ADDENDUM TO CONTRACT DOCUMENTS AND SPECIFICATIONS Tete Bayou Equalization Basin Levee Repairs for the City of New Iberia & IPSD #1

Similar documents
Alabama State Port Authority. Description

Construction Types: Heavy (Heavy and Sewer and Water Line) HEAVY CONSTRUCTION PROJECTS (Including Sewer and Water Lines)

Construction Types: Heavy (Heavy and Sewer and Water Line) Counties: Accomack, Essex, King George, Lancaster, Middlesex,

Solicitation FA441718R0003 Attachment 3

ATTACHMENT E INSURANCE REQUIREMENTS



LOUISIANA UNIFORM PUBLIC WORK BID FORM

DAVIS-BACON ACT WAGE DETERMINATION PER ADDENDUM NO. 1

San Juan County, New Mexico

Prevailing Wage Rates (No Fringes)

wage determination 2018 General Decision Number: PA /07/2018 PA33 Superseded General Decision Number: PA State: Pennsylvania

Construction Types: Heavy (Heavy and Sewer and Water Line) Counties: Alexandria*, Arlington, Clarke, Culpeper,

Winnebago County Housing Authority

TABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2

Invitation to Bid Hogan House Historic Painting Project

SECTION DAVIS BACON PREVAILING RESIDENTIAL WAGE RATES

BID PROPOSAL Mobilization for Non-Emergency Work Orders; 200 EA $ $ Mobilization for Emergency Work Orders; 2 EA $ $

2018 Pipelines Water and Sewer Construction Contract Pkg I

A. Project Name: Water System Automated Meter Reading Program. B. Owner: City of Florence Alabama Water & Wastewater Department

Pierre City Hall Conference Room 222 E. Dakota Avenue, Pierre, South Dakota, 57501

LOUISIANA TAX COMMISSION APPRAISALS OF PUBLIC SERVICE COMPANIES

Mortgage Delinquency and Foreclosure Trends Louisiana Third Quarter 2010

LOUISIANA UNIFORM PUBLIC WORK BID FORM

Program Recommendation

The Economic Impact of Travel on Louisiana Parishes 2006

General Decision Number: CO /26/2013 CO13. Superseded General Decision Number: CO State: Colorado. Construction Type: Heavy

Delete Davis Bacon Wage Decision TX dated 9/25/2009. Add Davis Bacon Wage Decision TX dated 3/12/2010 (attached)

Prepare + Prevent + Respond + Recover + Mitigate APPLICANT BRIEFING. Recovery_PPT_v7_2-15_4p 1

EMPLOYER PENSION REPORT DISTRICT ATTORNEYS RETIREMENT SYSTEM JUNE 30, 2017

Louisiana adds jobs over the year for eighth month in a row

EMPLOYER PENSION REPORT DISTRICT ATTORNEYS RETIREMENT SYSTEM JUNE 30, 2016

EMPLOYER PENSION REPORT PAROCHIAL EMPLOYEES RETIREMENT SYSTEM OF LOUISIANA BATON ROUGE, LOUISIANA DECEMBER 31, 2016

EMPLOYER PENSION REPORT PAROCHIAL EMPLOYEES RETIREMENT SYSTEM OF LOUISIANA BATON ROUGE, LOUISIANA DECEMBER 31, 2015

The Economic Impact of Travel on Louisiana Parishes 2005

The Economic Impact of Travel on Louisiana Parishes 2004

The Economic Impact of Travel on Louisiana Parishes 2008

Louisiana Assessors Retirement Fund and Subsidiary Employer Pension Report Baton Rouge, Louisiana September 30, 2018

NAVAL FACILITIES ENGINEERING COMMAND, MID - ATLANTIC

THIS IS NOT AN ORDER REQUEST

Request for Proposal for the Installation of 90 Smoke Detectors at Michaels J. Day Apartments For the Watervliet Housing Authority

Klamath Tribes Housing Department Invitation for Bids (IFB) IFB Number: KTHD Congregate Fire Rehab, 502 Charley Ave.

The City of Johnson City, Mayor Dawn Capra (date) November 17, 2016

The Economic Impact of Travel on Louisiana Parishes 2003

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

CONTRACT DOCUMENTS, SPECIFICATIONS AND CONTRACT DRAWINGS FOR WBV 14c.2 LEVEE LIFT PRIOR TO ARMORING PROJECT NO

The Economic Impact of Travel on Louisiana Parishes 2002

EMPLOYER PENSION REPORT PAROCHIAL EMPLOYEES RETIREMENT SYSTEM OF LOUISIANA BATON ROUGE, LOUISIANA DECEMBER 31, 2013

STATE OF LOUISIANA CRIME VICTIMS REPARATIONS BOARD ANNUAL REPORT FISCAL YEAR 2009

PROJECT NAME: SCC - Cherokee Campus Sidewalk Improvements. Table of Contents SE-310, Invitation for Construction Services...

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

LOUISIANA SCHOOL EMPLOYEES RETIREMENT SYSTEM A COMPONENT UNIT OF THE STATE OF LOUISIANA

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

Payment shall be made based on the tonnage charge set forth in CONTRACTOR'S proposal.

EMPLOYER PENSION REPORT DISTRICT ATTORNEYS RETIREMENT SYSTEM JUNE 30, 2013

TELEPHONE COMPANY AD VALOREM TAX CREDIT STATE OF LOUISIANA

In This Issue. h p:// 2 Economic Comparison. 3-4 NSA State & Area Employment. 5 8 Data Trends (Graphs) 9 15 Nonfarm Employment

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County,

Costly and Unusual: an analysis of Louisiana s Industrial Tax Exemption Program (ITEP) June togetherla.com

LAFAYETTE, LOUISIANA, AS SHOWN ON THESE SPECIFICATIONS...

Regular Plan, Plan A, & Plan B. What s inside...

In This Issue. h p:// 2 Economic Comparison. 3-4 NSA State & Area Employment. 5 8 Data Trends (Graphs) 9 15 Nonfarm Employment

In This Issue. h p:// United States Louisiana. Seasonally Adjusted. 2 Economic Comparison. 3-4 NSA State & Area Employment

LOUISIANA DEPARTMENT OF REVENUE FINANCIAL SERVICES DIVISION NET RECEIPTS REPORT FOR THE MONTH OF DECEMBER 2016 GROSS INSUFFICIENT NET TAX REVENUE

LOUISIANA DEPARTMENT OF REVENUE FINANCIAL SERVICES DIVISION NET RECEIPTS REPORT FOR THE MONTH OF NOVEMBER 2016 GROSS INSUFFICIENT NET TAX REVENUE

LOUISIANA DEPARTMENT OF REVENUE FINANCIAL SERVICES DIVISION NET RECEIPTS REPORT FOR THE MONTH OF JUNE 2016 GROSS INSUFFICIENT NET TAX REVENUE

LOUISIANA DEPARTMENT OF REVENUE FINANCIAL SERVICES DIVISION NET RECEIPTS REPORT FOR THE MONTH OF FEBRUARY 2015 GROSS INSUFFICIENT NET TAX REVENUE

In This Issue. h p:// 2 Economic Comparison. 3-4 NSA State & Area Employment. 5 8 Data Trends (Graphs) 9 15 Nonfarm Employment

LOUISIANA DEPARTMENT OF REVENUE FINANCIAL SERVICES DIVISION NET RECEIPTS REPORT FOR THE MONTH OF MARCH 2018 GROSS INSUFFICIENT NET TAX REVENUE

LOUISIANA DEPARTMENT OF REVENUE FINANCIAL SERVICES DIVISION NET RECEIPTS REPORT FOR THE MONTH OF MAY 2018 GROSS INSUFFICIENT NET TAX REVENUE

LOUISIANA DEPARTMENT OF REVENUE FINANCIAL SERVICES DIVISION NET RECEIPTS REPORT FOR THE MONTH OF FEBRUARY 2018 GROSS INSUFFICIENT NET TAX REVENUE

LOUISIANA DEPARTMENT OF REVENUE FINANCIAL SERVICES DIVISION NET RECEIPTS REPORT FOR THE MONTH OF JULY 2018 GROSS INSUFFICIENT NET TAX REVENUE

NOTICE TO BIDDER / REQUEST FOR CONSTRUCTION BID / INSTRUCTIONS TO BIDDERS. [SEPTIC to SEWER]

EMPLOYER PENSION REPORT DISTRICT ATTORNEYS' RETIREMENT SYSTEM WNE30, 2017

The Economic Impact of Travel on Louisiana Parishes 2001

.z:> By: Dan Tadic, P.E. Acting Public Works Director

NOTICE TO BIDDER / REQUEST FOR CONSTRUCTION BID / INSTRUCTIONS TO BIDDERS. [SEPTIC to SEWER]

LOUISIANA EMPLOYMENT AND WAGES October 2002

THE RESTORE LOUISIANA HOMEOWNER ASSISTANCE PROGRAM

WITHDRAWN BEFORE MEETING

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

PROPOSAL PACKAGE INFORMATION SHEET

TABLE OF CONTENTS. TABLE OF CONTENTS... 2 to 5. INVITATION TO BID... 6 to 7 INFORMATION AVAILABLE TO BIDDERS..8. INSTRUCTIONS TO BIDDERS...

REQUEST FOR PROPOSALS

PROJECT MANUAL BID FORMS. Taxiways P and P7 Drainage Improvements CONTRACT NO Issued for Bid August 25, 2014

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

County of Grande Prairie No. 1 INSTRUCTIONS TO TENDERERS TENDER # La Glace Wastewater Lagoon Berm Removal and Repair

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

LONE TREE SCHOOL FLOORING REPLACEMENT

Importing Returns Louisiana Import File Structure

GP-4-1 of 9 GP-4 SCOPE OF WORK

ADDENDUM 1. Bid# , Bosque Bonito Units 1 and 2 Sewer System Improvement Project

Field 6 Fence Phase 1

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

FINAL AGENDA STATE BOND COMMISSION MEETING OF JUNE 16, :00 A.M. - SENATE COMMITTEE ROOM A STATE CAPITOL BUILDING

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

NOTICE INVITING BIDS

NOTICE INVITING BIDS

Transcription:

ADDENDUM TO CONTRACT DOCUMENTS AND SPECIFICATIONS Tete Bayou Equalization Basin Levee Repairs for the City of New Iberia & IPSD #1 ADDENDUM NO. 1 APRIL 4, 2019 The following items shall take precedence over referenced to counterparts in the specifications, contract drawings and any other documents in conflict herewith. Item No. 1 REFER to the Specifications and Contract Documents, Wage Rate Determination General Determination. Include the attached General Decision No. LA190004, dated 1/18/2019. This decision supersedes any other federal wage decision regarding this project. Please consider it when preparing your bid. Item No. 2 Item No. 3 Item No. 4 Received by: Signed: Company: The attached minutes of the mandatory Pre-bid Meeting Minutes are hereby included in this addendum. REFER to the Specifications and Contract Documents, Supplemental Geotechnical Engineering Analyses, p. 3. Note that the geotechnical recommendations states that The temporary earthen cofferdam should be constructed using the same material and compaction recommendations given in our referenced report. For clarification, this means that all material used in constructing the temporary earthen cofferdam must be select borrow from off site the same material as specified for construction of the levee repairs. The only difference is that for the cofferdam, the pay items are lump sum for construction and lump sum for removal, with some unit price items for spoil material spread on site and spoil material hauled to LDEQ approved landfill (see notes on plans). REFER to the Specifications and Contract Documents, Louisiana Uniform Public Work Bid Form. DELETE the Bid Form and SUBSTITUTE the attached, revised Bid Form. Note that the units and quantity for Item 21, Spoil Material Hauled to LDEQ Approved Landfill, have changed. Units will be ton (Contractor will furnish tickets from the official scales used to weigh the trucks). Dated: FAX THIS SIGNED PAGE TO DOMINGUE, SZABO & ASSOCIATES, INC. AT 337-237-7132; OR RESPOND TO EMAIL ACKNOWLEDGING RECEIPT OF ADDENDUM End of Addendum No. 1 ABCD END OF ADDENDUM NO. 1 4806.12 1 Addendum No. 1

https://www.wdol.gov/wdol/scafiles/davisbacon/la4.dvb?v=1 1 of 5 4/1/2019, 9:35 AM General Decision Number: LA190004 01/18/2019 LA4 Superseded General Decision Number: LA20180006 State: Louisiana Construction Type: Heavy Counties: Allen, Assumption, Avoyelles, Beauregard, Bienville, Caldwell, Cameron, Catahoula, Claiborne, Concordia, De Soto, East Carroll, East Feliciana, Evangeline, Franklin, Grant, Iberia, Iberville, Jackson, Jefferson Davis, La Salle, Lincoln, Madison, Morehouse, Natchitoches, Pointe Coupee, Red River, Richland, Sabine, St Helena, St Mary, Tangipahoa, Tensas, Union, Vermilion, Vernon, Washington, West Carroll, West Feliciana and Winn Counties in Louisiana. HEAVY CONSTRUCTION PROJECTS (includes water wells, water & sewer lines, and flood control; excludes elevated storage tanks) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.60 for calendar year 2019 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 1 01/18/2019 ELEC0130-007 12/03/2018 ASSUMPTION AND ST. MARY (Northeast of Atchafalaya River) PARISHES Rates Fringes ELECTRICIAN...$ 30.93 11.78 ELEC0194-006 09/04/2017 BIENVILLE, CLAIBORNE, DE SOTO, NATCHITOCHES (Northeast of the

https://www.wdol.gov/wdol/scafiles/davisbacon/la4.dvb?v=1 2 of 5 4/1/2019, 9:35 AM Red River), and RED RIVER PARISHES Rates Fringes ELECTRICIAN Lineman and Heavy Equipment Operator...$ 28.25 11.35 ELEC0446-004 01/01/2018 CALDWELL, EAST CARROLL, FRANKLIN, JACKSON, LINCOLN, MADISON, MOREHOUSE, RICHLAND, TENSAS, UNION, and WEST CARROLL PARISHES Rates Fringes ELECTRICIAN...$ 23.71 1%+11.60 ELEC0576-002 09/01/2018 AVOYELLES, CATAHOULA, CONCORDIA, EVANGELINE, GRANT, LA SALLE, NATCHITOCHES (Southwest of Red River), SABINE, VERNON, AND WINN PARISHES Rates Fringes ELECTRICIAN...$ 25.10 4.25%+7.65 ELEC0861-004 09/01/2018 ALLEN, BEAUREGARD, CAMERON, IBERIA, JEFFERSON DAVIS, ST. MARY (Southwest of Atchafalaya River), AND VERMILION PARISHES Rates Fringes ELECTRICIAN...$ 27.78 13.25 * ELEC0995-002 12/31/2018 EAST FELICIANA, IBERVILLE, POINTE COUPEE, ST. HELENA, AND WEST FELICIANA PARISHES Rates Fringes ELECTRICIAN...$ 26.08 11.15 ELEC1077-005 10/29/2018 TANGIPAHOA and WASHINGTON PARISHES Rates Fringes ELECTRICIAN...$ 24.53 3%+8.93 SULA2004-008 05/19/2004 Rates Fringes CARPENTER (including formsetting/formbuilding)...$ 14.75 0.00

https://www.wdol.gov/wdol/scafiles/davisbacon/la4.dvb?v=1 3 of 5 4/1/2019, 9:35 AM Laborers: Common...$ 7.60 0.00 Pipelayer...$ 8.47 0.00 PIPEFITTER (excluding pipelaying)...$ 18.75 4.05 Power equipment operators: Backhoe/Excavator...$ 11.67 0.00 Boring Machine...$ 10.25 0.00 Bulldozer...$ 11.82 0.00 Crane...$ 13.60 0.00 Dragline...$ 13.12 0.00 Front End Loader...$ 9.93 0.00 Mechanic...$ 12.50 0.00 Trackhoe...$ 11.99 0.00 Tractor...$ 10.43 0.00 Water Well Driller...$ 10.73 2.01 Truck drivers: Dump...$ 10.00 0.00 Water...$ 8.00 0.00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate).

https://www.wdol.gov/wdol/scafiles/davisbacon/la4.dvb?v=1 4 of 5 4/1/2019, 9:35 AM Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/cba rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be:

https://www.wdol.gov/wdol/scafiles/davisbacon/la4.dvb?v=1 5 of 5 4/1/2019, 9:35 AM * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION

PRE-BID MEETING Minutes Tete Bayou Equalization Basin Levee Repairs for the City of New Iberia & IPSD #1 The meeting was convened at 2:00 p.m. on Wednesday March 27, 2019, at City Hall, 457 E. Main Street, Room 300, New Iberia, Louisiana. The following were discussed: 1. A Sign in Sheet was available and the list of attendees is attached to these minutes. 2. Minutes of this Pre-bid meeting will be sent to attendees, plan holders, and a copy will be attached to the forthcoming addendum which will also be available at the City s online electronic bidding site. 3. Owner: The Owner is the City of New Iberia and Iberia Parish Sewerage District No. 1 o Vince Palumbo (Wastewater Director for City of New Iberia) o Anita Boudreaux (Executive Director for IPSD #1) [not present] o Barry Segura (representing IPSD #1 o Mayor Freddie DeCourt (Mayor of the City of New Iberia) [present for part of the meeting] 4. Engineers: Domingue, Szabo & Associates, Inc. o George G. Glaubrecht general construction administration o Beau Desormeaux general construction administration o Bill Allain Electrical Engineer [not present] o Shaun Simon Eustis Engineering (geotechnical engineers) [not present] 5. Bid Date: Sealed bids will be received by the City of New Iberia, Louisiana, at City Hall, 457 E. Main Street, Room 300, New Iberia, Louisiana until 2:00 pm on Wednesday, April 10, 2019 6. Contract Time: 365 Calendar Days from Notice to Proceed (Section 00500). Liquidated Damages $1,260 per calendar day (Article 31, Section 00700). Contract provides for additional days if days lost are in excess of anticipated lost days listed in the contract. 7. Scope of work - The work consists of the earthwork repair of existing equalization pond embankments, temporary cofferdams, piping modifications, access roadway work, dewatering, pumping, electrical modifications, and associated work. 8. Engineer s Estimate for Construction - $3,595,202. 9. Prior Approval of Products: Prior approval must be requested a minimum of seven (7) working days prior to bid opening in accordance with Louisiana Revised Statutes 38:2295. Hard copies of all information is required (Fax submittals are not acceptable; pdf by email is acceptable but engineer not Page 1 of 4 S:\4806.00\4806.12\4806.12 Pre-bid Meeting Minutes.docx

responsible for not receiving spam filters, etc.). Each submittal must show specific model numbers, options, and features, which clearly establish full compliance with the project specifications (and drawings as applicable). All such requests are logged, filed, and responded to either by inclusion in a prior approval addendum or rejection and response explaining the rejection. 10. Access to Site and Site Security: Coordinate with City of New Iberia and/or IPSD #1. In general, access to the site will be via Cotton St. for construction equipment. 11. Staging/Storage: Coordinate with City of New Iberia and/or IPSD #1 12. Permits The Contractor is responsible for obtaining all necessary permits to construct the project. Vince Palumbo will check on whether Iberia Parish will require any permits from the Parish. An item regarding this will be included in the addendum if necessary. 13. Addendum Items to be issued before 2 pm April 5, 2019. 14. Wage rate determination will be included in the addendum. 15. Contractors must review and follow all requirements in the specifications relative to MBE/WBE participation. Discussion of project: 1. Access Cotton St. 2. Limitations on traffic notes on plans regarding restriction of construction equipment and construction traffic 3. Dewatering and maintenance of dewatering was discussed. Contractor will have to provide dewatering of his own in addition to use of the Owner s pump station. Use of Owner s pump station will have to be coordinated with Owner. {Once cofferdam is built, Contractor is responsible for dewatering his work area and coordinating such work with the Owner. Initial dewatering will be by Owner to the extent that their pump station can dewater the basin. Further dewatering to allow for the planned construction will be the responsibility of the Contractor; e.g., there may be puddles of water that cannot get to the pump station after most of the water is removed.} 4. Scheduling and maintenance of WWTP plant operations was discussed. Contractor will be restricted as to pumping water back into the WWTP based on capability of the WWTP to treat flow without failing treatment limits. 5. Deposition of sludge at landfill was discussed see notes on plans. Special licenses are required for the haulers and material must go to approved landfill for this specific material. 6. Engineer said that contractors must pay attention to measurement and payment clauses in the contract. For example, material hauled to landfill is paid for by cubic yard truck measure, but contractors must include all costs associated with this item removal, dewatering, testing, hauling, tipping fees at landfill, etc. 7. No burning or disposal of tree removal on site will be permitted. 8. Location for on site spoil deposition was discussed and is shown on plans. Page 2 of 4 S:\4806.00\4806.12\4806.12 Pre-bid Meeting Minutes.docx

9. Gas pipelines were discussed. Permits from the gas line companies will be required and all pertinent requirements of those permits must be included in the bids. The ownership of the pipelines should be confirmed with Louisiana One Call since the names shown on the plans were the owners at some time, but ownership may have changed in recent times. 10. Electrical and Aerators and Lighting were discussed. A question was asked as to re-use of existing materials and what would happen if they were already damaged. Engineer said that pre-existing condition should be documented by Contractors and any observed potential problems brought to Engineer s attention prior to re-installation (to avoid disputes after the fact and/or change orders regarding whether items were previously in bad condition or whether the damage was caused by the contractor during this project). All old conduit, wire, etc. to be removed, replaced with new materials. 11. A question was asked regarding whether electrical conduit runs could be bored or would they have to be trenched. Engineer said the method was not specified, but either would be acceptable. If trenching is used, proper compaction will be enforced. 12. Coordination with geotechnical consultants will be required during construction (for establishing the limits of excavation, reconstruction, traffic restrictions, etc.). 13. Once cofferdam is constructed, it will not be available for use for construction traffic. 14. In general, Contractors cannot use the repaired levees for construction traffic. Contractors will have to make temporary construction roads, ramps, and other means of avoiding use of repaired levees for construction traffic, since there is concern for making the existing levee deterioration even worse with such traffic. 15. Monthly progress meetings will be held and weather and working day reports will be reviewed and agreed upon on a monthly basis. 16. Payments will be made by the City of N.I. and they will be reimbursed by IPSD #1 in accordance with their intergovernmental agreement. 17. Contractors asked whether Builder s Risk Insurance was required. Per the General Conditions, Article 6, Builder s Risk Insurance is required. Engineers checked with the City s agent (Brown & Brown) prior to issuance of specifications and were instructed by the City to keep the requirement for this insurance for this project. 18. There was some discussion regarding the temporary sheeting item. Engineer stated that it was anticipated that some sheeting as such might be required in the vicinity of the existing pump station in order to assist in protecting that structure during the construction required under this contract. 19. The bench construction dimensions shown on the plan were discussed. There is some flexibility and, subject to concurrence of the geotechnical engineers, modifications that will produce the same final results will be considered and allowed. Page 3 of 4 S:\4806.00\4806.12\4806.12 Pre-bid Meeting Minutes.docx

20. A contractor questioned whether the concrete was reinforced. Engineer stated that the concrete pads under the valves in the basin were plain concrete but Contractors should check specifications to see if fibers or other such reinforcing were required. 21. A contractor asked if the posts, valves, etc. were to remain permanently. Engineer responded that most improvements are permanent. The cofferdam will be required to be removed as will temporary sheeting. 22. The articulating block mat used to protect the cofferdam during construction will be removed when the cofferdam is removed and re-used on a part of the basin slopes. This is included in the contract. 23. {The Owner will have to coordinate site security and access to the fenced area of the plant with the contractor}. 24. Once the meeting was adjourned, several contractors, the Owner s representatives, and the Engineers visited the site of the project. 25. On site a question was asked as to whether the Contractor could use available electricity. Engineer replied that Contractor would have to make arrangements with the utility and have his own meter (pay his own electrical utility costs). These minutes are a general summary of topics discussed at the subject meeting. Comments in brackets {}were not necessarily discussed in the meeting, but were added to these minutes for information. Any comments, requested revisions, or omissions should be brought to the attention of George G. Glaubrecht with Domingue, Szabo & Associates, Inc., and should be submitted in writing. Revised minutes will be issued if significant revisions or additions are required. Minutes of the Pre-Bid meeting will be sent to official plan holders and attendees who signed the sign in sheet at the meeting. The meeting ended around 3:00 p.m. Sincerely, DOMINGUE, SZABO & ASSOCIATES, INC. ^ George G. Glaubrecht, P.E. Enclosures Page 4 of 4 S:\4806.00\4806.12\4806.12 Pre-bid Meeting Minutes.docx

TETE BAYOU WWTP EQUALIZATION BASIN LEVEE REPAIRS (2019) For the CITY OF NEW IBERIA & IBERIA PARISH SEWERAGE DISTRICT NO. 1 TO: REVISED LOUISIANA UNIFORM PUBLIC WORK BID FORM City of New Iberia, LA City Hall 457 E. Main Street New Iberia, LA (Owner to provide name and address of owner) BID FOR: Tete Bayou WWTP Equalization Basin Levee Repairs (2019) (Owner to provide name of project and other identifying information) The undersigned bidder hereby declares and represents that she/he; a) has carefully examined and understands the Bidding Documents, b) has not received, relied on, or based his bid on any verbal instructions contrary to the Bidding Documents or any addenda, c) has personally inspected and is familiar with the project site, and hereby proposes to provide all labor, materials, tools, appliances and facilities as required to perform, in a workmanlike manner, all work and services for the construction and completion of the referenced project, all in strict accordance with the Bidding Documents prepared by: Domingue, Szabo & Associates, Inc. and dated: January, 2019 (Owner to provide name of entity preparing bidding documents.) Bidders must acknowledge all addenda. The Bidder acknowledges receipt of the following ADDENDA: (Enter the number the Designer has assigned to each of the addenda that the Bidder is acknowledging). TOTAL BASE BID: For all work required by the Bidding Documents (including any and all unit prices designated Base Bid * but not alternates) the sum of: Dollars ($ ) ALTERNATES: For any and all work required by the Bidding Documents for Alternates including any and all unit prices designated as alternates in the unit price description. Alternate No. 1 (Owner to provide description of alternate and state whether add or deduct) for the lump sum of: N/A Dollars ($ ) Alternate No. 2 (Owner to provide description of alternate and state whether add or deduct) for the lump sum of: N/A Dollars ($ ) Alternate No. 3 (Owner to provide description of alternate and state whether add or deduct) for the lump sum of: N/A Dollars ($ ) NAME OF BIDDER: ADDRESS OF BIDDER: LOUISIANA CONTRACTOR S LICENSE NUMBER: NAME OF AUTHORIZED SIGNATORY OF BIDDER: TITLE OF AUTHORIZED SIGNATORY OF BIDDER: SIGNATURE OF AUTHORIZED SIGNATORY OF BIDDER **: DATE: ADDENDUM No. 1

* The Unit Price Form shall be used if the contract includes unit prices. Otherwise it is not required and need not be included with the form. The number of unit prices that may be included is not limited and additional sheets may be included if needed. ** If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with La. R.S. 38:2212(A)(1)(c) or RS 38:2212(O). BID SECURITY in the form of a bid bond, certified check or cashier s check as prescribed by LA RS 38:2218.A is attached to and made a part of this bid. ADDENDUM No. 1

TO: City of New Iberia, LA City Hall 457 E. Main Street New Iberia, LA (Owner to provide name and address of owner) REVISED LOUISIANA UNIFORM PUBLIC WORK BID FORM UNIT PRICE FORM BID FOR: Tete Bayou WWTP Equalization Basin Levee Repairs (2019) (Owner to provide name of project and other identifying information) UNIT PRICES: This form shall be used for any and all work required by the Bidding Documents and described as unit prices. Amounts shall be stated in figures and only in figures. DESCRIPTION: þ Base Bid or q Alt.# Mobilization and General Conditions 1 1 Lump Sum DESCRIPTION: þ Base Bid or q Alt.# Preservation and Restoration of Private Property 2 1 Lump Sum DESCRIPTION: þ Base Bid or q Alt.# Clearing 3 1 Lump Sum DESCRIPTION: þ Base Bid or q Alt.# Compacted Aggregate (no. 610 limestone), per ton 4 205 Ton DESCRIPTION: þ Base Bid or q Alt.# Limestone for Maintenance (no. 610 limestone) 5 50 Ton DESCRIPTION: þ Base Bid or q Alt.# Limestone for Stability Berm (no. 57) 6 5,800 Ton DESCRIPTION: þ Base Bid or q Alt.# Geotextile Fabric 7 50,189 Square Yard ADDENDUM No. 1

DESCRIPTION: þ Base Bid or q Alt.# Excavation 8 24,000 Cubic Yard DESCRIPTION: þ Base Bid or q Alt.# Embankment for Levee Reconstruction 9 40,000 Cubic Yard DESCRIPTION: þ Base Bid or q Alt.# Hydroseeding 10 1 Lump Sum DESCRIPTION: þ Base Bid or q Alt.# Temporary Signs and Barricades 11 1 Lump Sum DESCRIPTION: þ Base Bid or q Alt.# Formed Concrete 12 6 Cubic Yard DESCRIPTION: þ Base Bid or q Alt.# Unformed Concrete 13 5 Cubic Yard DESCRIPTION: þ Base Bid or q Alt.# Fill-Crete 14 5 Cubic Yard DESCRIPTION: þ Base Bid or q Alt.# Temporary Cofferdam Installation 15 1 Lump Sum DESCRIPTION: þ Base Bid or q Alt.# Temporary Cofferdam Removal 16 1 Lump Sum ADDENDUM No. 1

DESCRIPTION: þ Base Bid or q Alt.# Outfall Extension Piping, Valves, Fittings & Appurtenances (Installed) 17 1 Lump Sum DESCRIPTION: þ Base Bid or q Alt.# Removal and Replacement of Aerators, Electrical Panels, Poles, Conduit, & Wiring 18 1 Lump Sum DESCRIPTION: þ Base Bid or q Alt.# Temporary Support, Modifications, Reconstruction at Basin Outfall Pump Station 19 1 Lump Sum DESCRIPTION: þ Base Bid or q Alt.# Spoil Material Spread on Site 20 35,000 Cubic Yard DESCRIPTION: þ Base Bid or q Alt.# Spoil Material Hauled to LDEQ Approved Landfill 21 9,860 Tons DESCRIPTION: þ Base Bid or q Alt.# Erosion Control Measures 22 1 Lump Sum DESCRIPTION: þ Base Bid or q Alt.# Grade & Shape Earthen Access Drive & Ditches 23 1 Lump Sum DESCRIPTION: þ Base Bid or q Alt.# Rip Rap 24 1 Lump Sum ADDENDUM No. 1

DESCRIPTION: þ Base Bid or q Alt.# Temporary Sheeting 25 5,000 Square Foot Wording for DESCRIPTION is to be provided by the Owner. All quantities are estimated. The contractor will be paid based upon actual quantities as verified by the Owner ADDENDUM No. 1

BID BOND FOR TETE BAYOU WWTP EQUALIZATION BASIN LEVEE REPAIRS (2019) Date: KNOW ALL MEN BY THESE PRESENTS: That of, as Principal, and, as Surety, are held and firmly bound unto the City of New Iberia, Louisiana (Obligee), in the full and just sum of five (5%) percent of the total amount of this bid, including all alternates, lawful money of the United States, for payment of which sum, well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally firmly by these presents. Surety represents that it is listed on the current U. S. Department of the Treasury Financial Management Service list of approved bonding companies as approved for an amount equal to or greater that the amount for which it obligates itself in this instrument or that it is a Louisiana domiciled insurance company with at least an A - rating in the latest printing of the A. M. Best's Key Rating Guide. If surety qualifies by virtue of its Best's listing, the Bond amount may not exceed ten percent of policyholders' surplus as shown in the latest A. M. Best's Key Rating Guide. Surety further represents that it is licensed to do business in the State of Louisiana and that this Bond is signed by surety's agent or attorney-in-fact. This Bid Bond is accompanied by appropriate power of attorney. THE CONDITION OF THIS OBLIGATION IS SUCH that, whereas said Principal is herewith submitting its proposal to the Obligee on a Contract for: TETE BAYOU WWTP EQUALIZATION BASIN LEVEE REPAIRS (2019) NOW, THEREFORE, if the said Contract be awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing and give a good and sufficient bond to secure the performance of the terms and conditions of the Contract with surety acceptable to the Obligee, then this obligation shall be void; otherwise this obligation shall become due and payable. PRINCIPAL (BIDDER) SURETY BY: AUTHORIZED OFFICER-OWNER-PARTNER BY: AGENT OR ATTORNEY-IN-FACT(SEAL) ADDENDUM No. 1