Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2025-141 - 7/15/2025 - Approved
�s CONTRACT DOCUMENTS FOR CONSTRUCTION OF DEAAG NAS-CC WASTEWATER & MANHOLES REPLACEMENT PROJECT NUMBER 23085 0 H U a 'y'-'CORPORA1Fo 1852 zc2,-& 0 N 7M �- HAN Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, TX 78411 CONFORMED TBPELS Engineering Firm No. F-417 * *�� �....:........... ............. MICHELLE�ALVAREZ�./ CONTRACT DOCUMENTS �i�������•149245�� & SPECIFICATIONS ���o�••�!�cNsE°• ASSEMBLED 06/16/2025ss�o ����c'`;— Record Drawing Number SAN 588 J S/2025 Table of Contents 00 01 00- 1 DEAAG NASCC Wastewater&Manholes Replacement#23085 Rev 1/2022 00 91 01 ADDENDUM NUMBER 1 DEAAG NAS-CC Wastewater Line& Manhole Project: Replacement Project Number: Owner: City of Corpus Christi 23085 City Engineer: J.H. Edmonds, P.E. Engineering Services Hanson Professional Designer: Michelle Alvarez, P.E. Services Addendum No. 1 Specification Section: 00 9101 Issue Date: 05/28/2025 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: Michelle Alvarez, P.E. 05/28/2025 Name Date Addendum Items: Clarifications: .�EOF TF %%J CivCast Questions&Answers ;b�P..••• •..�.��1�) Modifications: P...'......................:.*.. Drawings ) Revised Legend Sheet, Quantities Sheet, Plan & y M HELLE•ALVAREt••� Profile Sheets,Added Storm Detail. Bid Documents ( � 1492 Revised: Bid Form,Table of Contents; Measurement& 0,�:•.4/CFNgE�,:' Payment;Alternates&Allowances; Well Pointing, ��FS jo'A`��,��?.: Dewatering, &Disposal Specification; Appendix 4(NAS-CC Exhibit of Environmental IR Sites) I Added:Appendix 8 (SUE Data Reports) &Appendix 9 (Approximate Wastewater 5/o/tcas Flows) Attachments: Hanson Professional Services Inc. Bid Form (Attachment#1),Table of Contents(Attachment TBPELS Engineering F-417 #2), Measurement& Payment(Attachment#3),Alternates &Allowances(Attachment#4),Well Pointing, Dewatering & Disposal (Attachment#5),Appendix 4: NAS-CC Exhibit of Environmental IR Sites (Attachment#6),Appendix 8:SUE Data Reports (Attachment#7), Appendix 9:Approximate, Wastewater Flows (Attachment#8), Revised Drawing Sheets (Attachment#9) Addendum No. 1 00 91 01-1 DEAAG NAS-CC Wastewater Line& Manhole Replacement, Project Number 23085 Rev 01-13-2016 ARTICLE 1—BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 0100 TABLE OF CONTENTS DELETE: TABLE OF CONTENTS in its entirety. ADD: TABLE OF CONTENTS in its entirety (Attachment#2). B. SECTION 00 30 01 BID FORM: DELETE: SECTION 00 30 01 BID FORM in its entirety. ADD: SECTION 00 30 01 BID FORM in its entirety (Attachment#1). ARTICLE 2—MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 ADD, DELETE OR REPLACE SPECIFICATION SECTIONS (OR TECHNICAL SPECIFICATIONS) A. Delete the following Specification Sections (or Technical Specifications): Deleted Specification Sections (or Technical Specifications) NOT APPLICABLE B. Add the following Specification Sections (or Technical Specifications): Added Specification Sections (or Technical Specifications) Appendix 8—SUE Data Report—March 2025—Cobb Fendley Appendix 9—Approximate Wastewater Flows—May 2025—NAVFAC 2.02 AMEND SPECIFICATIONS (OR TECHNICAL SPECIFICATIONS) A. SECTION 00 73 00 Supplementary Conditions 1. AMEND:Article 5, SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS, Part A. Add the following: 1) SUE Data Report, Cobb, Fendley, March 2025—The Contractor may rely on the following Technical Data in using this document: 1. Data contained in test hole sheets, recorded measurements of subsurface utilities, and soil conditions." B. SECTION 0123 10 Alternates &Allowances 1. DELETE: Paragraph 1.03 T. Bid Item F-19 Well Pointing, Dewatering, and Disposal in its entirety. Addendum No. 1 00 9101-2 DEAAG NAS-CC Wastewater Line& Manhole Replacement, Project Number 23085 Rev 01-13-2016 ADD: New paragraph 1.03 T. Bid Item F-19 Well Pointing, Dewatering, and Disposal immediately after Paragraph S. Bid Item F18 Trench Safety. 2. DELETE: Paragraph 1.04 D. Allowance E—Bid Item E1—Allowance for Unanticipated Environmental Issues in its entirety. ADD: New paragraph 1.04 D. Allowance E—Bid Item E1—Allowance for Unanticipated Environmental Issues immediately after paragraph 1.04 C.Allowance C —Bid Item C23. C. SECTION 0129 01 Measurement& Basis for Payment 1. DELETE: Paragraph 1.03 GG. Bid Item C21—Well Pointing, Dewatering, and Disposal in its entirety. ADD: New Paragraph 1.03 GG. Bid Item C21—Well Pointing, Dewatering, and Disposal immediately after paragraph 1.03 FF. Bid Item C20—Trench Safety. D. SECTION 02 08 00 Well Pointing, Dewatering, and Disposal 1. DELETE: Paragraph 5. Measurement& Payment in its entirety. ADD: New Paragraph 5. Measurement& Payment immediately after paragraph 4.2 During Operations. E. Appendix 4—NAS-CC exhibit of Environmental IR Sites-January 2017- NAVFAC 1. ADD: "Figure 4, Potentiometric Surface Map,July 2024", "Groundwater Analytical Results", "Figure 6, Benzene Results", "Area Groupings for Remedial Investigation PFAS Site Inspection", and an email regarding these attachments. ARTICLE 3- MODIFICATIONS TO THE DRAWINGS 3.01 ADD OR DELETE DRAWINGS A. DELETE the following Drawings: Deleted Drawings 7 of 39—Wastewater System Base Map (1 of 2) 8 of 39—Wastewater System Base Map (2 of 2) 11 of 39—Plan & Profile STA. 10+00—STA. 15+00 16 of 39—Plan & Profile STA. 35+00—STA. 40+00 17 of 39—Plan & Profile STA.40+00—STA. 45+00 18 of 39—Plan & Profile STA.45+00—STA. 50+00 19 of 39—Plan & Profile STA. 50+00—STA. 55+00 20 of 39—Plan & Profile Line B STA. 1+00—STA. 5+00 21 of 39—Plan & Profile Line B STA. 5+00—STA. 9+23 Addendum No. 1 00 9101-3 DEAAG NAS-CC Wastewater Line& Manhole Replacement, Project Number 23085 Rev 01-13-2016 B. ADD the following Drawings: Added Drawings 7 of 39—Wastewater System Base Map (1 of 2) 8 of 39—Wastewater System Base Map (2 of 2) 11 of 39—Plan & Profile STA. 10+00—STA. 15+00 16 of 39—Plan & Profile STA. 35+00—STA. 40+00 17 of 39—Plan & Profile STA.40+00—STA. 45+00 18 of 39—Plan & Profile STA.45+00—STA. 50+00 19 of 39—Plan & Profile STA. 50+00—STA. 55+00 20 of 39—Plan & Profile Line B STA. 1+00—STA. 5+00 21 of 39—Plan & Profile Line B STA. 5+00—STA. 9+23 3.02 AMEND DRAWINGS A. Drawing [Sheet No. 2 of 39, "Sheet Index& Legend"]: 1. Change 1. Modified: Gas Line existing linetype. 2. Change 2. Add:Telecommunications existing linetype. 3. Change 3. Add: SUE Test Hole abbreviation (TH). B. Drawing [Sheet No. 3 of 39, "Project Layout& Control Map"] 1. Change 1. Add: Manhole 16A to project layout. C. Drawing [Sheet No. 6 of 39, "Summary of Quantity&Testing Schedule"] 1. Change 1. Modified: Bid Item C8 Remove Existing Wastewater Manhole updated to 16 EA. D. Drawing [Sheet No. 10 of 39, "Plan & Profile STA. 5+00—STA. 10+00"] 1. Change 1. Add: SUE data (Test Hole 1 telecommunications)to plan & profile. E. Drawing [Sheet No. 12 of 39, "Plan & Profile STA. 15+00—STA. 20+00"] 1. Change 1. Add: SUE data (Test Hole 9E underground electric&Test Hole 21 telecommunications) to plan & profile. F. Drawing [Sheet No. 15 of 39, "Plan & Profile STA. 30+00—STA. 35+00"] 1. Change 1. Add: Manhole 16A to plan view for removal. 2. Change 2. Modify: Plan view callout pipe diameter updated to 18". G. Drawing [Sheet No. 25 of 39, "Erosion &Sedimentation Control Plan STA. 30+00—STA. 40+00"] 1. Change 1. Add: Manhole 16A. 2. Change 2. Modified: Changed linetype from "24" WW" to "18" WW". Addendum No. 1 00 9101-4 DEAAG NAS-CC Wastewater Line& Manhole Replacement, Project Number 23085 Rev 01-13-2016 H. Drawing [Sheet No. 26 of 39, "Erosion &Sedimentation Control Plan STA.40+00—STA. 50+00"] 1. Change 1. Modified: Changed linetype from "24" WW"to "18"WW". I. Drawing [Sheet No. 37 of 39, "Curb, Gutter&Sidewalk Std Details"]: 1. Change 1. Delete: "Strikeout off the Type 'A' Header Curb Detail." 2. Change 2. Add: "A strikeout over 4" Curb & Gutter Detail and a strikeout over the 6" Reverse Curb &Gutter Detail." ARTICLE 4—CLARIFICATIONS 4.01 QUESTIONS A. CivCast Question#1: It appears that the NAS-CC Guest Sponsorship Request Forms are damaged or the links are broken. Please advise. error message "Please wait... If this message is not eventually replaced by the proper contents of the document,your PDF viewer may not be able to display this type of document.You can upgrade to the latest version of Adobe Reader for Windows°, Mac, or Linux° by visiting http://www.adobe.com/go/reader_download. For more assistance with Adobe Reader visit http://www.adobe.com/go/acrreader. Windows is either a registered trademark or a trademark of Microsoft Corporation in the United States and/or other countries. Mac is a trademark of Apple Inc., registered in the United States and other countries. Linux is the registered trademark of Linus Torvalds in the U.S. and other" Answer(addressed from the City of Corpus Christi): Our apologies;we thought this had been corrected with the second document upload. When we contacted our IT,they said it's an issue with the original document. The document is"locked" and we can't edit any settings. I've forwarded a copy of the document to the email on file. Should anyone else experience the same issue, please send your request to BetsyR@cctexas.com or SandraG4@cctexas.com and we'll forward the document via email. Another take:This error pops up commonly with specific PDF viewers, particularly with: Google Chrome and Microsoft Edge. Others have been able to successfully open the file with Mozilla Firefox, Bluebeam Revu,and Adobe Acrobat Reader. Switching to another PDF viewer might help when that error pops up. B. CivCast Question#2: Would you please post the pre-bid meet attendees list? Answer:The City does not keep a sign-in sheet for non-mandatory meetings; however, the plan holders' list is public in CivCast. C. CivCast Question#3: "Are there any domestic requirements for this project? If so,what should we comply with? (i.e. AIS, Buy America, Buy American, Build America Buy America, etc.) I looked for this within the spec book, and did not find any mention of it, which surprised me considering where the job is located. Can you please clarify this?" D. Answer:The Contractor's construction contract is with the City of Corpus Christi, so City of Corpus Christi procurement requirements are in force. Addendum No. 1 00 9101-5 DEAAG NAS-CC Wastewater Line& Manhole Replacement, Project Number 23085 Rev 01-13-2016 The Defense Economic Assistance Adjustment Grant(DEAAG) is a state grant. Section 5 - Bid Forms, DEAAG SECTION 14-GRANTEE CERTIFICATIONS Paragraph 14.18 states a Buy Texas provision: "With respect to all services, if any, purchased pursuant to this Agreement,the individual or business entity named in this Agreement represents and warrants that it will buy Texas products and materials for use in providing the services authorized herein when such products and materials are available at a comparable price and within a comparable period of time when compared to non-Texas products and materials." No federal procurement requirements apply to this project E. CivCast Question#4: "On Sheet 15,the pipe between STA 31+42 and STA 34+89 is called out as 20" HDPE on the top view and 18" HDPE on the horizontal view at the bottom the page. In addition, on Sheet 17,the pipe between STA 41+90 and STA 44+32 is called out as 20" up top and as 18" below on the horizontal view.Judging from the summary total, both lines should be 18", but just in case and to be certain, can you please clarify the required pipe sizes required in these two plan sections?" Answer:The proposed pipe between STA 31+42 and STA 34+89 on Sheet 15 and between STA 41+90 and STA 44+32 is to be 18" diameter.The callout has been updated to reflect this,see Addendum 1. F. CivCast Question#5: "Is there a domestic requirement for this project? If so, we need to know which one- BABA, AIS, Buy American, etc.All the different domestic specs have different requirements and vendors will not quote material until they know what they are supposed to quote. Please advise -and thanks!" G. Answer:The Contractor's construction contract is with the City of Corpus Christi, so City of Corpus Christi procurement requirements are in force. The Defense Economic Assistance Adjustment Grant(DEAAG) is a state grant. Section 5 - Bid Forms, DEAAG SECTION 14-GRANTEE CERTIFICATIONS Paragraph 14.18 states a Buy Texas provision: "With respect to all services, if any, purchased pursuant to this Agreement,the individual or business entity named in this Agreement represents and warrants that it will buy Texas products and materials for use in providing the services authorized herein when such products and materials are available at a comparable price and within a comparable period of time when compared to non-Texas products and materials." No federal procurement requirements apply to this project H. CivCast Question#6: "Will you provide specs on expectations for bypass? Pump to peak flows? If so what are they? Primary and back up pump?" Answer:See Standard Specification 027200 Control of Wastewater Flows(Temporary Bypass Pumping Systems). NAVFAC has provided wastewater flow approximation based on weighted building area (sq.ft.). No flow metering,consideration of occupancy, or fixture count has been used for this approximation. Field conditions may vary. This information has been added to Appendix 9 as part of Addendum 1. Addendum No. 1 00 9101-6 DEAAG NAS-CC Wastewater Line& Manhole Replacement, Project Number 23085 Rev 01-13-2016 I. CivCast Question#7: "From the bid documents it appears that the contractor will be responsible for all costs related to dewatering, including Disposal of contaminated water, Regulated waste disposal and containment and transport of the contaminated ground water. Is this correct?" Answer: Contractor is responsible for all costs related to dewatering, including(but not limited to):sampling and testing for ground water, labor, equipment, pumps, materials, groundwater disposal and sampling plans, pre-installation submittals, containment, transport, permitting,supervision,treatment, processing, disposal, regulated waste disposal,etc. J. CivCast Question#8: "If PFOAS OR PFAS are encountered in the groundwater is the contractor responsible for all costs to treat the water?This has been encountered in the IR sites on base in the past." Answer:Yes. Contractor is responsible for all costs related to dewatering, including(but not limited to):sampling and testing for ground water, labor, equipment, pumps, materials,groundwater disposal and sampling plans, pre-installation submittals, containment,transport, permitting,supervision, monitoring,treatment, processing, disposal, regulated waste disposal,etc. Appendix 4 has been updated to include more IR site information as part of Addendum 1. K. CivCast Question#9: "Normally,the Navy requires a third party subsurface locating company such as GPRS for utility locates in order to obtain a dig permit. Will this be required under the contract? Answer:A third-party subsurface locating company is not required to obtain a dig permit under the contract. Per Section 00 74 01, Paragraph 8.1: "Utility Location Verification: Physically verify underground utility locations, including utility depth, by hand digging using wood or fiberglass-handled tools or hydro excavation when any adjacent construction." Contractor is responsible for field verifying and protecting existing utilities. 4.02 CLARIFICATIONS A. NOT APPLICABLE END OF ADDENDUM NO. 1 Addendum No. 1 00 9101-7 DEAAG NAS-CC Wastewater Line& Manhole Replacement, Project Number 23085 Rev 01-13-2016 00 30 01 BID FORM Project Name: DEAAG NAS-CC Wastewater Line&Manhole Replacement Project Number: 23085 Owner: City of Corpus Christi OAR: Jian an (Daniel)Deng,P.E. Desi ner: Hanson Professional Services,Inc. By its signature below,Bidder accepts all of the terms and conditions of the Bid Acknowledgement,acknowledges receipt of all Addenda to the Bid and agrees,if this Bid is accepted,to enter into a Contract with the Owner and complete the Work in accordance with the Contract Documents for the Bid price. Bidder: (full legal name of Bidder) Signature: (signature of person with authority to bind the Bidder) Name: (printed name of person signing Bid Form) Title: (title of person signing Bid Form) Attest: (signature) State of Residency: Federal Tx ID No. Address for Notices: Phone: Email: Bid Form 00 30 01-Page 1 of 3 DEAAG Wastewater Manhole Replacement#23085 Rev 8/2019 00 30 01 BID FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid Part A-GENERAL(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization(Max 5%) US 1 A2 Bonds and Insurance(Max 2%) AL 1 A3 Stormwater Pollution Prevention Plan(SWPPP) US 1 A4 Curb Inlet Protection Barrier EA 3 A5 Sediment Control Fence LF 40 A6 Erosion Control Log LF 352 A7 Manhole Protection Barrier EA 11 A$ Traffic Control US 1 A9 Seeding SY 552 SUBTOTAL PART A-GENERAL(Items Al thru A9) Part B-PAVEMENT REPAIR(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 Demo&Repair Concrete Driveway SF 592 B2 Demo&Repair Concrete Sidewalk SF 20 B3 Demo&Repair Curb and Gutter LF 24 B4 Allowance for Unanticipated Pavement Repairs AL 1 $ 50,000.00 $ 50,000.00 SUBTOTAL PART B-PAVEMENT REPAIR(Items BS thru B3) Part C-WASTEWATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 Remove 12"VCP Wastewater Line&Replace with 12"PVC SDR 26(0-10 ft depth)by Open Trenching LF 546 C2 Pipe Burst Existing 15-18"VCP Wastewater Line&Replace with 18"HOPE DR 11 IPS(0-10'depth) LF 899 C3 Pipe Burst Existing 18-20"VCP Wastewater Line&Replace with 20"HDPE DR 11 IPS(0-10'depth) LF 371 C4 Pipe Burst Existing 18-21"VCP Wastewater Line&Replace with 22"HOPE DR 11,IPS 10-15'depth) LF 246 C5 Pipe Burst Existing 20-21"VCP Wastewater Line&Replace with 20" HOPE DR 11,IPS(0-10'depth) LF 238 C6 Pipe Burst Existing 20-21"VCP Wastewater Line&Replace with 20" HOPE DR 11,IPS 10-15'depth) LF 349 C7 Pipe Burst Existing 24"VCP Wastewater Line&Replace with 24"HOPE DR 11(10-15'depth) LF 66 C8 Remove Existing Wastewater Manhole EA 16 C9 Install 5'Dia.Fiberglass Wastewater Manhole(up to 6 ft depth) EA if C10 Extra Depth for 5'dia.Fiberglass WW Manhole over 6 ft depth) VF 59 Ell Point Repair of 15"VCP(0-10'depth) EA 1 C12 Point Repair of 18"VCP 0-10'depth) EA 1 C13 Point Repair of 20-21"VCP(0-10'depth) EA 1 C14 Point Repair of 18"VCP 10-15'depth) EA 1 C15 Point Repair of 20-21"VCP(10-15'depth) EA 1 C16 Point Repair of 24"VCP 10-15'depth) EA 1 C17 Standard Service Tap Reconnection EA 2 C18 Install 24"Steel Casing(Through Stormwater Manhole) LF 12 C19 Bypass Pumping for Control of Wastewater Flow US 1 C20 Trench Safety LF 1552 C21 Well Pointing,Dewatering,and Disposal LF 320 C22 Exploratory Excavation for Utility Verification US 1 C23 Allowance for Unanticipated Utility Improvements AL 1 $ 100,000.00 $ 100,000.00 SUBTOTAL PART C-WASTEWATER IMPROVEMENTS(Items CS thru C23) Part D-STORMWATER IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) DI Remove Existing Stormwater Manhole EA 1 D2 Install Cast-in-Place Concrete Stormwater Manhole EA 1 D3 Remove and Replace Concrete Apron EA 1 SUBTOTAL PART D-STORMWATER IMPROVEMENTS(Items DS thru D3) Part E-ENVIRONMENTAL(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) E1 jAllowance for Unanticipated Environmental Issues AL 1 $ 50,000.00 $ 50,000.00 SUBTOTAL PART E-ENVIRONMENTAL(Item El) Part F-ADDITIVE ALTERNATE:LINE C(STA.40+43.69 TO STA.52+59.28)(per SECTION 0123 10 ALTERNATES AND ALLOWANCES) F1 Erosion Control Log LF 140 F2 Manhole Protection Barrier EA 6 F3 Traffic Control US 1 F4 Seeding SY 109 F5 Remove and Reinstall Fence LF 40 F6 Demo&Repair Concrete Driveway SF 583 F7 Demo&Repair Asphalt Pavement SY 172 F8 Demo&Repair Curb and Gutter LF 24 F9 Demo&Repair Concrete Sidewalk SF 226 F10 Remove 15-18"VCP Wastewater Line&Replace with 18"PVC DR 26(0-10'depth)by Open Trenching LF 457 F11 Remove 15-18"VCP Wastewater Line&Replace with 18"PVC C900 DR 18(0-10'depth)by Open Trenching LF 20 F12 Pipe Burst Existing 15-18"VCP Wastewater Line&Replace with 18"HOPE DR 11 IPS(0-10'depth) LF 742 F13 Remove Existing Wastewater Manhole EA 6 F14 Install 5'Dia.Fiberglass Wastewater Manhole(up to 6 ft depth) EA 5 F15 Extra Depth for 5'dia.Fiberglass WW Manhole(over 6 ft depth) VF 6 F16 Standard Service Tap Reconnection EA 1 F17 Bypass Pumping for Control of Wastewater Flow US 1 F18 ITrench Safety LF 862 F19 I Well Pointing,Dewatering,and Disposal LF 180 SUBTOTAL PART F-ADDITIVE ALTERNATE:LINE C(STA.40+43.69 TO STA.52+59.28)(Items Fl thru F19) Bid Form 00 30 01-Page 2 of 3 DEAAG Wastewater Manhole Replacement#23085 Rev 8/2019 00 30 01 BID FORM BID SUMMARY SUBTOTAL PARTA-GENERAL(Items Al thru A9) SUBTOTAL PART B-PAVEMENT REPAIR(Items B1 thru 64) SUBTOTAL PART C-WASTEWATER IMPROVEMENTS(Items C1 thru C23) SUBTOTAL PART D-STORMWATER IMPROVEMENTS(Items D1 thru D3) SUBTOTAL PART E-ENVIRONMENTAL(Item E1) TOTAL PROJECT BASE BID(PARTS A THRU E) SUBTOTAL PART F-ADDITIVE ALTERNATE:LINE C(STA.40+43.69 TO STA.52+59.28)(Items Fl thru F19)(PART F) TOTAL PROJECT BASE BID+ADDITIVE ALTERNATE(PARTS A THRU F) Bid Form 00 30 01-Page 3 of 3 DEAAG Wastewater Manhole Replacement#23085 Rev 8/2019 00 01 00 TABLE OF CONTENTS Division/ Title Section Division 00 Preface Documents 00 00 00 Cover Sheet 000100 Table of Contents 000102 List of Drawings Division 00 Procurement and Contracting Requirements 00 52 23 Agreement(Rev 12-2021) 00 72 00 General Conditions(Rev6-2021) 00 73 00 Supplementary Conditions(Rev4-2022) 00 74 00 Special Conditions for Defense Economic Adjustment Assistance Grant (DEAAG) (Rev 10-2018) 00 74 01 NAVFAC: Proposed Additives Specific to a City of Corpus Christi Project at NAS Corpus Christi Division 01 General Requirements 011100 Summary of Work(Rev 10-2018) 01 23 10 Alternates and Allowances(Rev 5-2020) 01 29 01 Measurement and Basis for Payment (Revs-2020) 01 33 01 Submittal Register(Rev 10-2018) 01 35 00 Special Procedures(Rev 10-2018) 01 50 00 Temporary Facilities and Controls(Rev 8-2019) 01 57 00 Temporary Controls(Rev8-2019) Part S Standard Specifications 02 10 00 Site Clearing&Stripping(Rev 10-30-2014) 02 1040 Site Grading(Rev 10-30-2014) 02 10 80 Removing Abandoned Structures(Rev 10-30-2014) 02 20 20 Excavation and Backfill for Utilities (Rev03-25-2015) 02 20 21 Control of Groundwater(Rev 10-30-2014) 02 20 22 Trench Safety for Excavations (Rev 10-30-2014) 02 20 40 Street Excavation (Rev 10-30-2014) 02 20 80 Embankment(Rev 10-30-2014) Table of Contents 00 0100-2 DEAAG NASCC Wastewater&Manholes Replacement#23085 Rev 1/2022 Division/ Title Section 02 21 00 Select Material (Rev 10-30-2014) 02 24 20 Silt Fence (Rev 10-30-2014) 02 52 05 Pavement Repair, Curb, Gutter, Sidewalk, and Driveway Replacement (Rev 11-9-2016) 02 52 23 Crushed Limestone Flexible Base (Revo3-25-2015) 02 54 04 Asphalts, Oils, and Emulsions (Rev 10-30-2014) 02 54 12 Prime Coat(Rev 10-30-2014) 02 54 24 Hot Mix Asphaltic Concrete Pavement (Class A) (Revo3-25-2015) 02 56 10 Concrete Curb&Gutter(Revo3-25-2015) 02 56 12 Concrete Sidewalks and Driveways (Rev03-25-2015) 02 56 20 Portland Cement Concrete Pavement(Revo3-25-2015) 02 58 02 Temporary Traffic Control During Construction (Rev 10-30-2014) 02 58 07 Pavement Markings (Rev 10-30-2014) 02 62 01 Waterline Riser Assemblies(Rev 10-30-2014) 02 62 02 Hydrostatic Testing of Pressure Systems (Rev 10-30-2014) 02 62 06 Ductile Iron Pipe& Fittings(Rev 10-30-2014) 02 62 10 PVC Pipe—AWWA C900/905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains (Rev03-25-2015) 02 62 14 Grouting Abandoned Utility Lines (Rev 10-30-2014) 02 64 02 Waterlines (Revo3-25-2015) 02 64 04 Water Service Lines (Rev 03-25-2015) 02 64 09 Tapping Sleeve and Tapping Valves(Revo3-25-2015) 02 64 11 Gate Valves for Waterlines (Revo3-25-2015) 02 72 00 Control of Wastewater Flows (Temporary Bypass Pumping Systems) (Rev 10-30-2014) 02 72 02 Manholes (Rev03-25-2015) 02 72 03 Vacuum Testing of Wastewater Manholes and Structures (Rev 10-30-2014) 02 72 05 Fiberglass Manholes (Rev03-25-2015) 02 74 02 Reinforced Concrete Pipe Culverts(Rev03-25-2015) 02 76 02 Gravity Wastewater Lines(Rev07-01-2015) 02 76 04 Disposal of Waste from Wastewater Cleaning Operations (Rev 10-30-2014) 02 76 06 Wastewater Service Lines(Rev 10-30-2014) 02 76 11 Cleaning and Televised Inspection of Conduits (Rev03-25-2015) 02 76 18 Wastewater Line Rehabilitation—Pipe Bursting(Rev03-25-2015) 02 80 20 Seeding(Revo3-25-2015) 02 83 00 Fence Relocation (Rev03-25-2015) Table of Contents 00 0100-3 DEAAG NASCC Wastewater&Manholes Replacement#23085 Rev 1/2022 Division/ Title Section 03 00 20 Portland Cement Concrete(Rev 10-30-2014) 03 20 20 Reinforcing Steel (Rev 10-30-2014) 03 80 00 Concrete Structures (Rev 03-25-2015) 05 54 20 Frames, Grates, Rings, and Covers (Rev03-25-2015) 07 00 20 Asbestos Removal (S-1) Part T Technical Specifications 02 08 00 Well Pointing, Dewatering, and Disposal 02 76 20 Point Repairs and Obstruction Removals Appendix All Testing Reports as Applicable&Special Program Requirements 1 Video Pipeline Inspection—August 2019—Video Plumbing Inc. 2 Video Pipeline Inspection—January 2025—Video Plumbing Inc. 3 Geotechnical Data Report— March 2025 - UES 4 NAS-CC Exhibit of Environmental IR Sites—January 2017 - NAVFAC 5 NAS-CC Imaginary Surfaces Exhibit—January 2025 - NAVFAC 6 Form: Notice of Proposed Construction or Alteration - FAA Q 8 SUE Data Report—March 2025—Cobb Fendley 9 Approximate Wastewater Flows—May 2025 - NAVFAC END OF SECTION Table of Contents 00 0100-4 DEAAG NASCC Wastewater&Manholes Replacement#23085 Rev 1/2022 000102 LIST OF DRAWINGS DEAAG NAS-CC WASTEWATER LINE & MANHOLE REPLACEMENT#23085 SHEET NO. DESCRIPTION 1 COVER SHEET 2 SHEET INDEX& LEGEND 3 PROJECT LAYOUT& CONTROL MAP 4 GENERAL NOTES (1 OF 2) 5 GENERAL NOTES (2 OF 2) 6 SUMMARY OF QUANTITY&TESTING SCHEDULE 7 WASTEWATER SYSTEM BASE MAP (1 OF 2) 8 WASTEWATER SYSTEM BASE MAP (2 OF 2) 9 PLAN & PROFILE STA. 1+00-STA. 5+00 10 PLAN & PROFILE STA. 5+00-STA. 10+00 11 PLAN & PROFILE STA. 10+00-STA. 15+00 12 PLAN & PROFILE STA. 15+00-STA. 20+00 13 PLAN & PROFILE STA. 20+00-STA. 25+00 14 PLAN & PROFILE STA. 25+00-STA. 30+00 15 PLAN & PROFILE STA. 30+00-STA. 35+00 16 PLAN & PROFILE STA. 35+00-STA.40+00 17 PLAN & PROFILE STA. 40+00-STA.45+00 18 PLAN & PROFILE STA. 45+00-STA. 50+00 19 PLAN & PROFILE STA. 50+00-STA. 55+00 20 PLAN & PROFILE LINE B STA. 1+00-STA. 5+00 21 PLAN & PROFILE LINE B STA. 5+00-STA. 9+23 22 EROSION &SEDIMENTATION CONTROL PLAN STA. 1+00—STA. 10+00 23 EROSION &SEDIMENTATION CONTROL PLAN STA. 10+00—STA. 20+00 24 EROSION &SEDIMENTATION CONTROL PLAN STA. 20+00—STA. 30+00 25 EROSION &SEDIMENTATION CONTROL PLAN STA. 30+00—STA.40+00 26 EROSION &SEDIMENTATION CONTROL PLAN STA.40+00—STA. 50+00 27 EROSION &SEDIMENTATION CONTROL PLAN STA. 50+00— END 28 LINE B EROSION &SEDIMENTATION CONTROL PLAN STA. 0+00—STA. 9+23 29 STORMWATER POLLUTION PREVENTION PLAN 30 STORMWATER POLLUTION PREVENTION PLAN 31 STORMWATER POLLUTION PREVENTION PLAN —STANDARD DETAILS 32 WASTEWATER STD DETAILS 33 WASTEWATER STD DETAILS 34 WASTEWATER STD DETAILS List of Drawings 00 0102-1 DEAAG NAS-CC Wastewater Line& Manhole Replacement#23085 DEAAG NAS-CC WASTEWATER LINE & MANHOLE REPLACE MENT#23085 SHEET NO. DESCRIPTION 35 WASTEWATER STD DETAILS 36 MISCELLANEOUS DETAILS 37 CURB, GUTTER&SIDEWALK STD DETAILS 38 TxDOT TRAFFIC CONTROL PLAN CONVENTIONAL ROAD SHOULDER WORK 39 TxDOT TRAFFIC CONTROL PLAN ONE-LANE TWO-WAY TRAFFIC CONTROL List of Drawings 00 0102-2 DEAAG NAS-CC Wastewater Line& Manhole Replacement#23085 Division 00 Procurement and Contracting Requirements / 7 ® DATE(MM/DD/YYYY) ACCOR o CERTIFICATE OF LIABILITY INSURANCE 08/11/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Mindy Rivera NAME: McAfee Insurance Agency A/C,.0 Ext: (956)565-2481 a/Xc No): (956)565-2733 P.O.Box 625 E-MAIL mindy@mcafeeagency.com ADDRESS: 321 Second Street INSURER(S)AFFORDING COVERAGE NAIC# Mercedes TX 78570 INSURERA: Indian Harbor Ins.Co. INSURED INSURER B: Clear Blue Insurance Company 28860 Southern Trenchless Solutions,LLC,DBA:Blue Green Municipal INSURER C: Texas Mutual Ins.Co. 22945 P.O.Box 8084 INSURER D: Hanover Insurance Company 22292 INSURER E Weslaco TX 78599 INSURER F: COVERAGES CERTIFICATE NUMBER: 2025-2026 REVISION NUMBER: THIS IS TO CERTIFYTHAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE INSD WVD POLICY NUMBER /Y MM DDYYY MM DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO_7CLAIMS-MADE �OCCUR PREM SES(Ea occurrRENTEence) $ 300,000 MED EXP(Anv one person) $ Excluded A Y Y ESGO06564501 04/17/2025 04/17/2026 PERSONAL&ADV INJURY $ 1,000,000 MOTHER: LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000❑POLICY [gPROJECT LOC PRODUCTS-COMP/OPAGG $ 2,000,000 $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident ANYAUTO BODILY INJURY(Per person) $ B OWNED rx SCHEDULED Y Y AQlYTX009627-00 04/17/2025 04/17/2026 BODILYINJURY(Peraccident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTYDAMAGE $ AUTOS ONLY AUTOS ONLY Per accident PIP-Basic $ 2,500 UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 2,000,000 A X EXCESS LIAB CLAIMS-MADE Y Y SXS006564401 04/17/2025 04/17/2026 AGGREGATE $ 2,000,000 DED I I RETENTION$ $ WORKERS COMPENSATION X1 SPER TATUTE EORH AND EMPLOYERS'LIABILITY Y/N 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ C OFFICER/MEMBER EXCLUDED? N/A Y 0001272586 07/12/2025 07/12/2026 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ Inland Marine Leased/Rented from 300,000 D IHD A392425-11 08/13/2024 08/13/2025 others DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Job Description:DEAAG NAS-CC Wastewater Line&Manhole Replacement Project No.23085 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. 1201 Leopard Street AUTHORIZED REPRESENTATIVE Corpus Christi TX 78401 rt.-K ///��� @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Additional Named Insureds Other Named Insureds Blue Green Municipal Doing Business As OFAPPINF(02/2007) COPYRIGHT 2007,AMS SERVICES INC ADDITIONAL COVERAGES Ref# Description Coverage Code Form No. Edition Date Uninsured motorist combined single limit UMCSL Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium 100,000 Ref# Description Coverage Code Form No. Edition Date Underinsured motorist combined single limit UNCSL Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium 100,000 Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium [HEV Copyright 2001,AMS Services,Inc. AGENCY CUSTOMER ID: 00006596 cS LOC#: ADDITIONAL REMARKS SCHEDULE Page of AGENCY NAMED INSURED McAfee Insurance Agency Southern Trenchless Solutions,LLC,DBA:Blue Green Municipal POLICY NUMBER CARRIER 71-C CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance:Notes WEIC0001822 00-Pollution Liability:$1,000,000 ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SQ 0061 13 PERFORMANCE BOND BOND NO. 108285949 Se Contractor as Principal Surety Name: Southern Trenchless Solutions, LLC Name: Travelers Casualty and SuretyCompany of America Mailing address (principal place of business): Mailing address (principal place of business): 1200 W Expressway 83 9601 McAllister Freeway La Feria,TX 78559 Suite 700 San Antonio, TX 78216 Physical address (principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address (principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 _Texas By submitting this Bond, Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): DEAAG NAS-CC Wastewater Line & Manhole 210-525-2133 Replacement Telephone (for notice of claim): Project No. 23085 800-328-2189 Local Agent for Surety Name: Texas Valley Insurance DBA McAfee Agency Award Date of the Contract: 07/15/2025 Address: 321 Second St. Contract Price: $4,562,499.62 Mercedes, TX 78570 Telephone: 956-565-2481 Bond Email Address: richardPmcafeegency.com Date of Bond: _7/24/25 The address of the surety company to which any notice of claim should be sent may be obtained (Date of Bond cannot be earlier than Award Date from the Texas Dept. of Insurance by calling the of the Contract) following toll free number:1-800-252-3439 Performance Bond 00 61 13- 1 DEAAG NAS-CC Wastewater Line& Manhole Replacement, Project No. 23085 Rev 5/2025 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work through the Warranty Period required by the Contract Documents then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. The Contract Documents between Owner and Contractor is incorporated by reference into this Statutory Performance Bond, pursuant to Chapter 2253 of the Texas Government Code. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas. Surety agrees to be bound by the mediation clause in Article 22 of the Contract Documents between Owner and Contractor, said Contract Documents are incorporated by reference in this Bond. Contractor as Principa SuretyCompVnleor Ameuicay and� S rety Signature: \� Signature: �� i Name: a ft)ph �( �I( Name: Magda E. Escandon Title: o w 'PX i Title: Attonery in Fact Email Address: J ,Ynin�rS �I �_ Email Address: �I- �agda��sa�eeagenE�.eeFa —f'yQ�( lL°SS,�p (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 00 61 13 -2 DEAAG NAS-CC Wastewater Line & Manhole Replacement, Project No. 23085 Rev 5/2025 so 00 61 16 PAYMENT BOND BOND NO. 108285949 SQ Contractor as Principal Surety Name: Southern Trenchless Solutions, LLC Name: Travelers Casualty and Surety Company of America Mailing address (principal place of business): Mailing address (principal place of business): 1200 W Expressway 83 9601 McAllister Freeway La Feria,TX 78559 Suite 700 San Antonio, TX 78216 Physical address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 _Texas By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): DEAAG NAS-CC Wastewater Line & Manhole 210-525-2133 Replacement Project No. 23085 Telephone (for notice of claim): 800-328-2189 Local Agent for Surety Name: Texas Valley Insurance DBA McAfee Agency Award Date of the Contract: 07/15/2025 Address: Contract Price: $4,562,499.62 321 Second St.Mercedes, TX 78570 Bond Telephone: 956-565-2481 Email Address: richard@mcafeeagency.com Date of Bond: _7/24/25 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept. of Insurance by calling the following toll free number:1-800-252-3439 Payment Bond Form 00 61 16- 1 DEAAG NAS-CC Wastewater Line & Manhole Replacement, Project No. 23085 5/2024 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract Documents then this obligation shall be null and void,otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Princip�i''�J� Surety Coapaneror America and urety YY America Signature: Signature: i Name: Name: Magda � ��ea-n(ion Title: (�Dnfn- I LED Title: AttnrnPv in Fart Email Address: Mpr� i6�U#Ta, n Email Address: magdaPinrafeePgPnC)T Coln �YI .0 (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16-2 DEAAG NAS-CC Wastewater Line& Manhole Replacement, Project No. 23085 5/2024 Travelers Casualty and Surety Company of America A A' . Travelers Casualty and Surety Company TRAVE LERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Magda E Escandon of MERCEDES , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. OYJP TY Afyp SL PFA 1� '�t;k m 9,7 Hnr OR IA, t C mom' State of Connecticut By: City of Hartford ss. Robert L.Rane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF,I hereunto set my hand and official seal. / My Commission expires the 30th day of June,2026 NoraRr e 3k -jm iij nuz`ic ' Anna P.Nowik,Notary Public t S This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies,which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 24th day of July 2025 �00SURE,11 hJr,TY 4A,. HA a4 HARTFOM, �I` Kevin E. Hughes,Asst tant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Powerof Attorney is attached. IMPORTANT NOTICE To obtain information or make a complaint: You may call Travelers Casualty and Surety Company of America and its affiliates`toll- free telephone number for information or to make a complaint at: 1-800-328-2189 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-BOO-252-3439 You may write the Texas Department of Insurance: P. O. Fox 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web:http://wwiiv,tdi.state.ty,.us E-mail: Cons umerProtectioriptdi.state.tx.us PREMIUM OR CLAIM, DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your Agent or Travelers first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS [NOTICE TO YOUR FOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. (PN-042-B) Ed.10.18.07 gYUS O v �N�OgPORPtE� 1852 00 52 23 AGREEMENT This Agreement, for the Project awarded on July 15, 2025, is between the City of Corpus Christi (Owner) and Southern Trenchless Solutions, LLC (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: DEAAG NASCC Wastewater& Manholes Replacement Project#23085 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Hanson Professional Services, Inc. 4501 Gollihar Rd Corpus Christi,Texas 78411 wrivera@hanson-inc.com 2.02 The Owner's Authorized Representative for this Project is: Jiangang(Daniel) Deng, P.E. City of Corpus Christi—Engineering Services 4917 Holly Road, Bldg. No. 5 Corpus Christi,TX 78411 Jiangangd@cctexas.com ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 213 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 243 days after the date when the Contract Times commence to run. Agreement 00 52 23- 1 DEAAG NAS-CC Wastewater& Manholes Replacement#23085 Rev 12/2021 B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. C. Milestones,and the dates for completion of each,are as defined in Section 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof,Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$1200.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$1200.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 15.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 4,562,499.62 Agreement 00 52 23-2 DEAAG NAS-CC Wastewater& Manholes Replacement#23085 Rev 12/2021 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 17.01 of the General Conditions. D. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 17.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 17.16 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. Invoices must comply with Article 17 of the General Conditions. 6.02 Except as specified in Article 5, the Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 00 52 23-3 DEAAG NAS-CC Wastewater& Manholes Replacement#23085 Rev 12/2021 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 00 52 23-4 DEAAG NAS-CC Wastewater& Manholes Replacement#23085 Rev 12/2021 L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 15.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts,vouchers,memoranda,and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Solicitation documents. 2. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Addenda. 5. Exhibits to this Agreement: a. Contractor's Bid Form. 6. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. [SIGNATURE PAGE TO FOLLOW] Agreement 00 52 23-5 DEAAG NAS-CC Wastewater& Manholes Replacement#23085 Rev 12/2021 ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI &Vebecca ItUeea Rebecca Huerta(Aug 15,2025 08:47:20 CDT) Jeff fey Edmonds(Aug 13,202515:33:31 CDT) Rebecca Huerta Jeffrey Edmonds, P.E City Secretary Director of Engineering Services Ord. 033684 AUTHORIZED 7/15/2025 APPROVED AS TO LEGAL FORM: BY COUNCIL RH/SB Janet Whitehead (Aug 13,2025 15:32:02 CDT) Assistant City Attorney ATTEST(IF CORPORATION) SOUTHERN TRENCHLESS SOLUTIONS, LLC Closner Ramon(Aug 13,2025 08:50:41 CDT) (Seal Below) By: Ramon Closner Note: Attach copy of authorization to sign if Title: Owner and CEO person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 1200 West Expressway 83 Financial Officer Address La Feria TX 78559 City State Zip (956) 744-2600 Phone Fax ramon@southerntrenchless.com EMail END OF SECTION Agreement 00 52 23-6 DEAAG NAS-CC Wastewater& Manholes Replacement#23085 Rev 12/2021 00 30 01 BID FORM Project Name: DEAAG NAS-CC Wastewater Line&Manhole Replacement Project Number: 23085 Owner: City of Corpus Christi OAR: Jiangang(Daniel)Deng,P.E. Designer: Hanson Professional Services,Inc. By its signature below,Bidder accepts all of the terms and conditions of the Bid Acknowledgement,acknowledges receipt of all Addenda to the Bid and agrees,if this Bid is accepted,to enter into a Contract with the Owner and complete the Work in accordance with the Contract Documents for the Bid price. Bidder: Southiern Trenchless Solutions. LLC. (full legal name of Bidder) Signature: ` (signature of person with authority to bind the Bidder) Name: a�moyi C osner (printed name ofperson signing Bid Form) Title: (title of person signing Bid Form) Attest: (signature) State of Res e c Federal Tx ID No. 27-177652 Address for Notices: Southern Trenchless Solutions,LLC. 1801 West Expressway 83 1 a Feria TPxac 78559 Phone: 956 286-4660 Email: adminsb(CcDsoutherntrenchless.com Bid Form 00 30 01-Page 1 of 3 DEAAG Wastewater Manhole Replacement#23085 Rev 8/2019 CIVCAS, RFB 6543 DEAAG NAS-CC Wastewater Line&Manhole Replacement Report Created On:6/4/2025 7:03:45 PM BID TOTALS BASE BID Total Part A- General $260,043.42 Part B- Pavement Repair $76,426.40 Part C-Wastewater Improvements $3,163,410.20 Part D-Stormwater Improvements $21,358.40 Part E- Environmental $50,000.00 Total $3,571,238.42 ADDITIVE ALTERNATE: LINE C Total Part F-Additive Alternate $991,261.20 Total $991,261.20 Part A-General No. Description Unit Qty Unit Price Ext Price Al Mobilization (Max 5%) LS 1 $166,880.30 $166,880.30 A2 Bonds and Insurance(Max 2%) AL 1 $66,752.12 $66,752.12 A3 Stormwater Pollution Prevention Plan LS 1 $15,000.00 $15,000.00 (SWPPP) A4 Curb Inlet Protection Barrier EA 3 $85.00 $255.00 A5 Sediment Control Fence LF 40 $8.00 $320.00 A6 Erosion Control Log LF 352 $2.50 $880.00 A7 Manhole Protection Barrier EA 11 $230.00 $2,530.00 A8 Traffic Control LS 1 $250.00 $250.00 A9 Seeding SY 552 $13.00 $7,176.00 Subtotal: $260,043.42 Part B- Pavement Repair No. Description Unit Qty Unit Price Ext Price B1 Demo&Repair Concrete Driveway SF 592 $40.30 $23,857.60 B2 Demo&Repair Concrete Sidewalk SF 20 $28.60 $572.00 CIVCAST RFB 6543 DEAAG NAS-CC Wastewater Line&Manhole Replacement Report Created On:6/4/2025 7:03:45 PM B3 Demo&Repair Curb and Gutter LF 24 $83.20 $1,996.80 B4 Allowance for Unanticipated Pavement AL 1 $50,000.00 $50,000.00 Repairs Subtotal: $76,426.40 Part C-Wastewater Improvements No. Description Unit Qty Unit Price Ext Price C1 Remove 12"VCP Wastewater Line& LF 546 $434.00 $236,964.00 Replace with 12" PVC SDR 26(0- 10 ft depth)by Open Trenching C2 Pipe Burst Existing 15-18"VCP LF 899 $215.25 $193,509.75 Wastewater Line&Replace with 18" HDPE DR 11 IPS(0-10' depth) C3 Pipe Burst Existing 18-20"VCP LF 371 $268.7S $99,706.25 Wastewater Line&Replace with 20" HDPE DR 11 IPS(0-10' depth) C4 Pipe Burst Existing 18-21"VCP LF 246 $648.45 $159,518.70 Wastewater Line&Replace with 22" HDPE DR 11, IPS(10-15' depth) C5 Pipe Burst Existing 20-21"VCP LF 238 $506.00 $120,428.00 Wastewater Line&Replace with 20" HDPE DR 11, IPS(0-10' depth) C6 Pipe Burst Existing 20-21"VCP LF 349 $648.51 $226,329.99 Wastewater Line&Replace with 20" HDPE DR 11, IPS(10-15'depth) C7 Pipe Burst Existing 24"VCP Wastewater LF 661 $648.51 $428,665.11 Line&Replace with 24" HDPE DR 11 (10- 15' depth) C8 Remove Existing Wastewater Manhole EA 16 $3,858.40 $61,734.40 C9 Install 5' Dia. Fiberglass Wastewater EA 16 $23,366.00 $373,856.00 Manhole(up to 6 ft depth) C10 Extra Depth for 5' dia. Fiberglass WW VF 59 $2,044.00 $120,596.00 Manhole(over 6 ft depth) C11 Point Repair of 15"VCP(0-10'depth) EA 1 $24,000.00 $24,000.00 C12 Point Repair of 18"VCP(0-10'depth) EA 1 $24,700.00 $24,700.00 C13 Point Repair of 20-21''VCP(0-10'depth) EA 1 $28,080.00 $28,080.00 C14 Point Repair of 18"VCP(10-15' depth) EA 1 $31,798.00 $31,798.00 CIVCAST RFB 6543 DEAAG NAS-CC Wastewater Line&Manhole Replacement Report Created On:6/4/2025 7:03:45 PM C15 Point Repair of 20-21''VCP(10-15' EA 1 $33,230.00 $33,230.00 depth) C16 Point Repair of 24"VCP(10-15' depth) EA 1 $35,230.00 $35,230.00 C17 Standard Service Tap Reconnection EA 2 $2,500.00 $5,000.00 C18 Install 24"Steel Casing(Through LF 12 $2,400.00 $28,800.00 Stormwater Manhole) C19 Bypass Pumping for Control of LS 1 $55,000.00 $55,000.00 Wastewater Flow C20 Trench Safety LF 1552 $344.50 $534,664.00 C21 Well Pointing, Dewatering,and Disposal LF 320 $750.00 $240,000.00 C22 Exploratory Excavation for Utility LS 1 $1,600.00 $1,600.00 Verification C23 Allowance for Unanticipated Utility AL 1 $100,000.00 $100,000.00 Improvements Subtotal: $3,163,410.20 Part D-Stormwater Improvements No. Description Unit Qty Unit Price Ext Price D1 Remove Existing Stormwater Manhole EA 1 $3,858.40 $3,858.40 D2 Install Cast-in-Place Concrete EA 1 $12,500.00 $12,500.00 Stormwater Manhole D3 Remove and Replace Concrete Apron EA 1 $5,000.00 $5,000.00 Subtotal: $21,358.40 Part E- Environmental No. Description Unit Qty Unit Price Ext Price E1 Allowance for Unanticipated AL 1 $50,000.00 $50,000.00 Environmental Issues Subtotal: $50,000.00 Part F-Additive Alternate No. Description Unit Qty Unit Price Ext Price F1 Erosion Control Log LF 140 $2.50 $350.00 F2 Manhole Protection Barrier EA 6 $230.00 $1,380.00 CIVCAST RFB 6543 DEAAG NAS-CC Wastewater Line&Manhole Replacement Report Created On:6/4/2025 7:03:45 PM F3 Traffic Control LS 1 $24,000.00 $24,000.00 F4 Seeding SY 109 $13.00 $1,417.00 F5 Remove and Reinstall Fence LF 40 $50.00 $2,000.00 F6 Demo&Repair Concrete Driveway SF 583 $40.30 $23,494.90 F7 Demo&Repair Asphalt Pavement SY 172 $160.00 $27,520.00 F8 Demo&Repair Curb and Gutter LF 24 $83.20 $1,996.80 F9 Demo&Repair Concrete Sidewalk SF 226 $28.60 $6,463.60 F10 Remove 15-18"VCP Wastewater Line& LF 457 $260.00 $118,820.00 Replace with 18" PVC DR 26(0-10' depth)by Open Trenching F11 Remove 15-18"VCP Wastewater Line& LF 20 $270.00 $5,400.00 Replace with 18" PVC C900 DR 18(0-10' depth)by Open Trenching F12 Pipe Burst Existing 15-18"VCP LF 742 $215.25 $159,715.50 Wastewater Line&Replace with 18" HDPE DR 11 IPS(0-10' depth) F13 Remove Existing Wastewater Manhole EA 6 $3,858.40 $23,150.40 F14 Install 5' Dia. Fiberglass Wastewater EA 5 $23,366.00 $116,830.00 Manhole(up to 6 ft depth) F15 Extra Depth for 5' dia. Fiberglass WW VF 6 $2,044.00 $12,264.00 Manhole(over 6 ft depth) F16 Standard Service Tap Reconnection EA 1 $2,500.00 $2,500.00 F17 Bypass Pumping for Control of LS 1 $32,000.00 $32,000.00 Wastewater Flow F18 Trench Safety LF 862 $344.50 $296,959.00 F19 Well Pointing, Dewatering,and Disposal LF 180 $750.00 $135,000.00 Subtotal: $991,261.20 CIVCAST RFB 6543 DEAAG NAS-CC Wastewater Line&Manhole Replacement Report Created On:6/4/2025 7:03:45 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE 23085 RFB 6543 Addendum No. 1 06/03/2025 14:48:59 PM CIVCAST RFB 6543 DEAAG NAS-CC Wastewater Line&Manhole Replacement Report Created On:6/4/2025 7:03:45 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Plans 23085 RFB 6543 Drawings 4/30/2025 5:06:39 PM Invitation To Bid 23085 RFB 6543 Invitation to Bid and 4/30/2025 5:05:12 PM Specifications Addenda 23085 RFB 6543 Addendum No. 1 6/2/2025 4:04:55 PM use CONFORMED SPECIFICATIONS & 0 �,� DRAWINGS CITY OF CORPUS CHRISTI RFB No. 65431 Project No. 23085 2NOORPOP PSF'� 1852 DEAAG NAS-CC Wastewater & Manholes Replacement Specifications: https://gov.e- builder.net/da2/daLanding.aspx?QS=e71840 d4b92146329c1 ae7d83fe1 ff6f Drawings: https://gov.e- builder.net/dal/daLanding.aspx?QS=dea176 57ffce4a5a89bd 1235505170c7 Signature: U2a slCva Signature: OduA 4f eo,a511-(Aug13,202508:5]s0CUT) Gilbert anchez(AuRT,202509:27:50CDT) Email: elisas@cctexas.com Email: gilberts2@cctexas.com Signature: sherry Quesada Signature: Sherry Q.—da(Aug 13,202514:18:53 CDT) Sarah B—k-h-fer(pug 14,2025 08:12:25 CDT) Email: sherryq@cctexas.com Email: citysecretary@cctexas.com