MANHOLE

EXIST SANITARY SEWER

PROP SANITARY SEWER

JOB NO. 17-4559

PACKAGE 7A PROJECT

MULTIPLE SEWERSHED

FEBRUARY 2019

100% SUBMITTAL

07/17/19

109721

CHRISTOPHER BOENTGES

GREENWAY

SALADO CREEK

SEGMENT 998968

PLAN 2 OF 2

BYPASS PUMPING

29

NCB 10575 BLK LOT 8C

3835 BELGIUM LN

CITY OF SAN ANTONIO

NCB 10575 BLK LOT 8C

3835 BELGIUM LN

CITY OF SAN ANTONIO

& 2 & EIRR PT OF 3

EXC PT OF N 5FT STRIP

NCB 10579 BLK LOT 1

1027 CREEKVIEW DR

CAROL SUE CALBERG

527.22 FT OF 3

IRR 217 FT OF 3 IRR

NCB 10579 BLK LOT S

CREEKVIEW DR

INVESTMENTS INC

DECISIVE CAPITAL

NCB 12202 BLK LOT TR A

1223 CREEKVIEW

JJBREIT LLC

NCB 10575 BLK LOT 8C

3835 BELGIUM LN

CITY OF SAN ANTONIO

BP-04

SE

E S

HE

ET 2

8 O

F 9

2M

AT

CH LIN

E A

7/17/2019 ADDENDUM # 2 CB

COSA TRAIL

PLETZ COUNTY PARK ENTRANCE ROAD

COSA

PARKS T

RAI

LWAY

SALADO

CREEK

100-YEAR FLOODPLAIN

MH ID# 479646

VOL. 6127, PG 912EASEMENT50' SANITARY SEWER

VOL. 4119, PG 455EASEMENT10' SANITARY SEWER

VOL. 2857, PG 143EASEMENT25' SANITARY SEWER

INV ELEV = 613.89' TOP ELEV = 625.25'MH ID# 4796458' DIA DISCHARGE

INV ELEV = 615.09'TOP ELEV = 627.51'ID# 4796505' DIA SUCTION MH

MH ID# 479651

ID # 479621STRUCTURE

ID # 479644STRUCTURE

PLAN PER SPECIFICATION 864-S1 AND 864-S2.PHASING SHOWN IS CONCEPUTAL. CONTRACTOR IS RESPONSIBLE FOR PREPARING BYPASS PUMPING MAINTAIN TRAFFIC THROUGH INTERSECTIONS AND ACCESS TO DRIVEWAYS. BYPASS ROUTE AND PORTIONS OF BYPASS PIPING WILL REQUIRE ROAD RAMPS OR NEED TO BE BURIED IN ORDER TO 3.

OF CONSTRUCTION. CONTRACTOR MUST FIELD VERIFY ALL DEPTHS, DISTANCES, PIPE SIZES, AND GRADES BEFORE START 2.

NOTIFICATION OF THE PIPE INSTALLATION. C. NOTIFICATION OF BYPASS PUMPING SETUP OPERATIONS. B. NOTIFICATION OF PRE-TELEVISION INSPECTION. A.

ANY OF THE FOLLOWING ACTIVITES TAKE PLACE:CONTRACTOR MUST NOTIFY AND/OR CONTACT SAWS INSPECTION AT 210-233-3500 48 HOURS BEFORE 1.

GENERAL SEWER NOTES:

2

2

2

REQUIREMENTS FOR COSA PARKS TRAIL (NSPI), SEE SHEET G-05 ACROSS COSA TRAIL TRENCH BYPASS PIPING