Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2021-R0419 - Contract 15944 with Garney Companies 10.26.21
Resolution No. 2021-R0419 Item No. 7.8 October 26, 2021 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Public Works Contract No. 15944 for replacement pumps, motors, and starters for Pump Station No. 4 as per RFP 21-15944-TF, by and between the City of Lubbock and Gamey Companies, Inc. of North Kansas City, Missouri, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on October 26, 2021 DANIEL M. POPE, MAYOR ATTEST: Rebe a Garza, City Secretary APPROVED AS TO CONTENT: C� Jesica Mc achern, Assistant City Manager APPROVED AS TO FORM: I & -hM4� -� elli Leisure, Assistant City Attorney ccdocs/RES.Contract 15944 - Pump Station #4 replacements 09.27.21 PROPOSAL SUBMITTAL FORM PRICE PROPOSAL CONTRACT DATE: September 8, 2021 PROJECT NUMBER: RFP 21-15944-TF Replacement Pumps, Motors, and Starters for Pump Station No. 4 Proposal of Garney Companies, Inc. (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the Replacement Pumps, Motors, and Starters for Pump Station No. 4 having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated. The price to cover all expenses incurred in performing the work required under the contract documents. Required Substantial Completion Date of the Proiect Equipment Required Substantial Completion Date of the project equipment is December 16, 2022. If Bidder Proposes to Accelerate the Schedule, then the Guaranteed Substantial Completion Date Shall Be Spelled Out in Words Below and Written 12 / 16 / 2022 Numerically in the Blank to the Right. If awarded the Contract, then the Date Written in Will Become the Contractual Date. December Sixteenth, Two Thousand Twenty -Two. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: 450 to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: 510 to Final Completion) (not to exceed 450 consecutive calendar days to Substantial Completion / 510 consecutive calendar days to Final Completion). Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 450 Consecutive Calendar Days with final completion within 510 Consecutive Calendar Days as stipulated in the specification and other City of Lubbock, TX Public Works RFP 21-15944-TF Replacement Pumps, Motors, and Starters for Pump Station No. 4 Garney Companies, Inc. of North Kansas City, MO Item Description QTY (+/-) UoM Unit Cost Extended Cost Furnish and install two (2) Horizontal Split Case Pumping Units including motor and base at rated capacity as specified with each pump running individually to produce 15.0 MGD at 185 feet TDH with guaranteed wire -to -water efficiency as stated in #0-1 Attachment A of specification 43 23 21.13. The 2 EA $541,000 1,082,000 guaranteed wire to water efficiency of each pump and motor at the rated flow and head, as stated in Specification 43 23 21.13 Attachment A, shall be submitted. This efficiency does not include losses in the starters because they will be provided by others. #0-2 Furnish one (1) 5KV Motor Control Center 1 LS 340,000 340,000 Replacement of Pumps and Motors for Pump Station No. #0-3 4 completely as shown in the specifications excluding 1 LS 32,000 32,000 Pay Items: 1 and 2 Add(+) or Deduct (-) Provision is made for Offeror to include an addition or #0-4 deduction in his proposal, if he wishes, to reflect any last- 1 LS - - minute adjustments in price. This addition or subtraction will be applied to pay item 3. Alternate 1 Contractor Installation of 5KV Motor Control Center (To include unloading; storage; warranty period removal, # 1-1 loading, and re -installation; installation; and field testing 1 LS 50,000 50,000 of the 5KV Motor Control Center) Total: $ 1,504,000 contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $1,000 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $2,000 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for or a Proposal Bond in the sum of five percent of bid Dollars ($ 5% of bid ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) GOM�q,y'•., ATTEST: Q; CORPORATE Secretary Tom Roberts SSOUR� Offeror acknowledges receipt of the following addenda: Addenda No. 1 Date 8/4/21 Addenda No. 2 Date 8/13/21 Addenda No. 3 Date 9/1/21 Addenda No. Date Date: September 8, 2021 -9 �s Authorized Signature Michael E. Gardner, Director (Printed or Typed Name) Garney Companies, Inc. Company 1700 Swift Street Address North Kansas City , Clay City, County Missouri 64116 State Zip Code Telephone: 816 - 741-4600 Fax: 816 - 278-5913 Email: mgardner@garney.com FEDERAL TAX ID or SOCIAL SECURITY No. 44-0658613 M/WBE Firm: Woman I I Black American Native American Hispanic American I I Asian Pacific American Other (Specify) CERTIFICATE OF INTERESTED PARTIES FORM 1295 loft Complete Nos. i - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 12021-810419 i Name of business entity filing form, and the city, state and country of the business entity's place of business. Garney Companies, Inc. North Kansas City, MO United States Date Filed: 10/07/2021 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock, TX Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. RFP 21-15944-TF Replacement Pumps, Motors, and Starters for Pump Station No. 4 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. X Lii 6 UNSWORN DECLARATION My name is Michael E. Gardner and my date of birth is My address is 1772 W Sam Houston Parkway N Houston TX , 77043 USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Harris County, State of Texas , on the 8thday ofSeptember20 21 4.4 Yea (month) (year) Signature of authori ent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.191b5cdc CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2021-810419 Garney Companies, Inc. North Kansas City, MO United States Date Filed: 10/07/2021 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock, TX Date Acknowledged: 10/20/2022 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. RFP 21-15944-TF Replacement Pumps, Motors, and Starters for Pump Station No. 4 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Parry. ❑ X 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.191b5cdc BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: October 26.2021 CITY OF LUBBOCK SPECIFICATIONS FOR Replacement Pumps, Motors, and Starters for Pump Station No. 4 RFP 21-15944-TF CONTRACT 15944 PROJECT NUMBER: 92513.9241.30000 Plans & Specifications may be obtained from https:Hci-lubbock-tx.bonfirehub.com/ City of 1 ' bb o cn TEXAS CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank Addenda Page Intentionally Left Blank Cty of bbock TExas ADDENDUM 1 Davis Bacon Wage Determinations REP 21-15944-TF Replacement Pumps, Motors, and Starters for Pump Station No. 4 DATE ISSUED: August 4, 2021 CLOSE DATE: August 18, 2021 at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP) Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Davis Bacon Wale Determinations Replace the City of Lubbock Wage Determinations with the Davis Bacon Wage determinations, attached. DELETE: City of Lubbock Wage Determinations REPLACE WITH: Davis Bacon Wage Determinations All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Asst. Director City of Lubbock Purchasing and Contracts Management Office 1314 Ave. K, Floor 9 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFloreskmylubbock.us Questions are preferred to be posted on Bonfire. THANK YOU, ?e*& �'&w CITY OF LUBBOCK Teofilo Flores Asst. Director City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. DAVIS BACON WAGE DETERMINATIONS EXHIBIT A General Decision Number: TX20210002 01 /01 /2021 Superseded General Decision Number: TX20200002 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.95 for calendar year 2021 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 $10.95 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 2021. 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 01/01/2021 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ...................... $ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 Structures ..................$ 13.52 LABORER Asphalt Raker ............... $ 12.28 Flagger.....................$ 9.30 Laborer, Common .............$ 10.30 Laborer, Utility ............ $ 11.80 Work Zone Barricade Servicer....................$ 10.30 POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 Asphalt Paving Machine ...... $ 13.40 Broom and Sweeper ........... $ 11.21 Crane, Lattice Boom 80 Tons or Less ................ $ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or less ...... $ 13.46 Front End Loader Operator, Over 3 CY...................$ 12.77 Front End Loader, 3CY or less ..... $ 12.28 Loader/Backhoe..............$ 14.18 Mechanic .................... $ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine.......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 Roller, Asphalt ............. $ 10.95 Roller, Other ...............$ 10.36 Scraper .....................$ 10.61 Spreader Box ................ $ 12.60 Servicer .........................$ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER Lowboy -Float ................ $ 14.46 Single Axle ................. $ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................ $ 12.49 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). 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: * 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 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. The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, END OF GENERAL DECISION project description, area practice material, etc.) that the requestor considers relevant to the issue. EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. bb'of ock TEXAS ADDENDUM 2 Closing Date Extension & Engineer's Addendum Number 002 RFP 21-15944-TF Replacement Pumps, Motors, and Starters for Pump Station No. 4 DATE ISSUED: August 13, 2021 NEW CLOSE DATE: September 1, 2021, at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum with your proposal. Closing Date Extension The closing date has been extended to Wednesday, September 1, 2021, at 2:OOPM CST. Enzineer's Addendum Number 002 1. Please see Engineer's Addendum Number 002, attached. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Asst. Director City of Lubbock Purchasing and Contracts Management Office 1314 Ave. K, 9th Floor Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFloreskmylubbock.us Questions are preferred to be posted on Bonfire. THANK YOU, %lea �16"w CITY OF LUBBOCK Teofilo Flores Asst. Director City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a since source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. CITY OF LUBBOCK, TEXAS Replacement Pumps, Motors, and Starters for Pump Station No.4 LU B19278 ADDENDUM NO.2 08/13/2021 00 91 13 ADDENDUM NUMBER 002 The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid Form. = P�� OF TF�1 * ....... ......: . 01 .......................... MICHAEL A. MCBEE00 • ........................... '0 /�'• 130463 100 :I/cNAV ENS�O•: IIFSS 0....••' G`� t/1 3/2021 FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 Addenda 002 00 91 13 - 1 LUB 19278 — Replacement Pumps, Motors, and Starters for Pump Station No.4 TECHNICAL SPECIFICATIONS: Section 43 23 21.13 Horizontal Split -Case Centrifugal Pumping Units Reference Page 1, Paragraph 1.01.H Addition: Add the following paragraphs as 1.01.H.2 & 1.01.H.3 & 1.01.H.4: 2. Suction Connection: The suction flange of the existing pumps (PS4-P3 and PS4-P4) connects to a 24-inch by 16-inch flange by flange concentric reducer, 24-inch flanged coupling adapter, and straight piece of 24-inch flange by plain end pipe. See Attachment D. Contractor may replace existing 24-inch by 16-inch concentric reducer and 24-inch flange by plain end straight piece of pipe for fit of proposed pump to existing suction piping. Existing 24-inch flanged coupling adapter shall remain. Price for suction piping modification shall be included in the proposal. No extra pay will be made for suction reducer fitting or 24-inch diameter straight pipe on the suction side of the pump. 3. Discharge Connection: The discharge flange of the existing pumps (PS4-P3 and PS4-P4) connects to a reducing elbow fitting connecting the pump to an existing 18-inch ball valve. See Attachment D. Contractor may replace existing reducing elbow but must make connection to existing ball valve. Price for reducing elbow shall be included in the proposal. No extra pay will be made for fittings or pipe modifications on the discharge side of the pump. 4. Fittings and straight pipe needed to make connections to existing shall be liquid epoxy coated and lined steel pipe and shall comply with the latest editions of the following industry standards: AWWA C-200, C-207, C-208, and C-210. Pipe and flanges shall be rated for a working pressure of 150 PSI. Contractor to coordinate flange pattern with adjacent piping. Reference Page 2, Paragraph 1.01 Addition: Add the following as paragraph 1.01.K. K. Pump, motor, and base to be demolished for installation of proposed equipment shall be disposed of offsite by the contractor. Reference Page 2, Paragraph 1.03.A.3 Modification: Modify the paragraph to read as follows: 3. All components of the pump and baseplate shall be supplied, assembled, and warranted by one of the approved pump manufacturers or a manufacturer's authorized representative. Pump components shall NOT be acquired from separate entities and assembled as a final product by a manufacturer's representative unless the pump manufacturer issue a letter of compatibility with manufacturer's representative provided base plate. Reference Page 15, Paragraph 1.08.B.2 Modification: In the Pumping Conditions table, modify the Maximum Motor Speed, RPM. row to read as follows: Maximum Motor Speed, RPM 1 1590 1200 1 1590 1200 Addenda 002 00 91 13 - 2 LUB 19278 — Replacement Pumps, Motors, and Starters for Pump Station No.4 Reference Page 16, Paragraph 1.09.113.1 Modification: Modify the paragraph to read as follows: In comparing proposals, the Owner will take into consideration the guaranteed efficiencies of the pumps at the specified rated head and flow conditions as stated in the bid proposal. For purposes of evaluation, the overall efficiency of the pumping units shall be the average of the guaranteed wire -to -water efficiencies (exclusive of starter efficiency) at the Efficiency Evaluation Point for PS4-P3 and PS4-P4. The total value for all pumps of one (1%) percent in overall wire -to -water efficiency (the average of the two guaranteed efficiency points) shall be worth $25,000 during the evaluation of proposals. Due , „d , +, , , , ,.II alse be given te pump rf rw , , -,+ +h r epeFatigevaluating the pumping units, On eFder te seleet the p6imping unit -hest Reference Page 18, Paragraph 2.01.A.3 Modification: Modify the paragraph to read as follows: 3. Pumps shall be designed, manufactured, and installed to meet all requirements of the ANSI/HI 9.6.4-2016 standards for Rotodynamic Pumps for Vibration Measurement and Allowable Values except as modified below: c. These limits shall apply anywhere within the preferred operating region of the pump and at the full rotational speed. The limits shall not be exceeded by more than 30% outside of the preferred operating region but within the allowable operating region. Reference Page 19, Paragraph 2.01.A.C.2.a Modification: Modify the paragraph to read as follows: Impellers shall be of strong dense castings free of structural defects with uniform thickness of vanes and shrouds. They shall be of the double suction enclosed type. They shall. be the enelesed type with split vane design, have smeeth wateF passages fe high efficiency, and shall be statically and dynameeally balaneed-. Pe.rfeffn a V.ve plane d Y n-a-Fna6 b Ee t6.1 _S Q-194Q-1G F a al e 25-6-}e-tteF. T h 4 n n a n g Af+he hrA--- .J s ha II he engineeFing the sh.-eu l be I,,. than thus value. All rotating parts of pumps shall be machined true to insure rotational balance with the impeller, coupling, and other parts that may be mounted on the shaft, such that the pump shall operate within vibration tolerances specified in Hydraulic Institute Standards. Reference Attachment C PUMP AND MOTOR MANUFACTURER QUALIFICATIONS STATEMENT Replace Attachment C in its entirety with the attached Attachment C. Addenda 002 00 91 13 - 3 LUB 19278 - Replacement Pumps, Motors, and Starters for Pump Station No.4 Reference Attachments to Section 43 23 21.13 Addition: Add the attached Attachment D Annotated Record Drawings and Field Pictures. Reference Appendix A 4160V MCC One -Line Diagram, Elevation and SSRVS Pump Control Schematic Modification: Replace the Appendix in its entirety with the attached. Update includes revision to height shown in detail 2. [See Attachment C and D on following pages] Addenda 002 00 91 13 - 4 LUB 19278 — Replacement Pumps, Motors, and Starters for Pump Station No.4 Attachment D Annotated Record Drawings and Field Pictures taken 08/10/21 rrrl■/llllllrlll/■ loll/R!R/Rlaaaa/r rarl!lllllllrlllll llllllllllll■■lll■ ■Ralaalrrarrallrr■ ■lllllalllllrll/l■ Og I 6 A/CI PLAN Vi SCALE: I r- f I — LFDCCR IAGIgH 11.UrWlr ,pCESS - WOR SEE SHEET Ci ip ie -tr m i s-d' PS4-P4 PS4-P3 —17 Dresser coupling was installed as a flanged coupling adapter, see _ pictures taken I 7 08/10/21 � I 3 FFF S S 5 O 9 t 3 3 7 6 9 111 E W DG tu `lll III=J� JAI— s ' I1;�11 ;,IJ,—_„1�,;,IIIT IHlltil� _LE III Existing BFVs to -I II,� IWI III II � III - remain SECTION A--C1 5GlLE: [ - l'- T Cv7 Cal `�yJ " .. rall 12 Cl Cal Cml U 0 Cal �l Parkhill, 8rrIlth i Cooper, Inc. Engineers . Wit" . Plonners Lubbock El Pam Mkil-d Amarillo "This document is released far the purpm of Wenrn review under the authority of JJ sl S. I[4(Isy. P.E. 4&QZ7 on Jvnuary 29.2002 It is not tv 6e used for canslrucluon, huddi�udding or permi! purposes.' IIIIIIIIA PUMP STATION #4 PIPE GALLERY IMPROVEMENTS 162513TH ST. 79401 LUBBOCK, Tx P.O. BOX 2fl00, 7M7.0001 k v P.. rcc ocla oeee.01M Iseuvw Own 1a96ADC, TM Project my sacra -al PIPE LAYOUT C3 | � ---------' L_----_ _ w /~ / | ' ' | / ' PS4-P4 > �s ' ' |I j ' / .. --- --- - --' ' -' - - - '-----'---'---_'--_| 7~-- | ' CITY OF UU-BBOCK. ENGINEERING DEPA PUMP STATION No. 4 PIPING L A YGUT IO" Ek G" TO LPaL PLANT 2 a TO DISTRIBUTION Est �-- 2O" BY TO 42" L. H.' B" LIFE (SANDHILLS LINE) I � 0 ' 2 9TRF REMOTE v SUE 36" BY-PASS JO 3 f 24 � - 24. �- 24" -3 U`'o =� P S. No.4 2p 24 P-2 f P 1E" 18! DRAIN LINE 36', _ a STRIBUTION \1El, S Iy �I W W G7 O 42" SCRC >� i n 30ll ,STORM SEWER N, N! 5 MG RESERVOIR EMERGE%�Y GENERATOW<, BUILDING T 1LEL L FIELD SUPERVISORY LINES JUNCTION Box " -.,j VAI VF 1 Fr.pNn falmacwha 11� is ■ ■ f r Lill laMss [Bugg 4 �rfr� ■ r a m 42" 42 42' 36 mBY-PASS 10 MG RESERVOIR TR Y X 8 GATE Z 1181BALL AA 39 SLUICE GATE r 36" DISTRIBUTION LINE 2nd FETTER M MEANS VALVE 13 MOTORIZED. LINE 27 " $" C I TO 42" TO L.H.:`B" WELL 22 (SANDHILLS LINE) l 1 l �•our1 4 _ fo.4 CHLORINATOR I .VALVE BUILDING; '0 oI STATION Ts, A% t 39 CRC AA 39" TO N.E. ' VG PIPE LEGEND 1 2 P WELL FIELD --- SUPPLY _ I SUCTION `�° DISTR. — OTHER PUMP LEGEND u Al P-I 220 TDH 11 3472 GPM n O I i P-2 220 TDH 6944 GPM P-3 190 TDH 6g50 GPM P-4 190 TDH 10,425 GPM P-5 194 TDH 127000 GPM S CRC ---� Q. 1 SCALE: I "= 50' 4fj i 1 „I 42" SCRC TO S4NDHILLS I i W ELL./ 36" TO N.W. 2 2 A WELL F� f G-�. PPER Field Pictures taken 08/10/21 Existing Ball Valve to remain. Any piping adjustment needed to connect proposed pump to existing piping shall connect at the existing J 4 `+ 18-inch ball valves. AL 4 " n 40, s PS4-P4 Discharge PS4-P3 Discharge Existing Ball 24-inch flanged coupling adapter to remain. Any piping adjustment needed to connect proposed pump to existing piping shall be made ® via proposed flange by flange concentric reducer ' coordinated to match suction flange size of proposed pump and 24-inch straight flange by plain end pipe, on either side of the existing FCA. r. iil - ; ; i l. �.x PS4-P4 Suction PS4-P3 Suction APPENDIX A 4160V MCC ONE -LINE DIAGRAM, ELEVATION AND SSRVS PUMP CONTROL SCHEMATIC 3 TO EXISTING FEEDER AT "PS4-SWGR" "4160MCC" 600A, 416OV, 3PH, 3W ,50KAIC I 6R CPT I 2PT'S I LC BC I 3CT'S I 150:5 PFCC 1CT qt — — So:5 I I I I PFCC I I z I -- - - -- -----J MOTOR MOTOR 4-4 4-3 1 4160V MCC ONE -LINE DIAGRAM - NOT TO SCALE 170' z 4160V MCC EQUIPMENT ELEVATION - NOT TO SCALE GENERAL NOTES: 1. DIMENSIONS SHOWN ARE MAXIMUM ALLOWED. 2. THE CONTROL SCHEMATICTO BE INCORPORATED INTO THE SSRVS MOTOR E CONTROLS. 3. ALL RELAY CONTACTS TO HAVE A CONTINUOUS AND INTERRUPTING RATING SIZED FOR THE LOAD. 4. EQUIPMENT SHOWN WITH A DASHED BOX IS NOT PROVIDED BY THE MCC/SSRVS SUPPLIER. NOTES BY SYMBOL "0" ~ 1. MULTILIN 869 MOTOR PROTECTION RELAY. MPR (R4 ALARM) MPR (R2 AUX) IRl CR1 IR1 IR1 IRl 00 F-1 X MPR ALARM MPR TRIP PUMP RUNNING SSRVS TRIPPED SCADA ENABLE SSRVS START/STOP SPARE SPARE SPARE TO SSRVS 3 SSRVS PUMP CONTROL SCHEMATIC - NOT TO SCALE (TYP MOTOR P4-3, P4-4) Z � _0< F_2 lz� > = O J Cn � z F- z 5w O U O U ` L� Q m < w z O c/) w<U r d 0 d U� d (/7 C:) i lD � E-1 END OF ADDENDUM NO. 002 Addenda 002 00 91 13 - 14 LUB 19278 — Replacement Pumps, Motors, and Starters for Pump Station No.4 ADDENDUM 3 ub City of bock TEXAS Closing Date Extension, BidTable Revision, & Engineer's Addendum RFP 21-15944-TF Replacement Pumps, Motors, and Starters for Pump Station No. 4 DATE ISSUED: September 1, 2021 NEW CLOSE DATE: September 8, 2021, at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum with your proposal. Closing Date Extension 1. The closing date has been extended to Wednesday, September 8, 2021, at 2:OOPM CST. BidTable Revision 1. Alternate 1 has been added to the BidTable. Please utilize and submit your response accordingly. Engineer's Addendum 1. Please see Engineer's Addendum Number 003, attached. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Asst. Director City of Lubbock Purchasing and Contracts Management Office 1314 Ave. K, 91h Floor Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores(d),mylubbock.us Questions are preferred to be posted on Bonfire. THANK YOU, CITY OF LUBBOCK Teofilo Flores Asst. Director City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. CITY OF LUBBOCK, TEXAS Replacement Pumps, Motors, and Starters for Pump Station No.4 LU B19278 ADDENDUM NO.3 08/31/2021 00 91 13 ADDENDUM NUMBER 003 The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid Form. = P�� OF TF�1 *10 01 •MICHAEL A. MCBEE• • % ........................... ����'• 130463 NS��'���� ��11 S o� 08/31 /2021 FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 Addenda 003 00 91 13 - 1 LUB 19278 — Replacement Pumps, Motors, and Starters for Pump Station No.4 Bid Table Modification: See Bonfire for Updated Bid Table. Modification includes the addition of an Alternative Proposal Item (A-1) to complement the modifications to Technical Specification 26 18 39 SKV Motor Control Center included in this Addenda below. TECHNICAL SPECIFICATIONS: Section 26 18 39 5KV Motor Control Center Reference Page 6, Paragraph 1.05.E Modification: Modify the paragraph to read as follows: Unloading and storage of the equipment shall be the responsibility of the Owner who shall inspect the equipment for apparent damage. Equipment which is found to be damaged will not be accepted until properly repaired or replaced by the Equipment Manufacturer. Unloading and storage of equipment will be impacted by an alternate proposal item (A-1). If the Contractor Installation of 5KV Motor Control Center alternate proposal item is selected by the Owner during proposal evaluation, then unloading and storage of the equipment shall be the responsibility of the Installation Contractor. Reference Page 7, Paragraph 1.06.113 Modification: Modify the paragraph to read as follows: B. Owner will remove and load the equipment on a vehicle provided by the Equipment Manufacturer if it is necessary to return the equipment to the manufacturer for correction of defects during the Warranty Period. Owner will reinstall the equipment when it is returned to the site after defects have been corrected. The Equipment Manufacturer is to provide all parts, labor, and incidental cost for making repairs, shipping the equipment to the site, and providing startup services. Removal, loading, and re -installation of equipment for correction of defects during Warrant Period will be impacted by an alternate proposal item (A-1). If the Contractor Installation of 5KV Motor Control Center alternate proposal item is selected by the Owner during proposal evaluation, then removal, loading, and re -installation of equipment for correction of defects during Warrant Period shall be the responsibility of the Installation Contractor. Reference Page 16, Paragraph 3.01.A Addenda 003 00 91 13 - 2 LUB 19278 — Replacement Pumps, Motors, and Starters for Pump Station No.4 Modification: Modify the paragraph to read as follows: A. The manufacturer's representative has responsibilities in the installation and field testing of the equipment as described in this section. Installation of equipment will be performed by the Owner who shall be required to assemble the equipment and install it in accordance with Installation, Operation and Maintenance instructions which shall be furnished by the vendor or manufacturer and the installation drawings for this project. Installation and field testing of the equipment will be impacted by an alternate proposal item (A-1). If the Contractor Installation of 5KV Motor Control Center alternate proposal item is selected by the Owner during proposal evaluation, then installation and field testing shall be the responsibility of the Installation Contractor. Section 43 23 21.13 Horizontal Split -Case Centrifugal Pumping Units Reference Page 28, Paragraph 3.02.13.2 Modification: Modify the paragraph to read as follows: The pumping units shall be operated as needed by the Owner's water operations, recording data including suction pressure, pump discharge pressure, pump speed, flow rates, water levels, motor voltage and current, power factor, vibration, noise, deflection, pump and motor bearing temperatures, and winding temperatures, as applicable. This information shall be properly documented and included in the Equipment Installation report. The unit must perform in a manner acceptable to the Owner "gal A,.,,,,.,+ -,pee f the in-st llatie—n .,ill he made during Preliminary Operational Test to achieve Substantial Completion. Reference Page 28, Paragraph 3.02.C.1 Modification: Modify the paragraph to read as follows: 1. After the preliminary operational test is complete and prior to final acceptance of the project, the Owner shall conduct a 30-day system operational test. The Owner will be responsible for operating the equipment and recording data during this test. The Equipment Manufacturer and any subcontractors will be responsible for assisting the Installation Contractor in troubleshooting and adjustments to the equipment during the test. The 30-day test is required to achieve c-"��lal Final Completion -the purpose of the test is to demonstrate and check the ability of the pump to operate continuously as the system requires. Addenda 003 00 91 13 - 3 LUB 19278 — Replacement Pumps, Motors, and Starters for Pump Station No.4 END OF ADDENDUM NO. 003 Addenda 003 00 91 13 - 4 LUB 19278 — Replacement Pumps, Motors, and Starters for Pump Station No.4 Page Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 11 12 13 INDEX NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS GOVERNMENT CODE § 2269 PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. PROPOSAL SUBMITTAL FORM 4-2. SUBMITTAL OF DOCUMENTS 4-3. CONTRACTOR'S STATEMENT OF QUALIFICATIONS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank City of Lubbock TEXAS RFP 21-15944-TF Replacement Pumps, Motors, and Starters for Pump Station No. 4 1. NOTICE TO OFFERORS 1.1. Offerors may submit proposals electronically by uploading required documents at the City of Lubbock's partner's website, Bonfire. This Request for Proposals is for your convenience in submitting an offer for the specified services. 1.2. Electronic proposals will be opened in the office of the Director of Purchasing and Contract Management, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, and via teleconference as shown below at 2:00 PM on August 18, 2021, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the above referenced. 1.3. After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. Bids will be opened via teleconference if date/time stamped on or before the deadline stated at the office listed above. The Zoom meeting information is as follows: Website: hgps:Hzoom.us/j/9759171012?pwd=bkFtRTN1cXVlSkhWdkZiMDk4MXh2dzO9 Meeting ID: 975 917 1012 Passcode: 1314 1.4. It is the sole responsibility of the offeror to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. Any proposal received after the date and hour specified will be rejected and returned unopened to the offeror. 1.5. Proposals are due at 2:00 PM on August 18, 2021 and should be addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401. The City of Lubbock Council members will consider the proposals on September 14, 2021, at the Citizens Tower, 1314 Avenue K, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful offeror will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful offeror will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. 1.6. Please allow time to upload required documentation. 24hrs in advance is recommended. 1.7. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offeror. FAILURE OF THE OFFEROR TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. 1.8. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from https://ci-lbbock-tx.bonfirehub.coM/portal/ at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 1.9. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at http://pr.thereproductioncolnpany.com/. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Six 60 days of the opening of Proposals. Additional sets of plans and specifications may be obtained at the offeror's expense. 1.10. It shall be each offeror's sole responsibility to inspect the site of the work and to inform Offeror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. 2. PRE -PROPOSAL MEETING 2.1. For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal conference will be held at 10:00AM, August 4, 2021, via teleconference. The Zoom meeting information is as follows: Website: hops://zoom.us/j/9759171012?pwd=bkFtRTNIcXV I SkhWdkZiMDk4MXh2dzO9 Meeting ID: 975 917 1012 Passcode: 1314 2.2. All persons attending the meeting will be asked to identify themselves and the prospective offeror they represent. 2.3. It is the offeror's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -proposal meeting to offerors who do not attend the pre -proposal meeting. Attention of each offeror is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. 3. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. 4. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1. OFFEROR INQUIRIES AND CLARIFICATION OF REQUIREMENTS 1.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 1.2 NO OFFEROR SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Teofilo Flores, Assistant Director City of Lubbock Purchasing and Contract Management Office 1314 Avenue K, Floor 9, Lubbock, Texas, 79401 Fax: 806-775-2164 Email: TKFlores@mylubbock.us Website: https://ci-lbbock-tx.bonfirehub.cop /portal/ 2. TIME AND ORDER FOR COMPLETION 2.1 The construction covered by the contract documents shall be substantially completed within 450 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful offeror. 2.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 2.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure daily prosecution of the work is conducted every business day until the work is completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. 3. GUARANTEES 3.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within One year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 3.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 3.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 3.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 4. BASIS OF PROPOSALS AND SELECTION CRITERIA 4.1 The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60 points for Price, 30 points for Contractor Qualifications, and 10 points for Construction Time. The selection criteria used to evaluate each proposal includes the following: 4.1.1 60 POINTS - PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value = Price Score. 4.1.2 30 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within, past experience with the contractor, the "Safety Record Questionnaire", and the Contractor's Experience Modification Ratio (EMR). The City may also interview the job superintendent at a time to be named after receipt of proposals. 4.1.3 Five (5) points of the overall points for this criteria are based on the Experience Modification Ration (EMR) and supporting documentation submitted by the contractor. 4.1.3.1 The lowest EMR of all the proposals becomes the standard by which all the EMRs are evaluated. One at a time, each proposal is evaluated by taking the lowest EMR and dividing it by the EMR of the proposal being evaluated. That fraction is then multiplied by 5 for the EMR score. For example: (Lowest EMR/Current EMR) x 5 = EMR Score portion of this criteria) 4.1.3.2 Contractors with an EMR greater than 1.0, as well as those Contractors not submitting EMRs, will receive zero points for this portion of the selection criteria. 4.1.4 For the remaining portion of this criteria, each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications", any past experience with the contractor, and on safety record information submitted. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed 4.1.5 The "Contractor's Statement of Qualifications" is a minimum. 4.1.5.1 You may provide additional pertinent information relevant to the project for which you are submitting this proposal in an appendix. 4.1.6 10 POINTS - CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value = Construction Time Score) 4.1.7 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, to discuss the individual scores of each evaluator. If the individual scores are similar, the Chairperson may average the scores then rank offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. 4.1.8 Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 4.2 The estimated budget for the construction phase of this project is $1,500,000. 4.3 Proposals shall be made using the forms provided. GENERAL INSTRUCTIONS TO OFFERORS (Continued) 5. ADDENDA & MODIFICATIONS 5.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at https://ci-lubbock-tx.bonfirehub.com/portal/. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 5.2 Any offeror in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the offeror, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at https://ci-lubbock-tx.bonfirehub.com/portal/ and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 5.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that an offeror may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 5.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 6. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 6.1 Each offeror shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 6.2 Before submitting a proposal, each offeror shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the offeror from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 6.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the offeror fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If offeror does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 7. PROPOSAL PREPARATION COSTS 1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 7.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 7.3 All costs related to the preparation and submission of a proposal shall be paid by the offeror. 8. TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 8.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 8.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 8.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Public Information Act. 8.4 Pursuant to Section 552.234(c) of the Texas Government Code, submit your open records request using the link provided below. https:Hlubbocktx.govga.us/WEBAPP/ rs/(S(quiyirflbtihahjnyceg_)vpcs))/SuEportHome.aspx 8.5 For more information, please see the City of Lubbock Public Information Act website at: https:Hci.lubbock.tx.us/pies/public-information-act 9. LICENSES. PERMITS. Taxes 9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the offeror is or may be required to pay. 10. UTILIZATION OF LOCAL BUSINESS RESOURCES 10.1 Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 11. CONFLICT OF INTEREST 11.1 The offeror shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 11.2 By signing and executing this proposal, the offeror certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 11.3 It is not necessary to fill out the CIQ Form unless you have a business relationship that might cause a conflict of interest with the City of Lubbock 11.4 Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor or person considering doing business with a local government entity disclose in the Questionnaire, Form CIQ, the vendor or person's affiliation or business relationship that might cause a conflict of interest with a local government entity. By law, the questionnaire must be filed with the records administrator of the City of Lubbock not later than the Seventh business day after the date the person becomes aware of the facts that require the statement to be filed. The questionnaire can be found at: hlt2s://www.ethics.state.tx.us/forms/conflict/ For the City of Lubbock, these forms should be filed with the City Secretary's Office, P.O. Box 2000, Lubbock, Texas, 79457 See Section 176.006, Local Government Code: http://www.statutes.legis.state.tx.us/SOTWDocs/LG/htm/LG. 176.htm. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 12. CONTRACT DOCUMENTS 12.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 12.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 13. CERTIFICATE OF INTERESTED PARTIES 13.1 Effective January 1, 2016, Section 2252.908, as amended, of Chapter 2252 of the Texas Government Code requires certain business entities to submit an electronic disclosure form to the Texas Ethics Commission before entering into a contract with a local government entity when any of the following apply: 1) Contract requires an action or vote by the City Council (governing body); OR 2) Contract value is $1 Million or greater; OR 3) Contract is for services that would require a person to register as a lobbyist under Chapter 305 of the Government Code. This must be done before executing the contract. The disclosure form may be found at https://www.ethics.state.tx.us/whatsnew/elf_ info_form1295.htm. You must log in and create an account the first time you fill out the form. Tutorial videos on how to log in for the first time and how to fill out the form can be found through the link above. After you electronically submit the disclosure form, a screen will come up confirming the submission and assigning a certificate number. Then, you must print the form, have an authorized agent complete the declaration and sign, and provide it to the City (scanned email copy is acceptable). 14. PLANS FOR USE BY OFFERORS 14.1 It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 15. PAYMENT 15.1 All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 16. AFFIDAVITS OF BILLS PAID 16.1 The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 17. MATERIALS AND WORKMANSHIP 17.1 The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 18. PLANS FOR THE CONTRACTOR 18.1 The contractor will, upon written request, be furnished up to a maximum of five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19. PROTECTION OF THE WORK 19.1 The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of an offeror the following information: (a) The experience record of the offeror showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the offeror. (c) Equipment schedule. 20. TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21. PROTECTION OF SUBSURFACE LINES AND STRUCTURES 21.1 It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22. BARRICADES AND SAFETY MEASURES 22.1 The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23. EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24. CONTRACTOR'S REPRESENTATIVE 24.1 The successful offeror shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful offeror shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25. INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26.1 Attention of each offeror is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The offeror's attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the offeror's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS 27.1 The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28. PROVISIONS CONCERNING ESCALATION CLAUSES 28.1 Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the offeror without being considered. 29. PREPARATION FOR PROPOSAL 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Pursuant to Texas Local Government Code 252.043(2), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 30. BOUND COPY OF CONTRACT DOCUMENTS 30.1 Offeror understands and agrees that the contract to be executed by offeror shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Offeror's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to offeror for his inspection in accordance with the Notice to Offerors. 30.2 If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31. (QUALIFICATIONS OF OFFERORS 31.1 The offeror may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The offeror may also be required to give a past history and references in order to satisfy the City of Lubbock about the offeror's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the offeror to perform the work, and the offeror shall furnish to the City of Lubbock all information for this purpose that may be requested. The offeror's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the offeror fails to satisfy the City of Lubbock that the offeror is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the offeror's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the offeror to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the offeror. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner 31.2 Complete and submit the PROPOSED List of Sub -Contractors. Seven (7) business days after closing, complete and submit the FINAL List of Sub -contractors. (a) If no sub -contractors will be used please indicate so. 31.3 Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32. SELECTION 32.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 32.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 32.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 32.4In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 32.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. 33. ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, OFFERORS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 34. PROTEST 34.1 All protests regarding the RFP process must be submitted in writing to the City Director of Purchasing and Contract Management within 5 working days after the protesting party knows of the occurrence of the action which is protested relating to advertising of notices deadlines, proposal opening and all other related procedures under the Local Government Code, as well as any protest relating to alleged improprieties with the RFP process. This limitation does not include protests relating to staff recommendations as to award of contract. Protests relating to staff recommendations may be directed to the City Manager. All staff recommendations will be made available for public review prior to consideration by the City Council as allowed by law. FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF ANY PROTEST. 35. PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. TEXAS GOVERNMENT CODE & 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM PRICE PROPOSAL CONTRACT DATE: September 8, 2021 PROJECT NUMBER: RFP 21-15944-TF Replacement Pumps, Motors, and Starters for Pump Station No. 4 Proposal of Garney Companies, Inc. (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the Replacement Pumps, Motors, and Starters for Pump Station No. 4 having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated. The price to cover all expenses incurred in performing the work required under the contract documents. Required Substantial Completion Date of the Proiect Equipment Required Substantial Completion Date of the project equipment is December 16, 2022. If Bidder Proposes to Accelerate the Schedule, then the Guaranteed Substantial Completion Date Shall Be Spelled Out in Words Below and Written 12 / 16 / 2022 Numerically in the Blank to the Right. If awarded the Contract, then the Date Written in Will Become the Contractual Date. December Sixteenth, Two Thousand Twenty -Two. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: 450 to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: 510 to Final Completion) (not to exceed 450 consecutive calendar days to Substantial Completion / 510 consecutive calendar days to Final Completion). Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 450 Consecutive Calendar Days with final completion within 510 Consecutive Calendar Days as stipulated in the specification and other City of Lubbock, TX Public Works RFP 21-15944-TF Replacement Pumps, Motors, and Starters for Pump Station No. 4 Garney Companies, Inc. of North Kansas City, MO Item Description QTY (+/-) UoM Unit Cost Extended Cost Furnish and install two (2) Horizontal Split Case Pumping Units including motor and base at rated capacity as specified with each pump running individually to produce 15.0 MGD at 185 feet TDH with guaranteed wire -to -water efficiency as stated in #0-1 Attachment A of specification 43 23 21.13. The guaranteed wire to water efficiency of each pump and motor at the rated flow and head, as stated in Specification 43 23 21.13 Attachment A, shall be submitted. This efficiency does not include losses in the starters because they will be provided by others. #0-2 Furnish one (1) 5KV Motor Control Center Replacement of Pumps and Motors for Pump Station No. #0-3 4 completely as shown in the specifications excluding Pay Items: 1 and 2 Add(+) or Deduct (-) Provision is made for Offeror to include an addition or #04 deduction in his proposal, if he wishes, to reflect any last- minute adjustments in price. This addition or subtraction will be applied to pay item 3. Alternate 1 2 EA 1 LS 1 LS 1 LS Contractor Installation of 5KV Motor Control Center (To include unloading; storage; warranty period removal, #1-1 loading, and re -installation; installation; and field testing I of the 5KV Motor Control Center) $541,000 340,000 32,000 1,082,000 340,000 32,000 LS 50,000 50,000 Total: $ 1,504,000 contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $1,000 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $2,000 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for or a Proposal Bond in the sum of five percent of bid Dollars ($ 5% of bid ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) " GOMPA;�'-., ........ ATTEST: Q : CORPORATE : �? SEAL -7--a2n Secretary Tom Roberts soli Offeror acknowledges receipt of the following addenda: Addenda No. 1 Date 8/4/21 Addenda No. 2 Date 8/13/21 Addenda No. 3 Date 9 1 21 Addenda No. Date Date: September 8, 2021 Authorized Signature Michael E. Gardner, Director (Printed or Typed Name) Garney Companies, Inc. Company 1700 Swift Street Address North Kansas City Clay City, County Missouri 64116 State Zip Code Telephone: 816 - 741-4600 Fax: 816 - 278-5913 Email: mgardner@garney.com FEDERAL TAX ID or SOCIAL SECURITY No. 44-0658613 M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) INSURANCE REQUIREMENTS I, the undersigned Bidder certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. TEXAS GOVERNMENT CODE SECTION 2252.152 The undersigned representative of the undersigned company or business, being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above -named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department. TEXAS GOVERNMENT CODE SECTION 2271.002 Company hereby certifies the following: 1. Company does not boycott Israel; and 2. Company will not boycott Israel during the term of the contract. The following definitions apply to this state statute: (1) 'Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and (2) "Company" means an organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. This Certification is required from a Company if the Company has 10 or more full-time employees and the contract for goods or services (which includes contracts formed through purchase orders) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. Agreement Example Review This sample Agreement has been reviewed and (x) is acceptable ( ) is acceptable as noted Contractor Acknowledtement In compliance with this solicitation, the undersigned, having examined the solicitation documents, instructions to offerors, documents associated with the request for proposals, and being familiar with the conditions to be met has reviewed the above information regarding: • Insurance Requirements • Suspension and Debarment Certification • Texas Government Code Section 2252.152 • Texas Government Code Section 2271.002 An individual authorized to bind the company must sign the following section. Failure to execute this portion may result in proposal rejection. By signing below, the terms stated have been reviewed and approved. Company N Signed By: Carney Companies, Inc. Print Name and Title: Michael E. Gardner, Director Date: September 8, 2021 Bid Bond CONTRACTOR: (Name, legal status and address) Garvey Companies, Inc. 1700 Swift Street, Suite 200 North Kansas City, MO 64116 OWNER: (Name, legal status and address) City of Lubbock, TX 1314 Avenue K, Floor 9 Lubbock, TX 79401 BOND AMOUNT: 5% CNASURETY Bond No. Bid Bond SURETY: The Continental Insurance Company (Name, legal status and principal place of business) 151 N. Franklin Street 17th Floor Chicago, IL 60606 Five Percent of the Total Amount Bid This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. PROJECT: (Name, location or address, and Project number, if any) RFP 21-15944-TF; Replacement Pumps, Motors, and Starters for Pump Station No. 4 The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. GO M P,t f '' Signed and sealed this 5th day of August 2021 �� •' J ." � .ii-7z, (Witness) Marina Stricklin, Assistant Secretary (Witness) c Q : CORPORATE z c Game Companies, Inc. :0: n= (Prin 1) '-(Seal) (Title) M1c ae . ar ner ctor „�l``'. The Continental-4 5u-rance Company (Surety) (Title) ev-in-Fact (Seal) Printed in cooperation with the American Institute of Architects (AIA). The language in this document confonns to the language used in AIA Document A310 -Bid Bond - 2010 Edition. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Francisco On Ate. , —sc- before me, M. Moody, Notary Public (insert name and title of the officer) personally appeared K. Zerounian who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature „ MOODY �'.. NOTARY i,�BLIC-uAt_IF �r��`NIA 0- 3' : AN FRANCISCO COU!IT'r -�V� (Seal) POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That The Continental Insurance Company, a Pennsylvania insurance company, is a duly organized and existing insurance company having its principal office in the City of Chicago, and State of Illinois, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint M Moody, K Zerounian, Susan Hecker, Janet C Rojo, Betty L Tolentino, Maureen O'Connell, Kevin Re, Brian F Cooper, Robert P Wrixon, Virginia L Black, Susan M Exline, Julia Ortega, Gillian Bhaskaran, Brittany Kavan, Thuyduong Le, Individually of Walnut Creek, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the insurance company and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Board of Directors of the insurance company. In Witness Whereof, The Continental Insurance Company has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 21 st day of June, 2021. The Continental Insurance Company Paul T. Bruflat ice President State of South Dakota, County of Minnehaha, ss: On this 21 st day of June, 2021, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of The Continental Insurance Company, a Pennsylvania insurance company, described in and which executed the above instrument; that he knows the seal of said insurance company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said insurance company and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance company. +ss>,s vv555+ 55555v5sy554ys s M. BENT s i SEAL NOTARY PUBLIC SEAL i i SOUTH DAKOTA s S +5yrov.,yay5yv.,ssas5yaa4y5 + My Commission Expires March 2, 2026 - & &4� M. Bent Notary Public CERTIFICATE I, D. Johnson, Assistant Secretary of The Continental Insurance Company, a Pennsylvania insurance company, do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance company printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance company this 4:M.Z, day of �� yr , —av-,a t Form F6850-4/2012 The Continental Insurance Company D. Johnson Assistant Secretary Go to www.cnasurety.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity. Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF THE CONTINENTAL INSURANCE COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company at a meeting held on May 10, 1995. "RESOLVED: That any Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Group Vice President to the Secretary of the Company prior to such execution becoming effective. This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execution power of attorneys on behalf of The Continental Insurance Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25' day of April, 2012. "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"), Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." Carney CERTIFIED COPY OF RESOLUTION OF SOLE DIRECTOR OF GARNEY COMPANIES, INC. The undersigned, Thomas J. Roberts, hereby certifies that he is the duly elected and qualified Secretary of Garney Companies, Inc. a Missouri Corporation (the "Company"), and that as Secretary, he maintains the records and the corporate seal of the Company. The undersigned further certifies that the following is a true and correct copy of the resolution adopted by the Sole Director of the Company on the 2nd day of December, 2020 and that such resolution is now in full force and effect: RESOLVED: That the following individuals listed below Michael H. Heitmann CEO Scott A. Parrish President Timothy M. Behler Vice President/COO - Eastern Plant Wayne A. O'Brien Vice President/COO - Western Plant Matthew T. Foster Vice President/COO - Western Pipe Jason A. Seubert Vice President/COO - Eastern Pipe Stephen P. Ford Vice President Gregory K. Harris Vice President Anthony G. Kempf Vice President Jay L. McQuillen, Jr. Director - Garney Federal Thomas J. Roberts Director of Financial Reporting/Secretary Mark A. Kelly Director - Business Development Michael D. Strong Director - General Counsel Michael E. Gardner Director Scott J. Reuter Director Jeffrey P. Seal Director Daniel R. Smolik Director William D. Williams Director Michael Joel Heimbuck Director David R. Burkhart Director Eric C. Wagner Director Brian Brandstetter Director Jordan S. Carrier Director Matthew W. Reaves Director are hereby authorized and instructed to execute and deliver on behalf of the Corporation and its name, contracts, offers and bids pertaining to contracting and construction work to be performed by the Company. IN WITNESS WHEREOF, the undersigned has hereby affixed his name as Secretary and caused the corporate seal of the Company to be affixed hereto this 2nd day of December, 2020. `�0OMPANI ft I!, G........ , z - �yot�►�'L� Thomas J. Rob , Corporate Secretary Corporations Section ��g 0 Rolando B. PabloS P.O.Box 13697 �,�� �tt) Secretary of State Austin, Texas 78711-3697 `X Office of the Secretary of State Certificate of Fact The undersigned, as Secretary of State of Texas, does hereby certify that the document, CHARTER for GARNEY COMPANIES, INC. (file number 4076606), a MISSOURI, USA, Foreign For -Profit Corporation, was filed in this office on May 09, 1977. It is further certified that the entity status in Texas is in existence. In testimony whereof, I have hereunto signed my name officially and caused to be impressed hereon the Seal of State at my office in Austin, Texas on January 31, 2018. E 0 C�) ( _-Z Rolando B. Pablos Secretary of State Come visit us on the internetathttp://www.sos.state.tx.usl Phone: (512) 463-5555 Fax: (512) 463-5709 Dial: 7-1-1 for Relay Services Prepared by: SOS -WEB TID: 10264 Document: 791693230002 ATTACHMENT A SUBMITTAL DATA SHEET FOR 26 18 39 5KV MOTOR CONTROL CENTER Submit the following data for the 5KV MCC line-up: Item No. Description Manufacturer Make and 1 Eaton MVC-Ampgard Model (series): Total Equipment Dimensions (inches)/unit: z 168" L x 30" D x 92" H Length x Depth x Height 3 Total Weight (lbs.)/unit: 7,200 Ibs THIS FORM MUST BE RETURNED WITH YOUR BID END OF SECTION 5KV Motor Control Center LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 26 18 39 -19 ATTACHMENTS ON FOLLOWING PAGES ATTACHMENT A PUMP DATA SHEET — HORIZONTAL SPLIT -CASE PUMPING UNITS Submit the following data for the Pumping Unit: Pump Data 1. Make and Type Design Patterson 20x18 MAB HSC 2. Full Speed 1200 RPM 22.625 / ASTM A351 316 SS hardened 3. Impeller Diameter and Material stainless steel BHN 250 4. Shutoff Head 228 FT 5. Suction/Discharge Diameters (inches) 20 x 18 6. Impeller Specific Speed 10744 7. Maximum Backspin Speed 1560 2298 8. Suction Specific Speed 9. Maximum Brake Horsepower 578 HP 10. NPSH Required at Efficiency Evaluation Head 19.9 FT 11. Wire -to -Water Efficiency at Efficiency Evaluation Point 83.63% 12. Flow and Head at Efficiency Evaluation Point 15 MGD / 186 FT Weights (indicate dry and wet) 1. Pump 8200 Ibs 2. Motor 5425 Ibs 3. Complete Unit (including Mounting Base) 17,045 Ibs Miscellaneous Information 1. Motor Factory Test Location (City, State, Country) 2. Pump Factory Test Location (City, State, Country) THIS FORM MUST BE RETURNED WITH YOUR BID Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 8050 West Florissant Avenue St, Louis, MO 63136 2129 Ayersville Rd Toccoa GA, 30577 432321.13-30 ATTACHMENT B MOTOR DATA SHEET— HORIZONTAL SPLIT -CASE PUMPING UNITS Submit the following data for the Pumping Unit: Motor Data Manufacturer Frame Type Voltage Starting Method Shaft Size Insulation Class Full Load Amps Locked Rotor Amps Locked Rotor Torque Locked Rotor KVA/HP Nidec / US Motor 5012S RSEI 4000V RVSS 2.875 Class F 80.0 476 100 163.1 Motor HP Enclosure RPM Phase Hertz Rotor WK2 (lb-ft2) Duty No Load Amps Locked Rotor Torque % Breakdown Torque 600 WPI 1200 3 60 278 Invertor 27.7 100 200 NEMA Design MG1 Part 31 Service Factor 1.15 Inrush Current (% of Full Load) 595% Max Safe Stalled Time (seconds) 15 Number of Safe Starts Per Day VFD Number of Consecutive Starts VFD *Full Load Temp Rise, in Degree Celsius over 50 Celsius Ambient (at 1.0 S.F.) *Service Factor Temp Rise, in Degree Celsius over 50 Celsius Ambient (at 1.15 S.F.) *Limiting Temperature Rise 70 C 70 100 Resistance (at 25- C): 50 mega ohms at ambient temperature Bearings: Type/Size NA Life 200K max Lubrication: Oil Exhaust Air (CFM): NA Exhaust Air Temp Rise ff ): NA Efficiency Power Factor Current 1.15 S.F. Load 95.5 4/4 Load 95.8 3/4 Load 96.1 1/2 Load 95.9 1/4 Load 93.8 85 92 84.4 80 81.4 73.5 52.2 Vibration Alarm and Trip Set Point NA RTD Types and Mounting 100 ohms Platinum Wire RTD Alarm and Trip Set Point Alarm 160 C, Shutdown 165 C Motor Sound Power Level 85 dba Maximum KVAR allowed for power factor correction without overexciting the motor 163.1 Space Heater Voltage 115 V Wattage 288 33 Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 31 THIS FORM MUST BE RETURNED WITH YOUR BID ATTACHMENT C PUMP AND MOTOR MANUFACTURER QUALIFICATIONS STATEMENT Bidders must submit documentation, with their Proposal prior to the Proposal opening, of their and their pump and motor suppliers' qualifications and experience with projects similar to this project involving pumps with horsepower, speeds, heads and NPSH requirements similar to the pumps being proposed. Provide additional copies as necessary for multiple Pump Proposals. Provide the information required below and that required by the individual technical specification sections. Attach additional information as appropriate. A. Offeror: 1. Name: 2. Address: B. Pump Manufacturer: 1. Name: Patterson Pump Company 2. Address: 2129 Ayersville Rd Toccoa, GA 30577 C. Motor Manufacturer: 1. Name: Nidec / US Motor 2. Address: 8050 West Florissant Avenue St, Louis, MO 63136 D. Qualifications and Experience: Please attach information. 1. Firm's years of experience as manufacturer 2. Firm's years of experience under present name E. Firm's local sales representative: Attach for each supplier/manufacturer. 1. Name: Pump Solutions 2. Planned Role: 3. Qualifications: 4. Experience: F. Firm's local service representative: Attach for each supplier/manufacturer. 1. Name: Pump Solutions Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 32 2. Planned Role: 3. Qualifications: 4. Experience: G. Firm's plan to subcontract the Work. State planned role in project along with Subcontractors' qualifications and experience. Attach additional information and sheets as appropriate. 1. Name: N/A 2. Planned Role: N/A 3. Qualifications: 4. Experience: H. List up to five major projects currently in progress on this date. State owner, architect or engineer, and construction contractor. Project Contractor Engineer Hillsbough City Westa Construction Corp Ardurra Newbugh Pump Station Kokosing N/A Queen Lane WTP N/A City of Philadelphia I. List up to five major projects with pumps completed in the past five years. 1. Metroploitan Water Board Comprehensive Assest Renewal & Energy (Care) Program 2• Cheyney PS, Wichita Kansas 3. Carrizo WTP 4. 61 Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 33 J. List names, address, and telephone number of a reference for each project listed under above. 1. C&S Technical Resource 499 Col.Eileen Collins BLVD Syracures, NY 13212 2. City of Witchita 1401 Sim Park Drive Wichita KS 67203 (326) 337-9178 3. City of San Antonio 3801 Red Bud Trail Austin Tx 78746 (210) 233-3747 4. 5. K. List name and construction phase experience of the individuals of your firm who will be assigned as office and field representatives. Kyle Smith - Patterson Pump Sales Representative Jeremy Moon - Patterson Pumps Contract Department Tim Seager / Lam Vu - Patterson Pumps Product Engineer Mike Eller - Patterson Pumps Service Department Pump Solutions - Patterson Manufacturer Representative L. Attach detailed resumes of individuals of your firm or your subcontractor(s) who will perform the key duties of this project, including project manager, field representative, and systems checkout/startup/testing specialist. THIS FORM MUST BE RETURNED WITH YOUR BID END OF SECTION Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 34 Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: Contractor's General Information Organization Doing Business As Garney Companies, Inc. Business Address of Principle Office 1700 Swift Street North Kansas City, MO 64116 Telephone Numbers Main Number 816.741.4600 Fax Number 816.278.5918 Web Site Address www.garney.com Form of Business (Check One) If a Corporation Date of Incorporation x A Corporation A Partnership December 27, 1961 An Individual State of Incorporation Missouri Chief Executive Officer's Name Michael H. Heitmann President's Name Scott Parrish Vice President's Name(s) Timothy M. Behler Stephen P. Ford Matthew T. Foster Gregory K. Harris Wayne A. O'Brien Jason A. Seubert Secretary's Name Tom Roberts Treasurer's Name PartnershipIf a Date of Organization N/A State whether partnership is general or limited IndividualIf an Name Business Address Identify1 1uals not previously I 1 which exert a significant amountof business controlover the organization Jay McQuillen David Burkhart Scott Reuter Daniel Smolik Mark Kelly Eric Wagner Jeffrey Seal Bill Williams Michael Strong Michael Gardner Brian Brandstetter Michael Heimbuck Indicators of Organization Average Number of Current Full Time 1,600 Average Estimate of Revenue for the $908,000,000 Employees Current Year Contractor's Organizational Experience Organization Doing Business As Garney Companies, Inc. Business Address of Regional Office 1772 W Sam Houston Parkway Houston, TX 77043 Name of Regional Office Manager Mike Gardner Telephone Numbers Main Number (281) 763-7772 Fax Number (281) 763-7715 Web Site Address www.garney.com Organization Hist List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Names of Organization From Date To Date Garney Federal, Inc. 2015 Present Garney Pacific, Inc. 2014 Present Garney P3, LLC 2015 Present A&W Maintenance 2018 Present Warren Environmental 2018 Present List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Garney Holding Company is the parent company of all subsidiaries above. 100% Construction Experience Years experience in projects similar to the proposed project: As a General Contractor 60 years As a Joint Venture Partner N/A Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten years? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five ears? No If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? No* If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? No If yes provide full details in a separate attachment. See attachment No. *Within the normal course of business, Garney Companies, Inc. (Garney) is periodically subject as a party to a lawsuit or participates in dispute resolution. Most actions are not brought forth by Garney and are amicably settled before reaching a level of legal action. While Garney is occasionally engaged in claims and disputes involving subcontractors, suppliers, and the engineering and construction professions, it rarely results in litigation. Most actions are dismissed without contribution from Garney or result in no finding of liability of our company. No actions are currently pending that will materially impact our financial standing or our ability to perform on a project of any size. At no time has Garney ever been assessed liquidated damages or been debarred from bidding. Contractor's Proposed Key Personnel Organization Doing Business As Garney Companies, Inc. Proposed • Organization Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No.1 Garney Companies, Inc. is a subsidiary of Garney Holding Company. Corporate functions such as payroll, accounts payable, accounts receivable, risk management, human relations, etc. are provided by Garney Holding Company, which is located in North Kansas City, Missouri. From an operations perspective, the company is organized into three basic regions with officers and area managers located in the various offices within those regions. Each of our projects is staffed and managed on a regional basis with a corporate officer within the region being the designated Principal -in -Charge. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. 2 Mike Gardner, Director of Texas Plant Operations, is responsible for overall management of plant projects in the Texas region. Ryan Kendrick, Project Manager, or alternate Taylor Kennedy, will serve as the primary point -of -contact for the City of Lubbock and will be responsible for project management on the site. Superintendent Luis Arvizu will oversee crews during construction. Sean Bryson will be the Project Safety Officer and develop the project -specific site safety plan and work with Luis to ensure safety procedures are being followed by all staff on -site. Although quality control management for the project will be assigned to Quality Control Manager Sean Bryson, all employee -owners take responsibility for the project's overall quality. Experience of • Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Ryan Kendrick Taylor Kennedy Project Superintendent Luis Arvizu John Jessey Project Safety Officer Sean Bryson Luis Arvizu Quality Control Manager Sean Bryson Luis Arvizu If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. Key Personnel Resumes included as Attachment No. 3 Proposed Project Managers Organization Doing Business As Primary Candidate Name of Individual Garney Companies, Inc. Ryan Kendrick Years of Experience as Project Manager 1 year Years of Experience with this organization 5 years Number of similar projects as Project Manager 2 Number of similar projects in other positions 6 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date NE Water System Improvements Bid Package A 50% May 2022 Reference Contact Information (listing names indicates ap roval to contacting the names individuals as a reference) Name Daniel Garcia Name Chris Noe Title/ Position Superintendent Title/ Position Associate Vice President Organization Alterman Electric Organization Pa e-Dawson Engineers Telephone 210 372-3977 Telephone 210 375-9000 E-mail N/A E-mail cnoe@pape-dawson.com Project Project Vista Ride (Design -Build) Candidate role on Project Alternate Candidate Name of Individual Candidates role Superintendent on Project Taylor Kennedy Years of Experience as Project Manager 5 years Years of Experience with this organization 5 years Number of similar projects as Project Manager 5 Number of similar projects in other positions 5 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date NE Water System Improvements Bid Package A 100% May 2022 Reference Contact Name Information (listing names indicates approval Dru Gravens to contacting the names individuals as a reference Kyle Krueger, P.E. Name Title/Position City Manager Title/Position General Manager Organization Crane County Water District Organization Parkhill Telephone 432 558-3563 Telephone 806 473-3698 E-mail dru cit ofcranetexas.com E-mail kkruger(@team-psc.com Project Well Field Expansion CMAR Project White River Water System Candidate role on Project Project Engineer Candidate role on Project Project Engineer Proposed Project Superintendent Organization Doing Business As Primary Candidate Name of Individual Garney Companies, Inc. Luis A ry i z u Years of Experience as Project Superintendent 3 years Years of Experience with this organization 13.5 years Number of similar projects as Superintendent 4 Number of similar projects in other positions 7 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date NE Water System Improvements Bid Package A 75% May 2022 Reference Contact Information (listing names indicates ap roval to contacting the names individuals as a reference) Name Wilmer Sardinha Name Carl Vajdos Title/ Position Field Testing Technician Title/ Position N/A Organization QC Laboratories Inc. Organization Envi o Telephone 954 922-2753 Telephone 800 793-7287 E-mail swilmerC@qclabs.com E-mail cva'dos envi o.com Project N/A Project A Candidate role on Project CandidateAlternate Name of Individual Candidate role on Project John Jessey Years of Experience as Project Superintendent 15 years Years of Experience with this organization 5 years Number of similar projects as Superintendent 6 Number of similar projects in other positions 10 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date NE Water System Improvements Bid Package A 50% May 2022 ' Name g names indicates approval Dave DeRose to contacting the names individuals as a referenc Scott Derwent Name Title/Position Project Manager Title/Position Superintendent Organization Masterworks Mechanical Inc. Organization Beaver Builders Telephone 970 756-4822 Telephone 720 361-5758 E-mail masterworksoffice mail.com E-mail Project N/A Project Candidate role on Project Candidate role on Project Proposed Project Safety Officer Organization Doing Business As Primary Candidate Name of Individual Garney Companies, Inc. Sean Bryson Years of Experience as Project Safety Officer 2 years Years of Experience with this organization 15 years Number of similar projects as Safety Officer 2 Number of similar projects in other positions 12 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Bois d'Arc Lake - WTP and PS CMAR 100% October 2021 Reference Contact Information (listing names indicates ap roval to contacting the names individuals as a reference) Name Melinda Harger, P.E. Name James McClellen Title/ Position Assistant Director of Utilities Title/ Position Inspector Organization City of Lawrence KS Organization Olsson Associates Telephone 785 832-7880 Telephone 303 398-2989 E-mail mar er lawrenceks.or E-mail imcclellen@oIssonassociates.co Project Wakarusa WTP Project Grand Island WWTP Candidate role on Project CandidateAlternate Name of Individual Superintendent Candidateroleon Civil Superintendent Project Luis Arvizu Years of Experience as Project Safety Officer 0 years Years of Experience with this organization 13.5 years Number of similar projects as Safety Officer 0 Number of similar projects in other positions 11 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date NE Water System Improvements Bid Package A 75% May 2022 ' Name approval Wilmer Sardinha to contacting the names individuals as a reference Carl Vajdos Name Title/Position Field Testing Technician Title/Position N/A Organization QC Laboratories Inc. Organization Envi o Telephone 954 922-2753 Telephone 800 793-7287 E-mail swilmer clabs.com E-mail cvamdos envi o.com Project NIA Project Candidate role on Project Candidate role on Project Proposed Project Quality Control Manager Organization Doing Business As Primary Candidate Name of Individual Garney Companies, Inc. Sean Bryson Years of Experience as Quality Control Manager 2 years Years of Experience with this organization 15 years Number of similar projects as Quality Manager 2 Number of similar projects in other positions 12 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Bois d'Arc Lake - WTP and PS CMAR 100% October 2021 Reference Contact Information (listing names indicates ap roval to contacting the names individuals as a reference) Name Melinda Harger, P.E. Name James McClellen Title/ Position Assistant Director of Utilities Title/ Position Inspector Organization City of Lawrence KS Organization Olsson Associates Telephone 785 832-7880 Telephone 303 398-2989 E-mail mar er lawrenceks.or E-mail 'mcclellen olssonassociates.c Project Wakarusa WTP Project Grand Island WWTP Candidate role on Project CandidateAlternate Name of Individual Superintendent Candidate role on Civil Superintendent Project Luis Arvizu Years of Experience as Quality Control Manager 0 years Years of Experience with this organization 13.5 years Number of similar projects as Quality Manager 0 Number of similar projects in other positions 11 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date NE Water System Improvements Bid Package A 75% May 2022 ' Name approval Wilmer Sardinha to contacting the names individuals as a referencex Carl Va'dos Name Title/Position Field Testing Technician Title/Position N/A Organization QC Laboratories Inc. Organization Envi o Telephone 954 922-2753 Telephone 800 793-7287 E-mail swilmer clabs.com E-mail cya.idos(@envigo.com Project Project Candidate role on Project Candidate role on Project Iff Contractor's Project Experience and Resources Organization Doing Business As Garney Companies, Inc. Projects Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: Please see Attachment No. 4 - 1. Contract administration Project Approach 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Participation Goal Equipment Provide a list of major equipment ro osed for use on this roject. Attach Additional Information if necessary Equipment Item Primary Use on Project Own Will Lease ReachAll Unload Equipment x Please see Attachment No. 5 - 2021 Equipment Master List Division of Work between Organization and Subcontractor What work will the organization complete using its own resources? Demolition, Setting of pumps, Process mechanical What work does the organization propose to subcontract on thisproject? Electrical Contractor's Subcontractors and Vendors Organization Doing Business As Garney Companies, Inc. Project• • • Provide a list of subcontractors that will provide more than 10 percent of the work based on contract amounts Name Work to be Provided Est. Percent of Contract HUB/MWBE Firm Electrical Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above using the Project Information Forms. Equipment Vendors L.- Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install HUB/M WBE Firm 5KU Motor Control Center x Horiz. Split Case Centrifugal Pump x 10 Carney ATTACHMENTS: ATTACHMENT A: CURRENT PROJECTS AND PROJECTS COMLETED WITHIN THE LAST 10 YEARS ATTACHMENT B: PROJECT INFORMATION ATTACHMENT 1: CORPORATE ORGANIZATIONAL CHART ATTACHMENT 2: PROJECT ORGANIZATIONAL CHART ATTACHMENT 3: PROJECT KEY PERSONNEL RESUMES ATTACHMENT 4: PROJECT APPROACH & PRELIMIINARY SCHEDULE Carney ATTACHMENT A Attachment A Current Projects and Project Completed within the last 10 Years Project Owner Central Texas Regional Water Supply Corporation Project Name Vista Ridge Water Supply Project (Design -Build) General Description of Project: Multi -faceted pipeline, pump station, and tank project expanding San Antonio's water supply by 20% Project Cost $540,000,000 Date Project Completed 1 04/15/2020 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Marcus Grace Ryan Kendrick Jamie Blystone Brandon Gerardy Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Scott Parrish Chief Operating Officer CTRWSC 816.746.7224 sparrish@garney.com Designer Gene Dawson President Pape -Dawson Engineers 210.375.9000 gdawson@pape-dawson Construction Manager N/A Project Owner City of Midland, Texas Project Name Northeast Water System Improvements: Bid Package A General Description of Project: New transfer pump station Project Cost $22,063,309 Date Project Completed 07/12/2022 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Ryan Kendrick Luis Arvizu Dan Stanton Taylor Kennedy Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Carl Craigo Utilities Director City of Midland, TX (432) 685-7261 ccraigo@midlandtexas. Designer Joe Mangrem Project Manager Enprotec / Hibbs & Todd (325) 698-5560 joe.mangrem@e-ht.corr Construction Manager N/A Project Owner Colorado River Municipal District Project Name Ward County Water Expansion Project Pump Stations (CMAR) 2 rl General Description of Project: bo°osterc um °station iwl�hsute p ist ntioa d installation of a 4 MGDrsncldtmounted umW stetloin encloserd in apmeta�°bui�din a 2 MG concrete storage tank, 25 MGD Project Cost $28,608,168 Date Project Completed 1 12/14/2012 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Marcus Grace Ubaldo Esparza Jamie Blystone Cole Rawson Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner John Grant General Manager CRMWD (432) 267-6341 rant@crmwd.org Designer Nick Lester Principal Freese and Nichols (817) 735-7393 ncl@freese.com Construction Manager Mike Gardner Director Garney (816) 741-4600 mgardner@garney.com com ov CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS VISTA RIDGE WATER SUPPLY PROJECT (DESIGN -BUILD) Project 9209 Central Texas Regional Water Supply Final Contract Amount: $540,000,000 Client: Corporation Start Date: November 2016 Reference: Mark Rose - (512) 925-5064 Completion Date: April 2020 Delivery Method: Design -Build Engineer: Pape -Dawson Engineers Location: San Antonio, TX Reference: Kim Keefer, P.E. - (210) 375-9000 This project, designed and constructed for Central Texas Regional Water Supply Corporation, included the installation of potable water transmission pipelines consisting of 105 miles (556,000 LF) of 60" spiral -welded and mortar -lined C200 steel and 37 miles (193,760 LF) of 54" bar -wrapped C303 concrete cylinder pipe, three pump stations with rated capacities of 44 MGD each, one cooling tower, a new wellfield including nine well sites and eighteen production wells from 1,500'to 2,500' deep, seven miles of well collection lines, three 4 MG D110 Type III aboveground concrete tanks, and one 10 MG D110 Type III aboveground concrete terminus site tank, all to deliver 50,000-acre-feet of water per year. The alignment included 105 different tunnels under roadways and three river crossings using hand -mined and boring machine tunneling methods. BOIS D'ARC LAKE - WATER TREATMENT PLANT AND PUMP STATIONS PROJECT (CMAR) Project 5242 Final Contract Amount: $431,922,374 Client: North Texas Municipal Water District Start Date: November 2016 Reference: Aliza Caraballo, PE - (469) 626-4730 Completion Date: September 2021 Delivery Method: CMAR Engineer: Freese and Nichols Location: Leonard, TX Reference: Jeff Payne - (972) 624-9216 The Bois d'Arc Lake project is a critical component in the region's long-range water supply plan. This new source will provide needed water to meet growing demands and enable the District to maximize its existing water supplies. Garney was selected as the CMAR for pre -construction, procurement, and construction services for a water treatment plant (WTP) and two pump stations. The WTP will have an ultimate capacity of 280 MGD with an initial capacity of 70 MGD (finished water production) and will include two 70 MGD pump stations, a pre-treatment structure, SUEZ ozone facilities, conventional filtration, chlorine contact basin and clearwell, gravity thickeners, sludge lagoons, reclaim basin flow splitter and pump station, 1 MG D110 Type III water storage tank for filter backwash and fire suppression, water and sewer pipelines, as well as a centrifugal raw water pump station including three 250 hp pumps with a capacity of 175 MGD. The water source for the initial phase will be the Bois d'Arc Lake. Construction will include deep excavations, electrical, and paving. The project will require public relations including community meetings, press releases, and a project blog. Page 1 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS SISTER GROVE REGIONAL WATER RESOURCE RECOVERY FACILITY, PHASE 1(CMAR) Project 5267 Final Contract Amount: $329,271,087 Client: North Texas Municipal Water District Start Date: January 2020 Reference: Donna Long - (469) 626-4719 Completion Date: July 2023 Delivery Method: CMAR Engineer: CDM Smith Location: McKinney, TX Reference: Samir Mathur, PE, BCEE - (214) 662- 0860 To address wastewater treatment needs associated with population growth, North Texas Municipal Water District has plans for new wastewater conveyance and treatment facilities under the Sister Grove Regional Water Resource Recovery Facility (SGRWRRF) CMAR project. The proposed facilities include the construction of a new wastewater treatment facility, a large gravity sewer outfall for discharge of the treated effluent, a new sewer lift station, and twin, parallel sewer force main pipelines from an existing lift station to the SGRWRRF. The plant will have a treatment capacity of 16 MGD and include liquid treatment process facilities including tanks, piping, electrical, and distribution facilities; preliminary treatment facilities including headworks wastewater fine screening and grit removal, primary clarifiers, and sludge pumping; secondary treatment including aeration basins, blowers, secondary clarifiers, and sludge pumping; tertiary treatment filtration; UV disinfection; solids handling including sludge storage and centrifuge dewatering; peak flow handling including basins and drain pumping stations; and plant operations support facilities including a maintenance building. BOIS D'ARC LAKE - RAW WATER PIPELINE AND LEONARD WTP TO MCKINNEY NO. 4 Project 7247 TREATED WATER PIPELINE (CMAR) Final Contract Amount: $299,215,000 Client: North Texas Municipal Water District Start Date: April 2017 Reference: Steve Long - (972) 442-5405 Completion Date: November 2021 Delivery Method: CMAR Engineer: Freese and Nichols Location: Leonard, TX Reference: Jeff Payne - (972) 624-9216 Garney is providing Construction Management at Risk Services for this project including design and constructability review, procurement, and construction services. The project scope includes the installation of 212,000 LF of 90" C200 steel raw water pipe, 132,000 LF of 84" C200 steel treated water pipe, and all associated appurtenances. Construction is also anticipated to include dewatering, mass excavation, deep excavations, electrical work, manholes, hand tunnels, machined mined tunnels, river crossings, rock excavation via hoe ramming and trenching, and paving. This project is planned to have sections cross through residential areas which will require public relations, as well as parallel busy roads. Page 2 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS LAKE TEXOMA OUTFALL TO WYLIE WTP PIPELINE (CMAR) Project 4390 Final Contract Amount: $281,365,320 Client: North Texas Municipal Water District Start Date: January 2012 Reference: Cesar Baptista, P.E. - (972) 442-5405 Completion Date: July 2014 Delivery Method: CMAR Engineer: Freese and Nichols Location: Wylie, TX Reference: Jeff Payne - (972) 624-9216 With a growing population and severe drought conditions, NTMWD required full access to its surface water stored in reservoirs on a permanent reliable basis. When one of the District's key storage reservoirs was infested with zebra mussels, the District's ability to access the water stored in the reservoir was limited by the government and involved interactions with the US Army Corps of Engineers, USGS, Texas Parks and Wildlife, and TCEQ. A new transmission and storage method were required to access 28% of its total capacity. This project included the installation of 206,000 LF of 96" and 47,500 LF of 84" steel waterlines, 6,000 LF of 78" to 102" hand -mined liner plate tunnels with entrance shafts installed 20 VF deep with shoring, 1,000 LF of open -cut creek crossings which required dewatering and road crossings, 240 MG balancing reservoir that required excavation of 1.2 million CY of on -site material and included an HDPE membrane liner, 200 MG blending facility, five D110 Type III blend and surge tanks ranging from 1.1 MG to 2.69 MG, metering, blending, fiber optic lines, and chemical feed systems. The plant was required to run at full capacity during construction. T-BAR RANCH WELL FIELD DEVELOPMENT & DELIVERY PROJECT (DESIGN -BUILD) Project 4392 Midland Co. Fresh Water Supply District Final Contract Amount: $157,692,985 Client: No. 1 Start Date: February 2012 Reference: Kyle Krueger - (806) 473-3698 Completion Date: May 2013 Delivery Method: Design -Build Engineer: Black & Veatch Location: Midland, TX Reference: Michael McCure - (817) 429-7558 After suffering from severe drought conditions over the past several years, Midland faced a water shortage in 2013. Two of the city's three water reservoirs were nearly drained, and the third only 15% full. Teamed with Black & Veatch in a consortium agreement, and Parkhill, Smith and Cooper as a partner, Garney designed and constructed using the Design -Build procurement method, 60 miles of 48" transmission main and 21 miles of well field collector piping, all installed in 10 months. The pipe sections consisted of 205,500 LF of 48" steel waterline, 105,250 LF of 48" C303 waterline, 10,000 LF of 36" C303 and 100,000 LF of 6" to 24" PVC pipe. The project also included the installation of new electrical power feeds to all facilities, 44 production wells, a 20 MGD high service pumping station including four 900 hp vertical turbine pumps, a 2 MG well field above ground D110 Type III storage tank, chlorination facility, telecommunication towers, and a 5 MG intermediate above ground D110 Type III storage tank. The project required 200,000 LF of rock trenching excavation, 1,750 LF of hand -mined tunneling, and over 115 air release valve structures. Page 3 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS TRINITY RIVER MAIN STEM PUMP STATION & PIPELINE (CMAR) Project 7213 Final Contract Amount: $103,509,665 Client: North Texas Municipal Water District Start Date: October 2016 Reference: Steve Long - (972) 442-5405 Completion Date: October 2019 Delivery Method: CMAR Engineer: Freese and Nichols Location: Rosser, TX Reference: Brian Coltharp - (817) 735-7300 This project included the construction of a 100 MGD intake on the Trinity River to receive water from the Trinity River and transmit raw water from the Main Stem pump station to the wetlands and conveyance pump station facilities near Crandall, Texas. The project also included constructing the 100 MGD Main Stem pump station facility with four 1,500 hp horizontal centrifugal pumps that required dewatering, installing two 48" micro - tunnels to the Trinity River with a T-screen intake inside a cofferdam comprised of sheet piling inserted at 30 VF deep, construction of earthen flood protection berms over 2,500 CY surrounding the pump station to protect the pump station from river flood events, building an access road to the intake site, and stabilizing the bank. Additional upgrades included installing two new 3,500 hp raw water vertical turbine pumps at the 200 MGD conveyance pump station, upgrades to the weir box structure at a diversion pump station, new electrical, and SCADA. Also included 86,821 LF of 72" C200 spiral weld polyurethane -coated mortar -lined steel raw water pipeline, in -line valves, air release valves, and blowoff valves, and required several tunneled crossings. SECTION 15-1 OF THE INTEGRATED PIPELINE PROJECT Project 4443 Final Contract Amount: $93,657,980 Client: Freese and Nichols Start Date: May 2014 Reference: Brian Coltharp - (817) 735-7300 Completion Date: July 2017 Delivery Method: Design -Bid -Build Engineer: Freese and Nichols Location: Corsicana, TX Reference: Robert Allen - (817) 735-7300 This project included the installation of 81,958 LF 108" C200 mortar -lined, polyurethane -coated steel waterline, associated air release and blow -off assemblies, and 1,318 LF of 132" steel casing pipe by hand - mined tunnel plate liner. The project also required pipeline bury depths that reached just over 25-feet of cover, as well as 15 river crossings, one railroad crossing, multiple deep excavations, localized dewatering during pipe operations, pipe joint welding, cathodic protection including sacrificial anode ground beds, several manholes, connection to the existing 84" Richland Chambers pipeline via interconnect facility housing header pipe, 78" butterfly valves, air release valves, blow -off valves, and all associated electrical, SCADA and security. Page 4 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS MARY RHODES PIPELINE PHASE II Project 4436 Final Contract Amount: $86,213,881 Client: City of Corpus Christi, TX Start Date: March 2014 Reference: Kent Power (Owner's Rep. with RHSI) - (210) 889-8143 Completion Date: September 2015 Delivery Method: Design -Bid -Build Engineer: Freese and Nichols Location: Edna, TX Reference: Richard Provolt - (512) 617-3157 This project required the installation of three major sections of pipeline consisting of Section A that included 73,000 LF of 54" Class 150 C303 bar -wrapped concrete pipeline and 1,900 LF of horizontal directional drilled 48" Class 200 steel welded pipeline; Section B that included 75,000 LF of 54" Class 150 C303 bar -wrapped concrete pipeline; and Section C that included 67,000 LF of 54" Class 150 C303 bar -wrapped concrete pipeline, 1,700 LF of horizontal directional drilled 48" Class 200 steel pipeline, a 6 MG D110 Type III pre- stressed mostly buried storage tank, and a tie-in to an existing pipeline. The project also included 18 deep wells with rectifiers for an impressed current cathodic protection system, multiple bores and creek/irrigation canal crossings including the open -cut installation of two miles of pipeline in a river bottom, the use of Texas DOT rights -of -way for permanent pipe placement and temporary work areas, and associated electrical and instrumentation and controls. SABINE RIVER PUMP STATION PROJECT (CMAR) Final Contract Amount: $63,850,000 Start Date: December 2017 Completion Date: June 2021 Delivery Method: CMAR Location: Orange, TX Project 5237 Client: Sabine River Authority of Texas Reference: Travis Williams - (409) 746-2192 Engineer: Freese and Nichols Reference: Alan Hutson - (817) 735-7315 The Sabine River Authority (SRA) has an existing raw water pump station on the Sabine River that pumps water into its Gulf Coast Canal System. Due to the age, location, condition, and reliability of this pump station, SRA is constructing a new raw water pump station along the Sabine River approximately 10.5 miles upstream of the existing pump station on a site previously purchased for this construction. The proposed pump station was, at a minimum, able to meet the demand for SRA of 85 MGD. Construction included a new 285 MGD intake and 85 MGD raw water vertical turbine pump station on the Sabine River near Deweyville, Texas, and the relocation of Camp House Road which runs through the pump station site and was relocated west to allow for the construction of the pump station facilities. The pipeline required for the proposed pump station ran from the pump station site to the SRA canal system and included the installation of 7.5 miles of 66" waterline and a connection to the existing Gulf Coast Canal system at the terminus of the pipeline which included energy dissipating structures, check structures, and a sedimentation basin. Page 5 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS SECTION 14-1 OF THE INTEGRATED PIPELINE PROJECT Project 9208 Final Contract Amount: $47,080,639 Client: Freese and Nichols Start Date: February 2016 Reference: Brian Coltharp - (817) 735-7300 Completion Date: December 2017 Delivery Method: Best Value Engineer: Black & Veatch Location: Waxahachie, TX Reference: Michael McCure - (817) 429-7558 This project included the installation of 78,641 LF of 108" mortar -lined and welded steel waterline by a combination of open -cut and tunneling in primarily open country. Soil conditions were mostly limestone rock requiring double cutting by hard rock chain trenchers prior to excavation and pipeline installation. There were four areas that required 40 VF deep excavations totaling 450 LF. The project also included 950 anodes for a galvanic cathodic protection system, 58 manholes, 24 air release valves, 30 blow -off valves, 1,981 LF of 130" to 168" of hand tunneling including 835 LF for a tunneled crossing of 1-35 East, a railroad, several large creek crossings in rock, and three existing high-pressure gas lines ranging from 30" to 42" in size. LANE CITY RESERVOIR PROJECT Final Contract Amount: Start Date: Completion Date: Delivery Method: Location: $42,519,707 November 2015 February 2019 Best Value Wharton, TX Project 5216 Client: Phillips & Jordan Reference: Andy Westbrook - (865) 207-3904 Engineer: CH2M (now Jacobs) Reference: Ken Hall - (615) 806-6561 This $178 million project for the Lower Colorado River Authority was awarded to the Garney and Phillips & Jordan (P&J) Joint Venture Team based on a best value proposal selection process. Under contract to P&J, Garney's $41.5 million scope included modifications to two existing river pump stations, installation of a new river outfall structure, four miles of irrigation canal modifications, a new 363 MGD reservoir re -lift pump station including 60' deep excavations with four 700 hp and one 500 hp vertical turbine pumps, 144" and 120" raw water piping, multiple civil structures including two bridges, CIP Parshall Flume, canal check structure, 13 billion gallon earthen reservoir surrounded by a 70' deep slurry wall with 40' high berm walls, eight 60" manholes, and electrical and instrumentation. Pipeline installations included 200 LF of 120" and 300 LF of 108" carbon steel waterlines; 10 LF of 188", 165 LF of 144", and 1,150 LF of 120" mortar -lined steel waterlines; and 60 LF of 60" sliplining in three different locations. Additional work included sheet piling and cofferdams, two 72" culverts, an OCR Inlet/Outlet, and a river overflow structure with 120" welded steel pipe. Page 6 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS PK SECOND STAGE DROUGHT STRATEGY - TRANSMISSION SYSTEM (CMAR) Project 7212 Final Contract Amount: $38,527,386 Client: Enprotec / Hibbs & Todd, Inc. Start Date: December 2014 Reference: Colden Rich - (325) 698-6390 Completion Date: January 2017 Delivery Method: CMAR Engineer: Enprotec / Hibbs & Todd, Inc. Location: Breckenridge, TX Reference: Chris Hay, P.E. - (817) 579-6791 Garney completed this project for the City of Abilene, Texas who handed the project off to West Central Texas Municipal Water District (WCTMWD) who will own and operate the line. The first aspect included the reverse osmosis (RO) concentrate line consisting of 76,895 LF of 12" SDR-21 PVC pipe, 53 each 14" horizontal directional drills (HDDs) totaling 13,260 LF, four 24" auger bore tunnels totaling 470 LF, and rock trenching. The second aspect included transmission mains consisting of 85,705 LF of 36" C303 bar -wrapped pipe with appurtenances, a 3,374 LF 36" HDD under Hubbard Creek Reservoir, 11 each 48" auger bore tunnels totaling 1,341 LF, tie-ins to a water treatment plant and existing 36" to 16" pipelines, a pressure sustaining valve vault structure, flow meter vault structure, and rock trenching. The final aspect included surge modifications to existing RCCP lines including a pressure reducing valve vault structure on an existing 24" line, two ARV appurtenances on existing 24" and 36" lines, and two 10" surge relief valves on existing 36" lines. WELL FIELD EXPANSION AND WATER SYSTEM UPGRADES (CMAR) Project 7227 Final Contract Amount: $29,353,052 Client: Crane County Water District Start Date: March 2016 Reference: Dru Gravens - (432) 558-3563 Completion Date: July 2021 Delivery Method: CMAR Engineer: Parkhill Location: Crane, TX Reference: Ryan Kennerly - (817) 649-3216 This project includes the rehabilitation of nine steel storage tanks consisting of two elevated and seven ground storage tanks with capacities ranging from 50,000 to 2 million gallons; rehabilitation of three well fields consisting of 52 wells, collection pipe repairs, and new waterlines; a new fourth well field consisting of 20 wells and new waterlines; and all associated electrical, road restoration, and concrete pads for the well sites. The waterlines include the installation of 18,131 LF of 6" and 8" PVC from the existing well fields and 37,435 LF of 4" to 12" PVC from the new well field terminating at the City with new manholes and ARVs. The pipelines scope also includes 452 LF of 10" and 12" auger bores and paving. The pump station work includes the rebuild of three existing raw water vertical split case pump stations, caliche pump station pads, new site piping and valve/meter vaults, site clearing, grubbing, site electrical including a generator and site lighting, pump station interior process piping and pumps, and replacement of existing HVAC. This project also includes CO2 system improvements to the existing water treatment plant. Page 7 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS WARD COUNTY WATER SUPPLY EXPANSION PROJECT PUMP STATIONS (CMAR) Project 4383 Final Contract Amount: $28,608,168 Client: Colorado River Municipal Water District Start Date: October 2011 Reference: John Grant - (432) 267-6341 Completion Date: December 2012 Delivery Method: CMAR Engineer: Freese and Nichols Location: Big Spring, TX Reference: Nick Lester - (817) 735-7393 Garney provided Construction Manager at Risk (CMAR) services for the development and construction of this pump station and ground storage tank project. This included construction and startup of a 30 MGD pump station with an aboveground 2 MG D110 Type III concrete storage tank. Additional work involved the construction of a 25 MGD wellfield transfer pump station between the wellfields and the pump station including another aboveground 2 MG D110 Type III concrete storage tank. Garney was also responsible for the 25 MGD Odessa Booster Pump Station with site piping near the Odessa Reservoirs, including modifications to piping under 42nd Street and along Golder Avenue, as well as the installation of a 4 MGD skid mounted pump station enclosed in a metal building, placement of a concrete slab, tying into existing piping, and electrical work. 36-INCH PIPELINE PROJECT Project 7341 Schertz-Seguin Local Government Final Contract Amount: $26,603,884 Client: Corporation Start Date: February 2021 Reference: Amber Beard - (830) 386-2567 Completion Date: July 2022 Delivery Method: Best Value Engineer: Walker Partners Location: Cibolo, TX Reference: John Winkler - (254) 714-1402 The Schertz-Seguin Local Government Corporation (SSLGC) is constructing this project due to growing demands for water in Guadalupe and Bexar Counties in Texas and has been approved by the Texas Water Development Board to use the state -funded Texas Water Development Fund program. This project includes the installation of 93,790 LF of 36" and 30 LF of 18" C303 bar -wrapped concrete cylinder waterlines through rural areas. The installation requires three hand tunnels totaling 1,915 LF of 54" steel casing including two tunnels underneath major highways (1-10 and TX-78) and a railroad crossing, a 35 LF aerial crossing for a section of the 36" C303 using two concrete piers, 33 each of air relief valve vaults and 72" manholes, 18 blow -off valve assemblies, asphalt road repairs. The project challenges include several creek crossings, managing topsoil in agricultural fields, and constructing much of the project in a flood zone area. Page 8 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS T-BAR EXTENSION (DESIGN -BUILD) Project 4400 Midland Co. Fresh Water Supply District Final Contract Amount: $25,319,592 Client: No. 1 Start Date: September 2012 Reference: Kyle Krueger - (806) 473-3698 Completion Date: November 2016 Delivery Method: Design -Build Engineer: Parkhill Location: Midland, TX Reference: Zane Edwards - (806) 473-2200 This project was an extension to the T-Bar Ranch Well Field Development & Delivery Project that extended the 48" T-Bar Ranch transmission main from a terminus facility to a live tie-in to the City of Midland's current water system. This scope included installing 22,982 LF of 48" C303, 1,098 LF of 48" C301, 47,450 LF of 16" C905 PVC, and 8,870 LF of 12" C900 PVC. This required three hand tunnels consisting of 392 LF of 66", 480 LF of 30", and 175 LF of 30"; five steel casing horizontal directional drills (HDD) including three 120 LF sections of 12", 155 LF of 16", and 65 LF of 16"; and three HDPE DR-9 slick HDDs including 60 LF of 2", 60 LF of 4", and 405 LF of 16". Also included the installation of fifteen 96" manholes and thirty-one 60" manholes; two hot taps; 2 MG composite elevated steel water storage tank atop a 110' concrete pedestal; a chlorination injection disinfection facility including a chlorine scrubber, ammonia scrubber, electrical room, chlorinator room, ammoniator room, two ammonia storage tanks, emergency generator with the capacity of 500 kW, a chlorine container storage island, and flow control valve structure. CLEARWATER RANCH DEVELOPMENT & DELIVERY PROJECT (CMAR) Final Contract Amount: Start Date: Completion Date: Delivery Method: Location: $24,477,040 November 2013 November 2014 CMAR Kermit, TX Client: Project 4423 Midland Co. Fresh Water Supply District No. 1 Reference: Kyle Krueger - (806) 473-3698 Engineer: Parkhill Reference: Zane Edwards - (806) 473-2200 The southern U.S. experienced a severe drought between 2010 and 2013 that required additional facilities to support extracting water from ground wells to have access to more freshwater. Construction included the development of 29 wells drilled between 585 and 445 VF, construction of a new 1 MG D110 Type III aboveground concrete water storage tank, a 4 MGD booster pump station with four 100 hp vertical turbine pumps rated at 925 GPM each, 126,780 LF of 4" to 18" PVC transmission waterlines, 11,460 LF of 16" PVC wellfield water piping, thirty-nine 72" manholes, an 8' x 4' x 6'concrete valve vault, and a 50' x 80' overflow pond. The water transmission main required 90,250 CY of rock trenching for the entire alignment due to caliche rock, as well as nine auger bores totaling 923 LF using 30" steel casing that crossed four roads, three highways, a railroad, and an existing pipeline. The wellfield also included an overhead power distribution system to the pump station and wells and new caliche road construction for the District to access the wellfield. Page 9 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS NORTHEAST WATER SYSTEM IMPROVEMENTS BID PACKAGE A Project 7340 Final Contract Amount: $22,063,309 Client: City of Midland, TX Start Date: February 2021 Reference: Carl Craigo - (432) 685-7261 Completion Date: May 2022 Delivery Method: Best Value Engineer: Enprotec / Hibbs & Todd, Inc. Location: Midland, TX Reference: Joe Mangrem - (325) 698-5560 The northeast side of the City of Midland is growing as developers continue to expand to meet the housing demand in the Permian Basin. This project will send water from the existing Water Purification Plant west to a future 2MG EST built by others. The scope includes a new transfer pump station with three 350 hp vertical turbine pumps rated at 3,000 GPM for a total capacity of 4.3 MGD that will pump water through 9,000 LF of 30" DR-21 C900 PVC water main installed within a downtown street that requires traffic control, 19,000 SY of paving, steel -cased auger bores consisting of 72 LF of 48" and 430 LF of 36" in two locations, and careful installation across 41 known utility crossings including pipelines and high-pressure gas lines. From this point, additional PVC water mains will be installed consisting of 47,760 LF of 24" and 7,721 LF of 30" primarily within open country with careful installation around 52 known utility crossings of gas lines. All digging will be through caliche rock that requires rock excavation using a trencher and hoe ramming. Additional work includes curb and gutter for 5,600 LF, a tie-in to the new tank, air release valves, pump station electrical, and manholes. WATER RESOURCES INTEGRATION PROGRAM PIPELINE SEGMENT 2B Project 9204 Final Contract Amount: $21,984,323 Client: San Antonio Water System Start Date: January 2015 Reference: Meagan Brown, PE, PMP (now withFreese and Nichols) - (405) 416-5922 Completion Date: April 2016 Delivery Method: Best Value Engineer: Civil Engineering Consultants I Don Durden, Inc. Location: San Antonio, TX Reference: Terry Conn - (210) 798-9240 This project included 27,000 LF of 60" mortar -lined steel waterline pipe, two 72" micro -tunnels measuring 725 LF and 543 LF underneath the Medina River and Medio Creek respectively, and a 319 LF of 78" bored tunnel underneath 1-35 and railroad tunnels. The scope also included the installation of five butterfly valves, 10 ARV valve and vaults, and two liner plate tunnels. The most challenging part of this project was the installation of the micro tunnels underneath the Medina River and Medio Creek due to the construction of two vertical shafts for each crossing. The 55' and 105' deep shaft construction required diameters that were 27' and 40' for each micro -tunnel, sheet piling installed down the sides of the shaft to refusal, sand and gravel excavation, shaft drilling to break up the rock, and then excavation down to invert using rock anchors and shotcrete to hold up the walls. The shaft construction required extensive dewatering due to the 105' vertical depth. The 60" pipe sections were lowered vertically into the tunnels and the tunnels were backfilled with flowable fill and concrete. Page 10 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS WATER RESOURCES INTEGRATION PROGRAM PIPELINE SEGMENT 1A Project 9202 Final Contract Amount: $18,519,817 Client: San Antonio Water System Start Date: January 2015 Reference: Meagan Brown, PE, PMP (now with Freese and Nichols) - (405) 416-5922 Completion Date: April 2016 Delivery Method: Best Value Engineer: Pape -Dawson Engineers Location: Elmendorf, TX Reference: Joseph Ortega - (210) 375-9000 This project included the installation of 41,800 LF of 60" mortar -lined and polyurethane -coated steel pipe, six butterfly valves, seven 84" ARV valves with vaults, 1,925 LF of 72" tunnels with a 527 LF tunnel underneath I- 37 and a 250 LF tunnel underneath Highway 281. Trenchless installations included 300 LF of 72" auger bores, 850 LF of 72" hand tunnels, and 775 LF of machine mined tunnels via tunnel boring machine (TBM). OSAGE WTP COMBINED HIGH SERVICE AND TRANSFER PUMP STATION Project 6535 Final Contract Amount: $18,307,260 Client: City of Amarillo, TX Start Date: December 2009 Reference: Emmett Autrey - (806) 378-4266 Completion Date: September 2012 Delivery Method: Design -Bid -Build Engineer: HDR Engineering, Inc. Location: Amarillo, TX Reference: Lance Ferland - (972) 960-4486 This new combined high service and transfer pump station provides both high service and transfer pumping functions for the water produced at the Osage Water Treatment Plant. The project included a 45' deep concrete underground 1 MG water storage tank and above ground masonry pump station with both sets of pumps and 30" steel discharge pipe, new masonry electrical building, concrete discharge meter vault, concrete valve vault, MSE retaining wall, yard piping, and surfaced roads. Pumping capacities for the high service portion of the pump station includes four pumps at 1,500 HP each with a total capacity of 60 MGD, and the transfer portion includes two pumps at 1,500 HP each with a total capacity of 25 MGD (ultimate 70 MGD). All pumps are vertical turbine type with a combination of VFD and soft start controls. There are three 2,000 kW standby generators capable of running two high service pumps and one transfer pump. The yard pipe consisted of 24" to 64" concrete cylinder pipe ranging in depths from 15 to 50 feet. Page 11 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS WATER TREATMENT PLANT NO. 2 PHASE II (CMAR) Project 4379 Final Contract Amount: $17,987,761 Client: City of Midlothian, TX Start Date: October 2011 Reference: Mike Adams - (972) 775-7105 Completion Date: June 2013 Delivery Method: CMAR Engineer: Schrickel, Rollins and Associates Location: Midlothian, TX Reference: Bryant Caswell (now with Brown & Gay Engineers) - (972) 464-4812 Due to the growth in the Midlothian area, there has been an increasing demand for water, which required the construction of this new 9 MGD membrane filtration surface water treatment plant. Construction included a sedimentation basin, chemical building, recycle pump station, three sludge lagoons, raw water control building, administration building with membrane process equipment, administrative offices, laboratory, meeting space and shop, electrical, instrumentation and controls, mechanical work, site work, and a raw water pipeline that tapped a 72" and 90" Tarrant Regional Water District raw waterline. The project included a Biwater RO system with Toray membranes. The CMAR delivery method was ultimately this project's largest advantage over the traditional design -bid -build delivery method. The collaboration between economizing the design to accommodate the City's needs while taking into consideration the best means for construction allowed the City to maximize the value of every dollar spent. WATER RESOURCES INTEGRATION PROGRAM PIPELINE SEGMENT 1B Project 9201 Final Contract Amount: $17,076,118 Client: San Antonio Water System Start Date: January 2015 Reference: Meagan Brown, PE, PMP (now with Freese and Nichols) - (405) 416-5922 Completion Date: April 2016 Delivery Method: Best Value Engineer: Pape -Dawson Engineers Location: San Antonio, TX Reference: Joseph Ortega - (210) 375-9000 This project included the installation of 42,000 LF of 60" steel pipe, 1,800 LF of 72" steel casing, 270 LF installed underneath Highway 16, six butterfly valves, six ARV structures, a 96" meter/valve vault, and dewatering. Trenchless installations included 700 LF of 72" auger bores, 84 LF of 72" hand tunnels, and 520 LF of 72" machine mined tunnel with a tunnel boring machine (TBM). The biggest challenge on this project was the time constraints, since all hydro testing must be completed less than 12 months after the project's start date. Page 12 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS 1C PIPELINE (CMAR) Project 4402 Final Contract Amount: $16,967,266 Client: Tarrant Regional Water District Start Date: August 2012 Reference: Shelly Hattan - (817) 720-4256 Completion Date: April 2014 Delivery Method: CMAR Engineer: Freese and Nichols Location: Kennedale, TX Reference: Coy Veach - (817) 735-7222 This project included the installation of 12,200 LF of 108" steel pipe for raw water between the Kennedale balancing reservoir and Arlington Lake outlet. Native CLSM was used on this project as an alternate to gravel embedment material in order to research the structural integrity of native CLSM and its constructability. Garney's role was contract management and field quality control, as well as coordination with the University of Texas -Arlington (UTA) research groups. The UTA groups were researching the geotechnical characteristics and structural integrity of the native CLSM, as well as measuring its ability to prevent deflection in the 108" raw water main. LAKE ALAN HENRY WATER SUPPLY TRANSMISSION PIPELINE, CONTRACT C Project 4359 Final Contract Amount: $16,622,019 Client: City of Lubbock, TX Start Date: February 2011 Reference: Wood Franklin - (806) 775-2343 Completion Date: January 2012 Delivery Method: Design -Bid -Build Engineer: Freese and Nichols Location: Lubbock, TX Reference: Nick Lester - (817) 735-7393 This project included installation of 80,514 LF of 48" C303 bar wrapped concrete cylinder waterline, six 8" blowoff assemblies, 20 combination air release assemblies, one 48" gate valve, 50 LF of concrete encasement, and other miscellaneous appurtenances. Additionally, there was 80,509 LF of fiber optic conduit and miscellaneous fiber pull boxes that were installed parallel to this pipeline for future SCADA communications. There were five hand tunnels totaling 506 LF of 66" ID steel casing and another 91 LF of open cut 66" ID casing. Although this project was cross country in nature, more than 93% of this pipeline route was across cultivated farm ground while the remainder affected pastures. This required continuous coordination with property owners to ensure the integrity of their existing irrigation piping and systems that consist of center pivots and drip irrigation systems remained intact. Page 13 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS WATER RESOURCES INTEGRATION PROGRAM PIPELINE SEGMENT 2A Project 9203 Final Contract Amount: $15,276,952 Client: San Antonio Water System Start Date: January 2015 Reference: Meagan Brown, PE, PMP (now with Freese and Nichols) - (405) 416-5922 Completion Date: April 2016 Delivery Method: Best Value Engineer: Civil Engineering Consultants I Don Durden, Inc. Location: Elmendorf, TX Reference: Terry Conn - (210) 798-9240 This project included 36,000 LF of 60" steel pipeline, five butterfly valves, six ARV vaults, multiple steel casing bores, and tunnel liner plate bores. The project included crossing the Texas State Highway Loop 1604 around San Antonio and a large creek crossing under Elm Creek. One of the more challenging aspects of the project was the extensive rock excavation included on the project. BAYPORT FACILITY FIRST STEP TANK SYSTEM ADDITION PROJECT Project 5256 Final Contract Amount: $14,578,619 Client: Gulf Coast Authority Start Date: February 2019 Reference: Peter Janes - (281) 226-1163 Completion Date: April 2021 Delivery Method: Best Value Engineer: CDM Smith Location: Pasadena, TX Reference: Sarah Stewart - (816) 412-3129 This project included the installation of a new first -step Jet Mix Aeration System in the existing GCA Bayport Facility. Included the installation of an aluminum geodesic dome, handrails, walkways, blower equipment specific to the new tank, installation of 900 LF of FRP pressure piping ranging from 12" to 36" from the tank into the existing facility, modification of the existing and installation of new sludge and RAS steel piping to tie the tank into the facility, 400 LF of 36" DIP and carbon steel piping for the new tank, and pipelining existing 24" DIP for 125 LF. Also included the installation of a new Off -Gas control system for the first -step aeration tanks, assisting the owner with upgrades of new blowers and piping modifications for the existing aeration system, demolition of the existing and the installation of a new plant air compressor system, miscellaneous earthwork, civil work, and significant fabricated pipe support installation. Lastly, Garney was responsible for the integration of the new tank and associated equipment into the plant operations, including instrumentation and electrical modifications and upgrades, as well as minimal paving for 2,500 LF. Page 14 of 38 CURRENT PROJECTS AND PROJECTS COMPLETED WITHIN THE LAST 10 YEARS WINKLER SERVICES WATER TRANSMISSION INFRASTRUCTURE (DESIGN -BUILD) Final Contract Amount: Start Date: Completion Date: Delivery Method: Location: $14,463,608 December 2017 June 2018 Design -Build Kermit, TX Carney conrsrnurnoni Client: Winkler Midstream LLC Reference: Ron Yair - (646) 961-3271 Engineer: Parkhill Project 7260 Reference: Ryan Kennerly - (817) 649-3216 This project included the construction of a raw water pump station with two 500 hp vertical turbine pumps rated at 3,650 GPM for a total station capacity of 10.5 MGD which was powered by a pre -manufactured Power Distribution Center (PDC) which was brought in and set onto a concrete slab. The transmission main consisted of 64,380 LF of 24" and 33,040 LF of 20" PVC waterlines with 160 LF of 30" auger bore for the 24" pipeline to cross under a state highway. Also included 530 LF of 24" directional drill to cross under existing utilities like gas lines, three 3" and sixteen 2" air release valves installed throughout eighteen 48" manholes, an insertion meter, a pressure sustaining valve, rock excavation using a trencher, and an outlet discharge structure. Nine total risers were installed (eight 12" and one 20") to deliver the water through removeable flow meters that were provided. Garney also cleared and prepped the right-of-way (ROW) for the power distribution lines which were installed by the owner. WATER RESOURCES INTEGRATION PROGRAM: TWIN OAKS PUMP STATION PHASE 1 Project 5205 Final Contract Amount: $13,485,058 Client: San Antonio Water System Start Date: November 2014 Reference: Gentry Karr - (562) 298-7589 Completion Date: October 2016 Delivery Method: Best Value Engineer: Black & Veatch Location: Elmendorf, TX Reference: Phil Cook - (210) 504-2411 This was a value -based selection project that was completed in multiple phases. This scope of work included the construction of a 45 MGD high service pump station with three vertical turbine pumps, each with 1,250 hp motors. The pipeline requirements for the project included 300 LF of 78", 680 LF of 60", and 1,130 LF of 48" welded steel (mortar -lined) waterline; 180 LF of 6" sanitary PVC gravity pipe; 340 LF of small diameter process stainless steel pipe; and 500 LF of 48" welded steel (mortar -lined) process pipe. The project also included concrete foundations and pads, underground and aboveground suction and discharge piping, an electrical equipment building, installation of equipment including pumps and fabricated surge tanks, and electrical and controls systems. Page 15 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS DSP SOUTHEAST TANK AND PUMP STATION PROJECT Project 5218 Final Contract Amount: $10,640,116 Client: San Antonio Water System Start Date: April 2016 Reference: Adam Eddy - (210) 233-3694 Completion Date: March 2018 Delivery Method: Best Value Engineer: Freese and Nichols Location: San Antonio, TX Reference: David Bennett - (210) 298-3829 This project included the installation of two raw water pump stations consisting of four 200 hp pumps each rated at 1,667 GPM for a station capacity of 9.6 MGD and three 100 hp pumps each rated at 1,250 GPM for a station capacity of 5.4 MGD, as well as the installation of motors, yard piping, piping connections to existing pipelines, valves, flow meters, and concrete slabs. Also included the construction of one 3.5 MG D110 Type III prestressed aboveground DN concrete storage tank, including piping, valves, handrail, interior and exterior ladders, shell manways, and hatches; construction of an electrical building, a chemical building, and a transformer pad; installation of a sacrificial anode cathodic protection system on the yard piping; and construction of a concrete pavement driveway, automatic gate, frontage fence and gate, site security, and lighting. The pipeline portion of the project included the installation of 3,575 LF of 8" to 24" mortar lined steel waterlines which required one 36" auger bore for 121 LF. TOWN CREEK DRAINAGE PROJECT (CMAR) Final Contract Amount: Start Date: Completion Date: Delivery Method: Location: $10,487,285 November 2015 September 2017 CMAR Huntsville, TX Project 7223 Client: City of Huntsville, TX Reference: Sherry McKibben - (936) 291-5428 Engineer: Klotz and Associates Reference: Michael McClung- (281) 589-7257 Garney provided CMAR services for this project including preconstruction and construction services for 7,700 LF of open and enclosed channel, as well as removal and replacement of 3,545 LF of reinforced box culvert that spans across seven street crossings and three parking lots that required hand tunneling. The sizes of the box culverts range from 10' x 6' to 10' x 9'. This also included the replacement of any sidewalk, pavement, curb and gutter that was affected during construction. During the installation of the culverts, there were four junction boxes installed of both precast and cast -in -place. The project also required decommissioning of railroad cars, drainage lines and feeds, and 297,776 SF of 419 Tifway Bermuda Sod was laid on the Sam Houston State University Intermural Soccer Fields. The main challenge included open channel rehabilitation in a heavily congested urban setting affecting businesses, roadways, and pedestrian traffic. Page 16 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS INDUSTRIAL RESERVOIR IMPROVEMENTS PROJECT Project 5217 Final Contract Amount: $10,203,226 Client: Gulf Coast Water Authority Start Date: November 2016 Reference: James Vanderwater - (409) 797-4903 Completion Date: October 2018 Delivery Method: Best Value Engineer: Freese and Nichols Location: Dickinson, TX Reference: Cody Cockcroft - (817) 735-7300 This project included the demolition of two existing reservoir intake control structures and associated piping, demolition of the existing bleeder structure on the intake channel, demolition of the existing reservoir outlet structures, and associated electrical demolition. The project also included multiple cofferdams (both earthen and sheet pile driven from inside the reservoir) and temporary bypass and control of water for the influent and outlet water channels. New construction included two new inlets and bleeder structures on the inlet side of the reservoir, including a combined 285 LF of 72" CCFRPM (Hobas) transmission waterlines and multiple control gates, and a new flow measurement structure spanning the width of the influent channel. The scope also included two new outlet structures with a combined 300 LF of 60" CCFRPM (Hobas) transmission waterline, new Parshall Flume flow measurement structures on the outlet channel, and a new Ashland Chemical outfall concrete structure. BOIS D'ARC LAKE - RESERVOIR DISCHARGE PIPING Project 7271 Final Contract Amount: $9,749,965 Client: Phillips & Jordan Start Date: July 2018 Reference: Steve Long - (972) 442-5405 Completion Date: December 2020 Delivery Method: Negotiated Engineer: Freese and Nichols Location: Honey Grove, TX Reference: Scott Maughn - (214) 217-2260 Under contract to Phillips & Jordan, Garney is completing this project for North Texas Municipal Water District. This pipeline project is part of the Bois d'Arc Lake project and will connect a pipeline from the dam pump station to the beginning of the raw water transmission pipeline. The scope includes the installation of 6,265 LF of 90" C200 spiral -welded steel (mortar -lined and polyurethane -coated) waterline, a 90" butterfly valve, and eighteen 72" manholes. The first 600 feet of the project will travel through the service spillway of the future dam and 3,600 LF of the pipeline alignment will require an average of 35 feet of dirt and rock cut from the existing ground level using hoe ramming prior to the pipeline installation. Page 17 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS BAILEY COUNTY WELL FIELD SUPPLY PIPELINE - CONTRACT B Project 4438 Final Contract Amount: $9,671,787 Client: City of Lubbock, TX Start Date: April 2014 Reference: Josh Kristinek, P.E. - (806) 775-3397 Completion Date: June 2015 Delivery Method: Design -Bid -Build Engineer: Freese and Nichols Location: Lubbock, TX Reference: Nick Lester - (817) 735-7393 This project includes the installation of 36,645 LF 30" and 7,923 LF 36" C-303 bar wrapped pipe in both urban and rural areas, 14 blow -off valves, 16 air release valves, two butterfly valves, and 990 LF of 54" tunneled bores that includes one railroad crossing and a connection to an existing 45" waterline. Surface restoration for this project requires 25,600 SY asphalt road replacement and 8,800 SY gravel road replacement. WASTEWATER TREATMENT PLANT CAPACITY EXPANSION PROJECT (CMAR) Project 5219 Final Contract Amount: $9,424,951 Client: City of Castroville, TX Start Date: January 2016 Reference: John Gomez - (830) 931-4090 Completion Date: August 2019 Delivery Method: CMAR Engineer: RESPEC Location: Castroville, TX Reference: Russell Persyn - (210) 213-2297 New construction for this CMAR project included a concrete mechanical fine screen headworks structure with manual bypass, two concrete BNR basins, mechanical aeration equipment, actuated gates, chemical feed system, a 54' diameter concrete secondary clarifier / equipment, new cloth media filters / supporting slab, plant drain lift station / plant drain piping, and sludge dewatering system including new sludge and chemical feed equipment and a screw press. The added equipment brought the plant's capacity to 0.9 MGD. The project required complete demolition and removal of the abandoned racetrack basin, existing lighting poles, two parshall flumes, MCC equipment in the administration building, and miscellaneous demolition of various concrete walls, piping and fencing. Modifications and additions will be necessary for the chlorine contact basin, the chlorine / electrical building, effluent metering equipment & minor modifications to the existing concrete outfall structure, and conversion of the existing aeration basin to an aerated sludge holding tank which included replacement of aeration rotors and various other modifications. Page 18 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS GROUNDWATER REDUCTION PLAN PROGRAM, SEGMENT C2 Project 4425 Final Contract Amount: $9,004,133 Client: San Jacinto River Authority Start Date: October 2013 Reference: Doug Haude - (936) 588-7189 Completion Date: June 2015 Delivery Method: Best Value Engineer: Schaumburg & Polk, Inc. Location: Conroe, TX Reference: Mark Dessens - (281) 920-0487 This project required the installation of 16,331 LF of 12" to 24" PVC pressure waterline and 15,358 LF of 30" to 42" C303 bar wrapped concrete waterline installed by open cut. Also included the installation of 2,708 LF of trenchless pipe by jack and bore, 830 LF of 12" fusible PVC by directional drill, associated combination air valves, blow -off valves, hydrants, butterfly valves, and gate valves. The project was paralleled by the installation of 34,395 LF of 3" SDR11 HDPE fiber optic conduit and pull boxes. Conditions included suburban street right- of-ways and paralleling overhead electric transmission and gas utilities. LOW HEAD C PIPELINE Project 7339 Final Contract Amount: $8,915,700 Client: City of Lubbock, TX Start Date: February 2021 Reference: Jessie Montes - (806) 775-3000 Completion Date: February 2022 Delivery Method: Best Value Engineer: Freese and Nichols Location: Lubbock, TX Reference: Michael McBee - (817) 735-7361 The project consists of a new waterline for the City. The work includes the installation of 21,400 LF of 36" C303 bar -wrapped concrete cylinder treated water pipeline with 14,635 LF installed down the side of a rural county road and 6,765 LF within a residential area roadway. The work includes four auger bore crossings totaling 1,410 LF of 60" casing including one tunnel at 1,030 LF and a railroad crossing, removal and replacement of asphalt roadways totaling 12,640 SY, 60" manholes, nine blow -off valves, twenty 4" and 8" combination air valves, 21,400 LF of fiber optic conduit, a 36" motor -actuated butterfly valve, two motor - actuators retrofitted to existing valves, and an electrical pad with communications for the butterfly valves. Page 19 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS STEEP BANK CREEK PUMP STATION EXPANSION Project 5281 Final Contract Amount: $8,258,400 Client: Costello, Inc. Start Date: March 2020 Reference: Chad Hablinski, P.E. - (713) 783-7788 Completion Date: May 2022 Delivery Method: Design -Bid -Build Engineer: Costello, Inc. Location: Sugar Land, TX Reference: Chad Hablinski, P.E. - (713) 783-7788 The Steep Bank Creek Pump Station is connected to an existing stormwater bayou in a residential area and is need of expansion to protect the local area from flooding due to increased river levels. The work includes demolishing existing pump station discharge and process piping, installing three 200 hp vertical turbine raw water pumps rated at 50,000 GPM for a total capacity of 216 MGD, and installing 262 LF of 108" stormwater box culvert. The work includes a 501 x 40'W x 35'D soldier pile shoring system, 262 LF of 72" bypass pumping, and an AquaDam in place to work as needed in case of a rain event during construction to eliminate the current flooding concerns. The stormwater pipeline was originally designed as a 120" carbon steel line, but Garney suggested a 108" box culvert in its place to stay within the owner's budget. Working with Costello, Inc. as the owner's representative, this project if being built for the Fort Bend County Levee Improvement District 19. GROUNDWATER REDUCTION PLAN PROGRAM SEGMENT W313 Final Contract Amount: Start Date: Completion Date: Delivery Method: Location: $8,144,965 Client: January 2014 Reference: June 2015 Best Value Engineer: Project 4434 San Jacinto River Authority Steve Gibson - (936) 588-7128 .: I: Rayford, TX Reference: Mac Bakri - (936) 828-3803 This project included 12" to 20" pipeline installation through a primarily urbanized, commercial area of The Woodlands, Texas. Included installation of 1,700 LF of 12", 4,600 LF of 16", 3,500 LF of 18", and 8,200 LF of 20" open cut PVC pipe with flushing hydrants, 2" through 4" air valves, and tie-ins to existing lines and structures. The project also included 1,100 LF of 12", 1,000 LF of 16", 1,300 LF of 18", and 3,800 LF of 20" trenchless installation by boring with steel casing and fusible PVC horizontal directional drills, as well as a 650 LF 34" steel casing bore under 1-45. Page 20 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS COVANCE RESEARCH PRODUCTS WATER & WASTEWATER INFRASTRUCTURE Project 5241 IMPROVEMENTS Final Contract Amount: $6,800,903 Client: Covance, Inc. Start Date: September 2018 Reference: Jerome Gobel - (608) 310-2465 Completion Date Delivery Method: Location: January 2020 Best Value Engineer: Freese and Nichols Alice, TX Reference: Jason Cocklin - (361) 561-6508 This project consisted of constructing a new 0.5 MG buried evaporation basin with 26,000 LF of associated PVC sanitary sewer piping for a new water treatment plant and wastewater treatment plant that included reverse osmosis (RO) membranes, moving bed biological reactor process (MBBR), and transfer pump stations. The project also included electrical work, headworks improvements, and ponds. SURFACE WATER SUPPLY PROJECT - SEGMENT 3 - CONTRACT S3-A4 Final Contract Amount: $6,724,649 Start Date: December 2019 Completion Date: December 2020 Delivery Method: Design -Bid -Build Location: Houston, TX Client: Reference: Engineer: Project 7298 West Harris County Regional Water Authority Chase Juhl, P.E. (Owner's Rep working for Dannenbaum Engineering) - (713) 254- 0029 Dannenbaum Engineering Reference: Melinda Silva - (713) 520-9570 This project was the first of the Surface Water Supply projects for West Harris County Regional Water Authority. The scope included the installation of 10,573 LF of 42" C303 concrete waterline along a CenterPoint Energy right-of-way in the suburban area of Houston, TX. This residential location required coordination with businesses and the public regarding scheduling and was crucial to the project success. The scope also included twelve 60" trenchless hand tunnels totaling 1,191 LF under TXDOT and City of Houston roads, bore pits excavated up to 25 vertical feet, and paving. The major challenges of this project included keeping the community abreast of changing construction schedules and completing work for a single interdependent project inside of the larger Surface Water Supply Program. Page 21 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS TEXOMA 72-INCH PIPELINE IMPROVEMENTS Project 7261 Final Contract Amount: $5,987,657 Client: North Texas Municipal Water District Start Date: January 2018 Reference: Angela Pflanz, P.E. - (469) 626-4744 Completion Date: April 2020 Delivery Method: Best Value Engineer: Freese and Nichols Location: Sherman, TX Reference: Elizabeth Blackwelder, P.E., ENV SP (now with Black & Veatch) - (817) 769-6071 This project included the installation of a corrosion monitoring system in the existing 72" Texoma Pipeline. The scope of work included internal bonding of pipe joints throughout approximately 20 miles of C301 pre -stressed concrete cylinder pipe (PCCP); external installation of test stations at 1,500' intervals throughout 30 miles of pipe; installation of 72" inline isolation valves, pipe, and fittings at two different locations; two new manholes; and electromagnetic inspection of 10 miles of C301 PCCP. Work required draining and filling portions of the pipeline using 11 separate dewatering and filtration units running simultaneously, as well as setting up and testing temporary 10 MGD bypass pumping from the Texoma Balancing Reservoir in order to sustain water supply to Panda Energy. The work was completed during two scheduled critical shutdowns in 2018 and 2019. WELL NO. 9 AND COLLECTION LINE Final Contract Amount: $5,600,278 Start Date: September 2017 Completion Date: August 2019 Delivery Method: Design -Bid -Build Location: Bryan, TX Project 7254 Client: City of College Station, TX Reference: Brandi Whittenton - (979) 764-3814 Engineer: Jones Carter Reference: Tobin Synatschk - (713) 777-5337 This project is located in a rural area and requires the installation of 5,500 LF of 30" steel waterline and 1,000 LF of 16" DIP waterline that will connect to a water well and serve as the collection piping for the project. The 30" steel line will require a 42" hand excavated tunnel for 50 LF which will be tunneled underneath an existing gas line. The well drilling pads and access road including drainage structures will be constructed by a dirt/excavation subcontractor. Garney will also oversee a well drilling subcontractor which will drill a water well to be tied into the existing College Station collection lines. Above ground mechanical piping will be installed to connect the well to the collection piping, as well as valves and a flow -meter. Additionally, a 500 hp motor will be installed in the water well with all electrical lines and panels, an existing bridge on an access road will be rehabilitated, and a 22,000 LF fiber line will be installed at existing wells #8 and #9 for instrumentation purposes. In addition to the scope described above, a 2-acre retention pond will be constructed to control water discharge from the well site during the well testing activities. Page 22 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS SOUTH WASTEWATER TREATMENT PLANT IMPROVEMENTS PACKET 5 Project 5282 Final Contract Amount: $5,178,464 Client: Brownsville Public Utilities Start Date: January 2021 Reference: Ricardo Pineda, E.I.T. - (956) 983-6227 Completion Date: March 2022 Delivery Method: Design -Bid -Build Engineer: Freese and Nichols Location: Brownsville, TX Reference: Jason Cocklin - (361) 561-6508 This improvements project includes rehabilitating existing equipment at the South Wastewater treatment Plant to expand the capacity to 12.8 MGD. Work at Digester Nos. 1 and 2 consists of the replacement of shotcrete coatings on the aerobic pre -stressed concrete tanks. The headworks grit system is being upgraded and retrofitted including emptying and cleaning grit basins, demolition and replacement of grit removal equipment including piping, pumps, washers, classifiers, and electrical upgrades. Aeration Basin No. 1 includes influent channel structural rehabilitation consisting of concrete repairs, helical foundations, and channel coating. Lastly, Aeration Basin No. 3 includes replacement of manual air control butterfly valves including four 14", twelve 8", and two 4". HIGH SERVICE PUMP STATION 2-2 AND 2-3 MECHANICAL IMPROVEMENTS Project 5202 Final Contract Amount: $4,178,723 Client: North Texas Municipal Water District Start Date: August 2014 Reference: Jeffrey Hogan - (469) 626-4440 Completion Date: May 2016 Delivery Method: Best Value Engineer: MWH Global (now Stantec) Location: Wylie, TX Reference: Steven Mendoza - (214) 346-9929 This project consisted of improvements to various mechanical and structural components with High Service Pump Station 2-2 and High Service Pump Station 2-3 at the North Texas Municipal Water District potable water treatment plant. The project also required new construction related to electrical advancements within each station and mechanical improvements, combined with cathodic protection measures in the plant yard. Construction included carbon fiber repairs on sections of 24" to 36" steel piping, replacement of multiple 30" to 36" check valves, several 24" to 54" butterfly valves, multiple 30" to 84" steel pipe couplings, installation of internal joint seals on 30" and 36" steel pump discharge piping, paint removal and recoating of piping and ferrous surfaces with the pump stations, replacement of 60", 72" and 78" yard butterfly valves and associated piping, and the replacement of two 84" slide gates. This project had six different shutdown periods during which the majority of the work took place. The shutdowns ranged from 5 days to 84 days. Page 23 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS LEON CREEK EMERGENCY SEWER RELIEF LINE Project 4412 Final Contract Amount: $3,985,987 Client: San Antonio Water System Start Date: January 2013 Reference: Kerry Averyt - (210) 233-3483 Completion Date: May 2013 Delivery Method: Design -Bid -Build Engineer: Weston Solutions Location: San Antonio, TX Reference: Abdel Hamed - (210) 308-4300 This project includes the installation of 3,422 LF of 66" FRP for a sanitary sewer line with eleven 72" t-base manholes encased in concrete. The 66" main bypassed 7,500 LF of existing 42" main by tying into the upstream and downstream ends with two 12' x 12' poured -in -place junction structures, capping the existing 42" main and abandoning seven existing manholes. The 66" main went through two capped landfills with excavations averaging 22' deep and reaching up to 32' deep. The project also included abandonment of the existing 42" line, pavement restoration, and removal and disposal of hazardous soil and landfill waste. GROUNDWATER REDUCTION PLAN PROGRAM SEGMENT C1A Final Contract Amount: $3,617,293 Client: Start Date: March 2014 Reference: Completion Date: October 2014 Delivery Method: Best Value Engineer: Location: Conroe, TX Reference: Project 4429 San Jacinto River Authority Doug Haude - (936) 588-7189 Dannenbaum Engineering Wayne Ahrens - (281) 920-0487 This project included the installation of 10,252 LF of 42" B303 bar -wrapped concrete cylinder pipe installed primarily by open cut method. The project also entailed 105 LF of 60" hand tunneled liner plate installation, a 65 LF 60" auger bore, 85 LF of 60" open cut casing, combination air valves, flushing hydrants, access manways, butterfly valves, and gate valves. The project was paralleled by the installation of 17,427 LF 3" fiber optic conduit and associated pull boxes. Page 24 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS CHAPMAN PIPELINE REPAIRS HUNT COUNTY ROAD 4301 & SOUTH SULPHUR RIVER Project 7233 Final Contract Amount: $3,574,350 Client: North Texas Municipal Water District Start Date: March 2016 Reference: Cesar Baptista, P.E. - (972) 442-5405 Completion Date: January 2017 Delivery Method: Best Value Engineer: Halff Associates Location: Greenville, TX Reference: Ben Stephens - (972) 761-1649 This project consisted of the emergency stabilization of an existing 84" raw water pipeline that was exposed in the Sulphur River due to flooding in 2015. To stabilize the pipeline, the project required installation of 5,400 CY of 36" rock rip rap, stabilization of the river banks up and downstream, 170 CY of cementous material, and driving 7,300 VF of sheet piling. The 84" raw water pipeline is the main water supply to North Texas Municipal Water District for the City of Irving, Texas. Challenges included difficult access due to the remote location of this stretch of the Sulphur River, as well as the exposed pipe being located in the bottom of a flowing river which will require the river to be diverted during construction using sheet piling. EAST WILLIAMSON COUNTY CONTRACT B - RAW WATER PIPELINE Final Contract Amount: Start Date: Completion Date: Delivery Method: Location: $3,484,103 Client: May 2012 Reference: August 2012 Design -Bid -Build Engineer: Taylor, TX Reference: Project 4388 Brazos River Water Authority David Jones - (254) 761-3240 Freese and Nichols Alan Hutson - (817) 735-7315 This project consisted of installing 16,000 LF of 48" steel water transmission main with parallel fiber optic conduit. Additionally, there were a number of appurtenances including fiber optic pull boxes, air releases, and blow -off valves. Page 25 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS DEMOLITION OF PUMP STATION 7 & WATERLINE REPLACEMENT Project 7318 Final Contract Amount: $3,063,125 Client: City of Lubbock, TX Start Date: July 2020 Reference: Josh Kristinek, P.E. - (806) 775-3397 Completion Date: January 2021 Delivery Method: Design -Bid -Build Engineer: Freese and Nichols Location: Lubbock, TX Reference: Michael McBee - (817) 735-7361 This project included replacing the newly built Pump Station No. 10 with Pump Station No. 7. The demolition included the removal of all yard piping, five vaults, the two -floor pump station, and two ground storage tanks (2 MG and 5 MG). This project also included the removal of 1,464 LF of existing 24" steel cylinder reinforced concrete (SCRC) waterline and replacement with 24" C205 mortar -lined steel in the same ditch along TXDOT US-62 Frontage Road, as well as plugging and capping the 24" SCRC line and a 14" asbestos cement line. Additional work included replacement of 210 LF of 42" waterline with 24" that runs parallel to the new line during a 72-hour shutdown window including a flange -by -flange gate valve, two air release valves, and one blow -off valve. A 20 LF section of the new 24" pipeline was installed using hand tunneling within a 48" steel casing installed 20 feet deep. Additional work included nine 72" manholes, the installation of a 14'4" x 135" precast flow meter vault and flow meter in the middle of 29th Drive that splices into the existing 30" steel Bailey County Pipeline including electrical, controls, programming, 450 SF of paving, and concrete sidewalk. WATER RELOCATIONS: NORTH GALLOWAY AVENUE/1-30, 1-635 CROSSING, AND GUS Project 7327 THOMASSON (NTMWD-02) Final Contract Amount: Start Date: Completion Date: Delivery Method: Location: $2,386,904 September 2020 July 2021 Design -Bid -Build Dallas, TX Client: Pegasus Link Constructors Reference: Larry Brever - (864) 907-3591 Engineer: Freese and Nichols Reference: Theodore Chan - (817) 735-7300 Garney was selected as a subcontractor to Pegasus Link Constructors (PLC), a joint venture between Fluor Constructors and Balfour Beatty, on this Texas Department of Transportation (TxDOT) and North Texas Municipal Water District (NTMWD) pipeline project that included abandoning -in -place and relocating existing waterlines. PLC had contracted with TxDOT to provide $1.74 billion worth of improvements to 1-635 and 1-30 including several waterlines owned by NTMWD. Garney's scope included abandoning existing waterlines with grout fill and installing 1,456 LF of 30" and 62 LF of 14" C303 concrete waterlines slightly offset from the existing lines to allow for the widening of the two interstates. The installation included two hand tunnels consisting of 511 LF and 374 LF of 48" that cross under 1-635 and 1-30, a 60" air vacuum valve manhole, and paving. Challenges included congested work areas due to concurrent work with other contractors, the long- distance between each pipeline alignment, and three 12-hour critical shutdowns for new infrastructure tie-ins that required close coordination between PLC, NTMWD, and Garney. Page 26 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS NORTH GARLAND PIPELINES CONDITION ASSESSMENT: NORTH GARLAND PIPELINE NO. 1 Project 7310 REPAIRS Final Contract Amount: Start Date: Completion Date: Delivery Method: Location: $2,348,132 Client: January 2020 Reference: January 2021 Design -Bid -Build Engineer: Garland, TX Reference: North Texas Municipal Water District Brent Bluff - (972) 442-5405 Halff Associates Ben Stephens - (972) 761-1649 North Texas Municipal Water District was experiencing leaks in their existing 60" EC-PCCP waterline. Garney conducted exploratory work to determine the specific locations of all six leaks followed by repairs completed during a series of three shutdowns. The repairs consisted of the application of Carbon Fiber Reinforced Polymer (CFRP) internal lining. The project also included installation of one 72" manhole, paving, and removal of 2.5 MG of water from the pipe through dewatering systems. 90-INCH RICHLAND CHAMBERS LOWERING (CMAR) Final Contract Amount: Start Date: Completion Date: Delivery Method: Location: $1,816,568 November 2013 April 2014 CMAR Ennis, TX Project 4409 Client: Tarrant Regional Water District Reference: Greg Crews - (817) 720-4482 Engineer: Lockwood, Andrews & Newnam, Inc. Reference: Justin Reeves - (979) 220-2179 This project included the construction of a temporary access road, removal and salvage of 1,600 LF of existing 90" PCCP pipe, and the installation of 1,600 LF of welded steel pipe encased in concrete at deeper elevations to 30 vertical feet. This project allowed for future IPL 108" installation in the above scope. Page 27 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS BAYPORT FACILITY DISCHARGE -TO -BAY EFFLUENT PUMP STATION UPGRADE Project 5260 Final Contract Amount: $1,656,353 Client: Gulf Coast Authority Start Date: August 2019 Reference: Peter Janes - (281) 226-1163 Completion Date: December 2020 Delivery Method: Best Value Engineer: Jacobs Engineering Group, Inc. Location: Pasadena, TX Reference: Shawn Sharkey, P.E. - (281) 776-1563 This project included the upgrade of the Gulf Coast Authority's discharge -to -bay effluent pump station including new discharge header piping and pumps. The scope started with installing a temporary 30" discharge piping header bypass to keep the pump station in service. This was then followed by removing the existing discharge pipe header and replacing it with a 50 LF section of 36" carbon steel line; removing and disposing of the three existing vertical turbine pumps, motors, and associated discharge piping and replacing with new pumps, motors, and piping; modifying the existing reinforced concrete and steel pipe supports; and then demolishing the temporary discharge piping header. The project also required divers for investigation and installation of bar screens due to the inability to shut down the existing holding pond and drain. LEDA MONSANTO POTABLE WATER LINE EXTENSION (CMAR) Project 7228 Final Contract Amount: $1,367,884 Client: Lubbock Economic Development Alliance Start Date: March 2016 Reference: John Osborne - (806) 749-4500 Completion Date: September 2016 Delivery Method: CMAR Engineer: Parkhill Location: Lubbock, TX Reference: Ryan Kennerly - (817) 649-3216 This project included installation of 12,500 LF of 12" PVC waterline, seven 24" steel cased auger bores totaling 1,451 LF, 135 LF of slick horizontal direction drill bores, six combination air/ vacuum relief valves (in 48" manholes), four blow -off appurtenances, three fire hydrant assemblies, and nine 72" manholes. Both ends of the pipeline tied into existing waterlines; one by hot tap and the other by cutting in a tee which required a shutdown. The most challenging aspect of this project was the schedule. Phase 1 of the pipeline needed to be completed by June 1st which included 7,000 LF of pipe and five bores. Contract negotiations, design review, and bid package coordination all took place prior to work beginning which left approximately seven weeks for construction. In addition to the challenging schedule, this project took place along busy roads requiring traffic control. Page 28 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS PANORAMA WATERLINE Project 7210 Final Contract Amount: $1,311,729 Client: City of Conroe, TX Start Date: December 2014 Reference: Brandy Taylor - (936) 522-3132 Completion Date: May 2015 Delivery Method: Best Value Location: Conroe, TX Engineer: City of Conroe, TX Reference: Tara Gaha - (936) 522-3133 This project consisted of 5,000 LF of 10" ductile iron waterline and appurtenances installed through an active golf course with 320 LF of trenchless installations via auger bore. The project also included two 75 HP booster pumps, pump house piping, a 10" flow meter vault, one 48" manhole, SCADA, electrical, and 73,000 SF of sod restoration through the golf course. Challenges on this project included construction and restoration through a golf course, a limited two -month timeframe to complete the waterline installation on the golf course, and a tight congested right-of-way. HOGAN WADLEY ELEVATED STORAGE TANKS IMPROVEMENTS Final Contract Amount: Start Date: Completion Date: Delivery Method: Location: $1,207,425 Client: October 2019 Reference: April 2020 Design -Bid -Build Engineer: Midland, TX Reference: Project 7292 City of Midland, TX Carl Craigo - (432) 685-7261 Enprotec / Hibbs & Todd, Inc. Joe Mangrem - (325) 698-5560 This project included the installation of 150 LF of 18" DIP water feedline tapped into an existing 20" CPP line that penetrated an existing elevated storage tank. This line also included three new vaults with a flow control valve, static mixer, and a flow meter. Additional work included the installation of 20 LF of 14" DIP waterline, 132 LF of steel riser piping that ran up the side wall of the tank and penetrated the bottom of the tank bowl, electrical improvements to automation and programming, coating repairs, and improvements to an existing vault that included replacing actuator valves and damage repairs. Page 29 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS STATE HIGHWAY 360 PIPELINE CONSTRUCTION - PHASE 2 Project 7241 Final Contract Amount: $1,054,577 Client: Tarrant Regional Water District Start Date: December 2016 Reference: Steve Metzler - (817) 720-4253 Completion Date: March 2017 Delivery Method: Design -Bid -Build Engineer: Black & Veatch Location: Palmer, TX Reference: Michael McCure - (817) 429-7558 This project was a large diameter utility relocation to support the widening of SH 360 South of Fort Worth, TX. Garney was awarded Phase 1 which was completed in winter 2015/2016. Phase 2 of the project extended from Phase 1 approximately 330 LF to the final tie-in location. The work on this project included the removal of 300 LF of 72" and 330 LF of 90" PCCP, and replacement with 330 and 300 LF sections of owner - provided 90" C-200 carbon steel pipe. The pipe is uncoated with 100% concrete encasement backfill, has double welded joints, and was completed during the scheduled shutdowns for each respective pipeline. The completion schedule was critical to maintaining TRWDs operational capacity. To facilitate the removal / re- installation, two southbound lanes of SH 360 were closed and bypassed temporarily around the construction site. Challenges on this project included the removal of existing large diameter pipeline that was in service for over 30 years. Additionally, work on both pipelines occurred during an annual shutdown of the Richland Chambers and Cedar Creek Pipelines, TRWD's two primary water supply pipelines. CONNECTIONS TO CITY OF MIDLAND PAUL DAVIS WATERLINE Final Contract Amount: $892,323 Start Date: August 2017 Completion Date: January 2018 Delivery Method: Negotiated Location: Midland, TX Client: Mabee Water Resources Project 7255 Reference: Greg Mabee - (432) 238-3588 Engineer: Mabee Water Resources Reference: Greg Mabee - (432) 238-3588 This project included the installation of three 24" PVC stub -outs to an existing 33" bar -wrapped pipeline each including an ARV manhole. The scope also included the installation of a PRV manhole, 24" gate valve, manhole mag-meter, manhole clamp -on flow meter, 24" butterfly valve, 300 LF of 24" PVC waterline, 80 LF of 24" above ground ductile iron waterline, and concrete pipe supports. Page 30 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS CHAPMAN RAW WATER TRANSMISSION PIPELINE CHANNEL STABILIZATION AT THE Project 7301 SOUTH SULPHUR RIVER - PHASE 2 Final Contract Amount: $889,870 Client: North Texas Municipal Water District Start Date: January 2020 Reference: Jeffrey Hogan - (469) 626-4440 Completion Date: August 2020 Delivery Method: Design -Bid -Build Engineer: Halff Associates Location: Leonard, TX Reference: Ben Stephens - (972) 761-1649 This project was the sequel to the original channel stabilization project that Garney constructed in 2016. Due to heavy erosion caused by rapid rise and drawback of the South Sulphur River, an existing 84" PCCP waterline was exposed. This line was co -owned by the City of Irving, TX and North Texas Municipal Water District. The scope included shaping the existing banks of the waterway to a designed slope of 2:1, discarding overburden material within the river, stabilizing the banks with a filtration fabric and 18" riprap from the toe of the slope to the crest and the floor of the tributary, managing the sheet pile installation including 600 feet of PCZ-18 piling completed by a subcontractor, and installing articulated concrete block at the crossing to protect the exposed pipe from further erosion or damage. Challenges included dewatering the riverbed and managing water flow around operations in the river, remote area location that required an access road to be built, and weather. TEXOMA TO WYLIE RAW WATER PIPELINE CROSSING AT STATE HIGHWAY 121 Project 7326 Final Contract Amount: $818,740 Client: North Texas Municipal Water District Start Date: August 2020 Reference: Travis Markham - (469) 626-4724 Completion Date: November 2020 Delivery Method: Negotiated Engineer: Freese and Nichols Location: Anna, TX Reference: Daniel Huff ines - (214) 624-2218 This was an emergency project where Garney exposed 90 LF of existing 96" steel waterline located 20 vertical feet deep and encasing the pipe in concrete for a Texas Department of Transportation highway expansion. Also included the installation of a cathodic test station and moving an existing fiber-optic pull box. Page 31 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS TOLK WATER WELLS - BARRETT WATER RIGHTS WATER GATHERING LINES Project 7207 Final Contract Amount: $698,016 Client: Xcel Energy Start Date: September 2014 Reference: Doug Taylor - (806) 378-2118 Completion Date: December 2014 Delivery Method: Best Value Engineer: Xcel Energy Location: Olton, TX Reference: Doug Taylor - (806) 378-2118 This project included the installation of a well collection system for the Tolk Power Plant. The well collection system is comprised of 3,000 LF of 6" PVC pipe, 1,380 LF of 8" PVC pipe, 5,740 LF of 12" PVC pipe, 13,000 LF of 16" PVC pipe, 21 air relief vaults, and 17 EA 48" drain valve vaults. Challenges included extremely sandy soil conditions and a remote location in western Texas. OFF -SITE UTILITIES AND LIFT STATION Final Contract Amount: $603,000 Start Date: July 2014 Completion Date: Delivery Method: Location: October 2014 Design -Bid -Build Fort Stockton, TX Project 5201 Client: City of Fort Stockton, TX Reference: Michael Corkrum - (432) 336-3092 Engineer: TRC Engineers, Inc. Reference: Eddie Bogard - (512) 329-6080 This project included the installation of a 0.35 MGD sewer lift station with associated valve vaults and piping. The pump station included two submersible pumps that were 5 HP and 0.18 MGD each. The piping consisted of 100 LF of small diameter ductile iron sanitary force main. Electrical work was also required and included a ductbank, new generator and associated controls. Site grading, paving and gravel roadway were also included with construction of the lift station. Challenges included working alongside the City, who installed the associated pipeline, and the boring subcontractor who installed two 16" bores and one 8" bore, each one totaling 150 LF. Page 32 of 38 CURRENT PROJECTS AND PROJECTS COMPLETED WITHIN THE LAST 10 YEARS WATER SYSTEM IMPROVEMENTS (CMAR) Final Contract Amount: $506,645 Start Date: December 2017 Completion Date: March 2020 Delivery Method: CMAR Location: Midland, TX Carney conrsrnurnoni Project 7256 Midland Co. Fresh Water Supply District Client: No.1 Reference: Kyle Krueger - (806) 473-3698 Engineer: Parkhill Reference: Ryan Kennerly - (817) 649-3216 This project included the removal of 1,000 LF of 6" PVC waterline and replacement with 1,625 LF of 12" PVC waterline, a 425 LF horizontal directional drill of 16" steel casing with a 12" HDPE carrier pipe at FM 1788 and Highway 191, a tie-in to an existing 12" PVC pipe, and installation of a 2" ARV and two 12" gate valves. Additional work included regrading the existing water tower/chlorination building site to properly drain which required 4,000 SY of site excavation, construction of 2,300 LF of new caliche dirt road at 16' wide which required 2,000 SY of site excavation, new electronic operated slide gates, 3,400 LF of site access road, gates, and 115 CY of concrete flume. 90" EMERGENCY PIPELINE LEAK Final Contract Amount: $450,000 Client: Start Date: March 2021 Reference: Completion Date: June 2021 Delivery Method: Negotiated Engineer: Location: Wylie, TX Reference: Project 7352 North Texas Municipal Water District Larry Gorum - (469) 626-4568 North Texas Municipal Water District Larry Gorum - (469) 626-4568 The emergency project was to internally repair a 90" PCCP C301 joint leak and externally repair the cathodic protection. To access the pipe, crews had to excavate a 20 VF deep shaft. Once the repairs were made, the joint was backfilled with concrete and flowable fill. Page 33 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS BLORA WASTEWATER TREATMENT PLANT (DESIGN -BUILD) Project 5206 Final Contract Amount: $395,509 Client: American Water Military Services Group Start Date: December 2014 Reference: Buck Osteen - (254) 213-0382 Completion Date: August 2015 Delivery Method: Design -Build Engineer: Garver Location: Fort Hood, TX Reference: Lance Klement - (405) 329-2555 Garney was awarded this design -build project to improve the energy costs at the Blora Wastewater Treatment Plant by introducing a higher efficiency blower and diffuser system at the existing aeration basins. Three new high efficiency blowers were installed along with a Sanitaire diffuser system in an aeration basin with associated air piping and valves. A new sludge line was also installed in order to separate two different aeration basins. A challenge this project presented was being able to complete the tie-in between the aeration basins for the new sludge line under a short shutdown period. The plant was kept operational during the improvement stage. WHITE RIVER RANCH WATER SYSTEM - PHASE II WATER TROUGH (DESIGN -BUILD) Project 7274 Final Contract Amount: $326,220 Client: Parkhill Start Date: September 2018 Reference: Kyle Krueger - (806) 473-3698 Completion Date: November 2018 Delivery Method: Design -Build Engineer: Parkhill Location: Spur, TX Reference: Kyle Krueger - (806) 473-3698 Under contract to Parkhill, Smith and Cooper, Garney completed this project for the White River Ranch in Spur, TX. The scope of work included the installation of ten complete cattle trough assemblies. Each assembly included 150 LF of 6" waterline, a float box, and two cattle troughs with 60 LF of overflow piping. Page 34 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS BNSF CAR SHOP IMPROVEMENTS -TRACK 442 Project 6634 Final Contract Amount: $293,443 Client: BNSF Railway Start Date: July 2012 Reference: Frank Hallock - (913) 551-4021 Completion Date: September 2012 Delivery Method: Design -Bid -Build Engineer: TKDA, Inc. Location: Amarillo, TX Reference: Matt Christensen - (651) 292-4534 This project includes the removal and replacement of approximately 280 LF of railroad tracks and associated work at the BNSF Car Shop. The project includes concrete demolition, removal of existing rail, rail plates and ties, construction of new concrete foundation and top slab, rail plates inside the building includingjack pad area, and the installation of a new concrete foundation and top slab and rail plates in the exterior aprons. ROLLING HILLS WATER TREATMENT PLANT FILTER NO. 3 REPAIR PROJECT Project 4366 Final Contract Amount: $199,000 Client: City of Fort Worth, TX Start Date: May 2011 Reference: Christopher Harder - (817) 392-8293 Completion Date: August 2011 Delivery Method: Design -Bid -Build Engineer: CDM Smith Location: Fort Worth, TX Reference: Danny Shannon - (817) 332-8727 This project included the rehabilitation of the underdrain system for Filter No. 3, including anchor hold down supports, modifications to Filters No. 2, 4, 15 and 16, including the removal of the existing porous plate caps from the underdrains and installing 10" of support gravel. Page 35 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS 36-INCH EMERGENCY BALL VALVE REPLACEMENT Project 7268 Final Contract Amount: $160,798 Client: North Texas Municipal Water District Start Date: May 2018 Reference: Jeffrey Hogan - (469) 626-4440 Completion Date: May 2018 Delivery Method: Best Value Engineer: Freese and Nichols Location: Wylie, TX Reference: Sam Meisner - (214) 217-2235 Garney was approached by the North Texas Municipal Water District to provide a constructability review on an emergency 36" ball valve replacement because the existing unit was not meeting flow requirements. After providing a conceptual scope, costs, and time frames to complete the work, the District awarded Garney the construction phase of the project. The scope included expedited procurement of materials manufactured specially for this project including a flange adapter, custom stainless steel bolts, orifice plate, steel flange reducer with a restraint ring, 8 LF of 36" C303 pipe, and 10 LF of 30" steel (mortar -lined) pipe. Once all materials arrived, crews drained the line and completed the installation of the owner -furnished 30" ball valve, along with specialty materials, during a 12-hour shutdown. The municipality's electrical team wired the actuator for operation and the line was returned to service that night. MABEE WATER RESOURCES - ENCANA NORTH PIT Project 7287 Final Contract Amount: $139,192 Client: Mabee Water Resources Start Date: June 2019 Reference: Matt Grasha - (970) 275-5385 Completion Date: July 2019 Delivery Method: Negotiated Engineer: Mabee Water Resources Location: Tarzan, TX Reference: Matt Grasha - (970) 275-5385 This project included tying into an existing 24" butterfly valve and then installing 480 LF of C900 PVC waterline to a newly constructed frac pond, followed by an additional 20 LF of 24" DIP waterline installed underground from the frac pond up the side wall and tied into an aboveground discharge point. The discharge piping included 17 LF of 24" DIP and required a 48" x 96" concrete pipe support. The scope also included crossing of a 6" gas line which required crews to carefully dig as not to disturb the existing utility. Page 36 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS JOINT GROUTING PROJECT Project 7282 Final Contract Amount: $103,882 Client: Panda Sherman Power, LLC Start Date: March 2019 Reference: Alex Wilson - (903) 487-5803 Completion Date: March 2019 Delivery Method: Negotiated Engineer: Panda Sherman Power, LLC Location: Sherman, TX Reference: Alex Wilson - (903) 487-5803 This project included the internal inspection of an existing 78" PCCP supply line for damaged joints across 1,146 LF. Once Garney completed the inspection, it was determined that all joints were damaged and required cleaning and re -grouting. In addition, new gaskets and bolts were installed at the manhole locations. T-BAR LAS EQUIPMENT REPLACEMENT Final Contract Amount: $43,000 Start Date: July 2019 Completion Date: Delivery Method: Location: December 2019 Negotiated Midland, TX Project 5259 Client: City of Midland, TX Reference: Raymond Saddler - (432) 681-7660 Engineer: Enprotec / Hibbs & Todd, Inc. Reference: Colden Rich - (325) 698-6390 This project included the replacement of Liquid Ammonium Sulfate (LAS) pumps at the existing Midland Water Purification Plant with two owner -furnished peristaltic pump skids consisting of one 0.53 GPM pump on each skid. The LAS system will remain in operation during pump replacement and will require discharge and drain piping to be tied into existing piping. The scope also included the removal of the existing pumps, demolition of the concrete pedestals, and re-routing of existing electrical conduit and SCADA wiring. Page 37 of 38 CURRENT PROJECTS AND PROJECTS Carney conrsrnurnoni COMPLETED WITHIN THE LAST 10 YEARS DALLAS ZOO KNIFE GATE VALVE REMEDIATION Project 5238 Final Contract Amount: $5,690 Client: Ryan Herco Flow Solutions Start Date: November 2017 Reference: Drew Tubbs - (863) 257-5818 Completion Date: November 2017 Delivery Method: Negotiated Engineer: Ryan Herco Flow Solutions Location: Dallas, TX Reference: Drew Tubbs - (863) 257-5818 Garney was contracted to complete an emergency time and materials gate repair project for Ryan Herco Flow Solutions at the Dallas Zoo. The scope of work included replacing hardware on 16 knife gate valves ranging from 4" to 24" while the valves were in place at the zoo exhibit. Page 38 of 38 Carney ATTACHMENT B Attachment B Prolect Information Project Owner Central Texas Regional Water Supply Corporatio6 Project Name Vista Ridge Water Supply Project (Design -Build) General Description of Project Installation of 142 miles of water transmission pipelines including 60" spiral -welded and mortar -lined C200 steel and 54" bar -wrapped C303, three 44 MGD pump stations, one cooling tower, a new wellfield with eighteen wells, seven miles of well collection lines, three 4 MG D110 Type III tanks, and one 10 MG D110 Type III tank, all to deliver 50,000-acre-feet of water per year. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $540,000,000 Notice to Proceed 11/04/2016 Change Orders N/A Contract Substantial Completion Date at Notice to Proceed 04/15/2020 1258 Owner Enhancements Contract Final Completion Date at Notice to Proceed 04/15/2021 1623 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 04/15/2020 1258 Final Cost $540,000,000 100% • Key Project Actual / Estimated Final Completion Date 04 15 2021 Project Manager Project Sup Safety Officer Quality Control 1623 Manager Name Marcus Grace Ran Kendrick Jamie BI stone Brandon Gerard Percentage of Time Devoted to the Project 50% 100% 25% 75% Proposed for this Project No Yes Yes Yes Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Reference Contact Information (listing names indicates approval to contacting the names Name Title/ Position individuals as a reference) Organization Telephone E-mail Owner Scott Parrish Chief Operating Officer CTRWSC 816.746.7224 Designer Gene Dawson President Pape -Dawson Engineer _sparrish@garney.com 210.375.9000 dawson a e-dawson.c Construction Manager N/A Sure DougJo ce Manaoing�Part16 ner Thomas McGee Group816 843-4449 d'o ce@thomasmc ee.co Number of Issues Total Amount involved in Number of Issues Total Amount involved in Resolved 0 Resolved Issues 0 Pendin 0 Resolved Issues 0 Attachment B Protect Information Project Owner City of Midland, Texas Project Name Northeast Water System Improvements Bid Package A General Description of Project A new transfer pump station with three 350 hp vertical turbine pumps that will pump water through 9,000 LF of 30" PVC water main that requires traffic control, paving, 36" and 48" auger bores, and installation across 41 known utility crossings. From this point, 55,481 LF of 24" and 30" PVC water mains will be installed around 52 known utility crossings. Additional work includes curb and gutter, tank tie-in, and air release valves. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $22,063,309 Notice to Proceed 02/08/2021 Change Orders Contract Substantial Completion Date at Notice to Proceed 05/13/2022 459 Owner Enhancements Contract Final Completion Date at Notice to Proceed 07/12/2022 519 Unforeseen Conditions Change Order Authorized Substantial Completion Date N/A Design Issues Change Order Authorized Final Completion Date N/A Total N/A Actual / Estimated Substantial Completion Date 05 13 2022 459 Final Cost 522,0631309 100% ProjectKey Actual / Estimated Final Completion Date 07 12 2022 Project Manager Project Sup Safety Officer Quality Control 519 Manager Name Ryan Kendrick Luis Arvizu Dan Stanton Taylor Kennedy Percentage of Time Devoted to the Project 50% 100% 25% 75% Proposed for this Project Yes Yes No Yes Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Reference Contact information (listing names indicates approval to contacting the names Name Title/ Position individuals as a reference) Organization Telephone E-mail Owner Carl Craigo Utilities Director City of Midland, TX (432) 685-7261 ccraigo@mid landtexas.go Designer Joe Man rem Project Manager En rotec / Hibbs & Tod 325 698-5560 joe.mangrem@e-ht.com Construction Manager N/A Sure Brian Coope16 r Managing Director Arthur J. Gallagher 415 288-1620 rian cooper@ajg.com Number of Issues Total Amount involved in Number of Issues Total Amount involved in Resolved 0 Resolved Issues 0 Pending0 Resolved Issues 0 Attachment B Protect Information Project Owner Colorado River Municipal Water District Project Name Ward County Water Supply Expansion Project Pump Stations (CMAR) General Description of Project Construction of a 30 MGD pump station with a 2 MG concrete storage tank, 25 MGD well field transfer pump station with a 2 MG concrete storage tank, 25 MGD booster pump station with site piping, and installation of a 4 MGD skid mounted pump station enclosed in a metal building, placing a concrete slab, tying into existing piping, and electrical work. • •• • Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $28,885,249 Notice to Proceed 10/15/2011 Change Orders -$277,081 -1% Contract Substantial Completion Date at Notice to Proceed 12/21/2012 433 Owner Enhancements Contract Final Completion Date at Notice to Proceed 12/21/2012 433 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total _ 277 081 -1% Actual / Estimated Substantial Completion Date 12 14 2012 426 Final Cost $28,608,168 99% • Key Project Actual / Estimated Final Completion Date 12 14 2012 Project Manager Project Sup Safety Officer Quality Control 426 Manager Name Marcus Grace Ubaldo Esparza Jamie Blystone Cole Rawson Percentage of Time Devoted to the Project 50% 100% 25% 75% Proposed for this Project N o N o N o N o Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Reference Contact Information (listing names indicates approval to contacting the names Name Title/ Position individuals as a reference) Organization Telephone E-mail Owner John Grant General Manager CRMWD (432) 267-6341 jgrant@crmwd.org Designer Nick Lester Principal Freese and Nichols (817) 735-7393 ncl@freese.com Construction Manager Mike Gardner Director Garney (816) 741-4600 mgardner@garney.com Sure DougJoyce Mana in Partner Thomas McGee Group816 843-4449 'o ce@thomasmc ee.co Res16 Total Amount involved in Number of Issues Total Amount involved in Number of Issu77oResolved olved Issues 0 Pending0 Resolved Issues 0 Attachment B Prolect Information Project Owner Midland Co. Fresh Water Supply District No. 1 Project Name T-Bar Extension General Description of Project Installation of 23,662 LF of 48" C303 and L301 mortar -lined steel, 47,450 LF of 16" C905 PVC, and 8,870 LF of 12" C900 PVC water distribution lines. Also included three hand tunnels totaling 1,047 LF of 66" and 30"; five steel casing horizontal directional drills totaling 580 LF of 12" and 16"; three HDPE slick horizontal directional drills totaling 55 LF of 2", 4", and 16"; construction of a 2 MG elevated steel water storage tank; installation of 46 manholes ranging from 60" to 96"; chlorination injection facility; flow control valve structure; and twl hot taps. • • - : •.- • Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $21,590,649 Notice to Proceed 09/01/2021 Change Orders Contract Substantial Completion Date at Notice to Proceed 12/31/2013 486 Owner Enhancements $3,728,943 17.3% Contract Final Completion Date at Notice to Proceed 11/22/2016 1543 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $3,728,943 17.3% Actual / Estimated Substantial Completion Date 11/22/2016 1543 Final Cost $25 319 592 117.3 % Key • Project Actual / Estimated Final Completion Date 11 LZ2 2016 Project Manager Project Sup Safety Officer Quality Control 1543 Manager Name John Sedbrook Justin Kurdupski Jamie Blystone Daniel Murray Percentage of Time Devoted to the Project 100% 100% 20% 100% Proposed for this Project N o N o No No Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Reference Contact information (listing names indicates approval to contacting the names Name Title/ Position individuals as a reference) Organization Telephone E-mail Owner Kyle Krueger Design Engineer Parkhill (806) 473-3698 kkrueger@team-psc.com Designer Zane Edwards Firm Principal Parkhill (806) 473-2200 zedwards@team-psc.com Construction Manager Matt Foster Principal -in -charge Garney Companies, Inc. (816) 746-7219 mfoster@garney.com Sur0 e Brian Cooper Mana in Director Arthur J. Gallagher (415) 288-1620 brian_cooper@ajg.com Res16 Total Amount involved in Number of Issues Total Amount involved in Number of Issu77oResolved olved Issues Pending 0 Resolved Issues 0 Attachment B Prolect Information Project Owner City of Lubbock, Texas Project Name Bailey County Well Field Supply Pipeline - Contract B General Description of Project Installation of 36,645 LF 30" and 7,923 LF of 36" C303 bar wrapped pipe, 14 blow -off valves, 16 air release valves, two butterfly valves, and 990 LF of 54" tunneled bores that includes one railroad crossing and a connection to an existing 45" waterline. FProject BudgetPerformance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $9,144,464 Notice to Proceed 04/14/2014 Change Orders Contract Substantial Completion Date at Notice to Proceed 01/12/2015 273 Owner Enhancements $527,323 5.7% Contract Final Completion Date at Notice to Proceed 02/11/2015 303 Unforeseen Conditions Change Order Authorized Substantial Completion Date 05 31 2015 412 Design Issues Change Order Authorized Final Completion Date 06 30 2015 442 Total $527 323 5.7% Actual / Estimated Substantial Completion Date 05 31 2015 412 Final Cost $9,671,787 105.7% ProjectKey Actual / Estimated Final Completion Date 06 30 2015 Project Manager Project Sup Safety Officer Quality Control 442 Manager Name John Sedbrook Reg Pare Dan Stanton Jarrod Weber Percentage of Time Devoted to the Project 100% 100% 25% 100% Proposed for this Project No No No No Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Reference Contact Information (listing names indicates approval to contacting the names Name Title/ Position individuals as a reference) Organization Telephone E-mail Owner Josh Kristinek Water Utility Manager City of Lubbock, TX (806) 775-3397 jkristinek@mail.ci.lubbock.tx.0 Designer Nick Lester Principal Freese and Nichols (817) 735-7393 ncl@freese.com Construction Manager N/A Sure Brian Coo er Managing Director Arthur J. Gallagher 415 288-1620 brian coo er@ajg.com Res16 Number of Issues Total Amount involved in Number of Issues Total Amount involved in olved 0 Resolved Issues 0 Pendin 0 Resolved Issues 0 Attachment B Prolect Information Project Owner Crane County Water District Project Name Well Field Expansion and Water System Improvements General Description of Project Rehabilitation of nine steel storage tanks and three well fields consisting of 52 wells which require collection pipe repairs, a new well field with 20 wells, associated electrical, road restoration, and pad sites, The installation of 18,131 LF of 6" and 8" PVC from the existing well fields and 37,435 LF of 4" to 12" PVC from the new well field terminating at the City with new manholes and ARVs. The pump station work includes the rebuild of 3 raw water vertical split case pump stations and pad sites including site clearing, grubbing, new site piping and valve/meter vaults, a generator and site lighting, and replacement of all existing pump process piping, pumps, and HVAC • - : • I - • - • I • Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $23,000,000 Notice to Proceed 03 08 2016 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $6,353,052 27.6% Contract Final Completion Date at Notice to Proceed 09 01 2017 542 Unforeseen Conditions Change Order Authorized Substantial Completion Date 07 31 2020 1,606 Design Issues Change Order Authorized Final Completion Date 08 28 2020 1,634 Total S6,353,052 27.6% Actual / Estimated Substantial Completion Date 07 31 2020 1,606 Final Cost 29 353 052 127.6 % • Key Project Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Quality Control 1.631 Manager Name Tayo$eKenneV Kyle Bienhoff Dan Stanton Alex Baker Percentage of Time Devoted to the Project 100% 100 % 100 % 100 % Proposed for this Project Yes N o N o N o Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Reference Contact Information (listing names indicates approval to contacting the names Name Title/ Position individuals as a reference) Organization Telephone E-mail Owner Dru Gravens City Manager Crane County Water District (432) 558-3563 dru@cityofcranetexas.co Designer Ryan Kennerly Design Engineer Parkhill (806) 473-3685 rkennerly@team-psc.com Construction Manager John Sedbrook Senior Project Manager Garney (303) 335-6155 jsedbrook@garney.com Sure Brian Cooper Managing Director Arthur J. Gallagher 415 288-1620 brian cooper@ajg.com Res16 Number of Issues Total Amount involved in Number of Issues Total Amount involved in olved 0 Resolved Issues 0 Pending0 Resolved Issues 0 Carney ATTACHMENT ? OFFICER & DIRECTOR TEAM // CORPORATE SERVICES © MIKE HEITMANN CEO North Kansas City, MO © SCOTT PARRISH President North Kansas City, MO TOM ROBERTS MARK KELLY Director of Financial Reporting/Secretary Director - Business Development North Kansas City, MO Sarasota, FL OFFICER & DIRECTOR TEAM OPERATIONS _ TIMOTHY BEHLER WAYNE O'BRIEN COO - Eastern Plant COO - Western Plant Winter Garden, FL Littleton, CO STEPHEN FORD GREG HARRIS MIKE GARDNER Vice President Vice President Director Nashville, TN Middleborough, MA Houston, TX DAN SMOLIK Director Winter Garden, FL JORDAN CARRIER Director Fairfax, VA BILL D. WILLIAMS Director Littleton, CO MATT REAVES Director Charlotte, NC JOEL HEIMBUCK Director Littleton, CO © EXECUTIVE COMMITTEE MIKE STRONG Director - General Counsel North Kansas City, MO © MATTHEW FOSTER JASON SEUBERT COO - Western Pipe COO - Eastern Pipe North Kansas City, MO North Kansas City, MO JAY MCQUILLEN, P.E. SCOTT REUTER, P.E. JEFF SEAL Director - Garney Director Director Federal Winter Garden, FL Nashville, TN Scotts Valley, CA DAVID BURKHART ERIC WAGNER BRIAN BRANDSTETTER Director Director Director Wylie, TX Winter Garden, FL Middleborough, MA Carney ATTACHMENT 2 TEAM ORGANIZATIONAL CHART The organizational chart below features the resources proposed to work on the Replacement Pumps, Motors, and Starters for Pump Station No. 4 project. All proposed personnel have experience working together on local projects similar to the size and scope of your project. As Project Manager and key point of contact, Ryan Kendrick will lead the team through the project's day-to- dayoperations. Superintendent Luis Arvizu will playa key role in planning construction activities while working with Sean Bryson to ensure the site -specific safety plan is followed. Sean Bryson will also act as the Quality Control Manager, implementing the quality control program on the projectsite. He will split his time equally between the two roles. Sean has 34 years of industry experience with previous experience as a Safety Officer and Quality Control Manager, which included quality control inspections of ongoing and completed work. Resumes and references for proposed key personnel are included on the following pages. CITY OF LUBBOCK SAFETY OFFICER Sean Bryson Luis Arvizu (Alternate) PROJECT MANAGER DIRECTOR OFTEXAS PLANT OPS. Mike Gardner Ryan Kendrick Taylor Kennedy (Alternate) SUPERINTENDENT Luis Arvizu John Jessey (Alternate) QUALITY CONTROL MANAGER Sean Bryson Luis Arvizu (Alternate) Carney ATTACHMENT 3 MIKE GARDNER Director Garney Experience: 17 years Industry Experience: 34 years Education Kansas State University, BS in Construction Science Certifications & Training Certified Erosion & Sediment Control Inspector NCCER Master Trainer First Aid & CPR Trained Member of Water Environment Federation References John New Freese & Nichols (210) 865-5461 Bill HagenBurger Beaver Water District (479) 756-3651 Hanley Barker Water District No. 1 of Johnson County, KS (913) 895-5828 Alicia Gilley Metro Wastewater Reclamation District (303) 286-3439 Professional Summary Since 1987, after obtaining his Construction Science degree from Kansas State University, Mike has been working in constructing water and wastewater treatment facilities. He has served in multiple roles, from Field Engineer to now Director. His extensive field and management experience provides a unique perspective to each construction project. In total, Mike has worked on $2.2 billion worth of construction projects with various types of delivery methods, including Construction Manager at Risk and design -build. Mike is responsible for overseeing all plant projects in Texas. PROJECT EXPERIENCE Vista Ridge Water Supply Project (Design -Build) Central Texas Regional Water Supply Corporation / $540,000,000 Principal -in -Charge. Installation of 142 miles of water transmission pipelines including 60" spiral -welded and mortar -lined C200 steel and 54" bar -wrapped C303, three 44 MGD pump stations, one cooling tower, a new wellfield with eighteen wells, seven miles of well collection lines, three 4 MG D110 Type III tanks, and one 10 MG D110 Type III tank, all to deliver 50,000-acre-feet of water per year. Bois d'Arc Lake - Water Treatment Plant and Pump Stations Project (CMAR) North Texas Municipal Water District/ $431,922,374 Principal -in -Charge. Pre -construction, procurement, and construction services for a water treatment plant with ultimate capacity of 280 MGD, two 70 MGD pump stations, a storage tank, and water and sewer pipelines. Includes deep excavations, electrical, and paving. Sister Grove Regional Water Resource Recovery Facility, Phase 1(CMAR) North Texas Municipal Water District/ $329,271,087 Principal -in -Charge. Construction of a new 16 MGD WWTF, a gravity sewer outfall for the discharge of the treated effluent, a new sewer lift station, and twin, parallel sewer force main pipelines from an existing lift station to the SGRWRRF. The plant will include liquid treatment process facilities, preliminary treatment facilities, secondary treatment, tertiary treatment filtration, UV, solids handling, peak flow handling, and plant operations support facilities. Lake Texoma Outfall to Wylie WTP Pipeline (CMAR) North Texas Municipal Water District/ $281,365,320 Principal -in -Charge. CMAR project for the installation of 253,500 LF of 96" and 84" steel waterline, 240 MG balancing reservoir with HDPE membrane liner installed, 200 MG blending facility, ground storage tanks, metering, blending, and chemical feed systems. Carney CONSTRUCTION Mike Gardner Cont'd Trinity River Main Stem Pump Station & Pipeline (CMAR) North Texas Municipal Water District/ $103,509,665 Principal -in -Charge. CMAR project that included a 100 MGD intake, pump station with horizontal split case pumps, 87,000 LF of 72" raw water pipeline, upgrades to existing pumping facilities with vertical turbine pumps, micro -tunnel to the Trinity River with T-screen intake, access road, bank stabilization, weir box structure, electrical, SCADA, and communications infrastructure. Mary Rhodes Pipeline Phase II City of Corpus Christi, TX / $86,213,881 Principal -in -Charge. Installation of 215,000 LF of open cut 54" Class 150 bar -wrapped pipeline, 3,600 LF of horizontal directional drilled 48" Class 200 steel pipeline, and a 6 MG D110 Type III pre -stressed concrete buried storage tank. Wolcott Water Treatment Plant Water District No. 1 of Johnson County, KS / $74,138,078 General Superintendent. New 10 MGD (expandable to 30 MGD) plant that included two aerators, basin flow splitter, primary basin, final basin, residuals control building, operations building with membrane filters, below ground cast -in -place treated water storage reservoir, chlorine contact basin, high service pumping station, surge control facilities, chemical storage and feed facilities, electrical, instrumentation, mechanical work, and site work. Sabine River Pump Station Project (CMAR) Sabine River Authority of Texas / $63,850,000 Priacipal-ia-Charge. New 285 MGD intake, 85 MGD raw water vertical turbine pump station, relocation of Camp House Road which ran through the pump station site, 7.5 miles of 66" waterline, and a connection to the existing Gulf Coast Canal system at the terminus of the pipeline which included energy dissipating structures, check structures, and a sedimentation basin. Ammonia Removal Improvements and Biosolids Dryer City of St. Joseph, MO / $51,229,170 Principal -in -Charge. Grit removal equipment and screening facility, flow meter vault, new dried biosolids conveyance and storage facility, biosolids dryer, DAF wet well, force main meter vault, roughing filters, intermediate pump station, primary effluent diversion splitter and meter box, two RAS pump stations, SSJISD meter vault, belt filter press building, utility pump station, aeration basins, industrial blowers, and transition of the sludge basin into a filtrate equalization basin. Pollution Control Facility Improvements City of Midwest City, OK / $47,651,557 Principal -in -Charge. This 10.2 MGD facility uses the first moving bed biofilm reactor (MBBR) approved for wastewater treatment in Oklahoma. Included a new headworks building, MBBR basins, process air blower building, UV building, biosolids pumping complex, and concrete flow diversion structures. Renovation of several process structures such as primary and secondary clarifiers, primary sludge pump station, four aerobic digesters, de -chlorination basin, main control building, chlorine building, and secondary digester pumping complex. Wakarusa Wastewater Treatment Plant & Conveyance Corridor City of Lawrence, KS / $45,073,879 Principal -in -Charge. New 14 MGD wastewater treatment facility with headworks facility, BNR flow splitter box, two BNR basins, final clarifier flow splitter box, two 95' clarifiers, final sludge pumping station, chemical storage and feed building, UV flow meter structure, UV disinfection building, 5 MG peak flow storage basin, solids thickening facility, liquid sludge application, combined pumping station, plant -wide control system, electrical service, and interceptor sewer lines. RYAN KENDRICK Project Manager Garney Experience: 5 years Industry Experience: 9 years Education Texas A&M University, BS in Biological and Agricultural Engineering Certifications & Training Professional Summary Before joining Garney, Ryan worked as a Field Engineer for Warrior Energy Services. As Project Manager, Ryan is responsible for providing onsite management and quality control to ensure projects are completed on time and within budget. His responsibilities include project coordination between owners, engineers, suppliers, and subcontractors, as well as scheduling, material procurement, and startup and testing of new systems. His previous experience as a superintendent gives him a unique view of a project. PROJECT EXPERIENCE Vista Ridge Water Supply Project (Design -Build) Central Texas Regional Water Supply Corporation / $540,000,000 Superintendent. Installation of 142 miles of water transmission pipelines including 60" spiral -welded and mortar -lined C200 steel and 54" bar -wrapped C303, three 44 MGD pump stations, one coolingtower, a new wellfield with eighteen wells, seven miles of well collection lines, three 4 MG D110 Type III tanks, and one 10 MG D110 Type III tank, all to deliver 50,000-acre-feet of water per year. Northeast Water System Improvements Bid Package A USACE Construction Quality City of Midland, TX / $22,063,309 Management Project Manager. Certification SWF111900414 A new transfer pump station with three 350 hp vertical turbine pumps that AutoCAD will pump water through 9,000 LF of 30" PVC water main that requires Engineer -In -Training traffic control, paving, 36" and 48" auger bores, and installation across 41 known utility crossings. From this point, 55,481 LF of 24" and 30" PVC OSHA 30-Hour water mains will be installed around 52 known utility crossings. Additional Class D Water Operator work includes curb and gutter, tank tie-in, and air release valves. References DSP Southeast Tank and Pump Station Project San Antonio Water System / $10,640,116 Daniel Garcia Superintendent. Alterman Electric Installation of two raw water pump stations consisting of four 200 hp (210) 372-3977 pumps and three 100 hp pumps; construction of one 3.5 MG D110 Type III prestressed aboveground DN concrete storage tank; construction of an Chris Noe electrical building, a chemical building, and a transformer pad; installation PapeDawson of a sacrificial anode cathodic protection system; and final restoration (210) 375 9000 including a pavement driveway, fence and gate, site security, and lighting. The pipeline portion of the project included the installation of 3,575 LF of 8" to 24" mortar lined steel waterlines which required one 36" auger bore for 121 LF. Carney CONSTRUCTION Ryan Kendrick Cont'd Wastewater Treatment Plant Capacity Expansion Project (CMAR) City of Castroville, TX / $9,424,951 Field Engineer. New construction included a concrete mechanical fine screen headworks structure with manual bypass, two concrete BNR basins, aeration basin with mechanical aeration equipment, actuated gates, chemical feed system, 54' diameter concrete secondary clarifier, new cloth media filters and supporting slab, plant drain lift station, and yard piping, site utilities, disinfection improvements, and sludge dewatering system. South Wastewater Treatment Plant Improvements Packet 5 Brownsville Public Utilities / $5,178,464 Superintendent. Improvements include digester shotcrete coatings; headworks grit system upgrades consisting of cleaning grit basins, demolition and replacement of grit removal equipment including piping, pumps, washers, classifiers, and electrical upgrades; concrete repairs, helical foundations, and channel coatingto Aeration Basin No. 1; and replacement of butterfly valves Aeration Basin No. 3. PREVIOUS EXPERIENCE Department of Biological and Agricultural Engineering Department of Biological and Agricultural Engineering Research Assistant. Aided in running a gasifier, fabricated parts to be used for the gasifier as well as designed conveying and drying systems, and analyzed samples taken during the gasification process. Rentech Boiler Systems Inc. Rentech Boiler Systems Inc. Intern. Conducted structural analysis, shipping calculations, and machine design for large boiler systems; conducted center of mass calculations for boilers; and wrote programs for calculations using Excel and Mathcad. Warrior Energy Services Warrior Energy Services Field Engineer. Designed and tested cement slurries using chemicals for specific down hole conditions and supervised crews on -site during operations. TAYLOR KENNEDY Alternate Project Manager Professional Summary Taylor began his career in the construction industry in 2010 renovating new commercial and residential structures. He started working for Garney as an Intern in the summer of 2016 and joined the Garney team full-time in January 2018 as a Project Engineer soon working his way up to Project Manager. In this role, Taylor is responsible for providing onsite management and quality control to ensure projects are completed on time and within budget. His responsibilities include project coordination between owners, engineers, suppliers, and subcontractors, as well as scheduling, material procurement, and startup and testing of new systems. Garney Experience: 5 years PROJECT EXPERIENCE Industry Experience: 11 years PK Second Stage Drought Strategy - Transmission System (CMAR) City of Abilene, TX / $38,527,386 Education Intern. Texas Tech University, BS in Installation of 76,895 LF of 12" SDR-21 PVC RO concentrate pipeline, Construction Engineering &Technology 85,705 LF of 36" C303 bar -wrapped pipe, 53 each 14" HDDs totaling 13,260 LF and a 3,374 LF 36" HDD under Hubbard Creek Reservoir, 15 Certifications & Training auger bores totaling 1,811 LF, rock trenching, tie-ins, pressure sustaining valve vault structure, flow meter vault structure, and surge modifications to Hazard Communication/MSDS existing RCCP lines. OSHA 30-Hour Well Field Expansion and Water System Upgrades (CMAR) OSHA Competent Person - Confined Crane County Water District / $29,353,052 Space Project Engineer. Rehabilitation of nine steel storage tanks and three well fields consisting of References 52 wells which require collection pipe repairs, a new well field with 20 wells, Brian Beach, P.E., CCM associated electrical, road restoration, and pad sites. Includes the Plummer Associates, Inc. installation of 18,131 LF of 6" and 8" PVC from the existing well fields and (210) 298-3856 37,435 LF of 4" to 12" PVC from the new well field terminating at the City with new manholes and ARVs. The pump station work includes the rebuild Dru Gravens of three raw water vertical split case pump stations and pad sites including Crane County Water District site clearing, grubbing, new site piping and valve/meter vaults, a generator (432) 558-3563 and site lighting, and replacement of all existing pump process piping, pumps, and HVAC. Kyle Krueger Parkhill Northeast Water System Improvements Bid Package A (806) 473-3698 City of Midland, TX/ $22,063,309 Project Manager. Joe Mangrem A new transfer pump station with three 350 hp vertical turbine pumps that Enprotec / Hibbs & Todd, Inc. will pump water through 9,000 LF of 30" PVC water main that requires (325) 698-5560 traffic control, paving, 36" and 48" auger bores, and installation across 41 known utility crossings. From this point, 55,481 LF of 24" and 30" PVC water mains will be installed around 52 known utility crossings. Additional work includes curb and gutter, tank tie-in, and air release valves. Carney CONSTRUCTION Taylor Kennedy Cont'd Winkler Services Water Transmission Infrastructure (Design -Build) Winkler Midstream LLC/ $14,463,608 Project Engineer. Construction of a raw water pump station with two 500 hp vertical turbine pumps rated at 3,650 GPM for a total station capacity of 10.5 MGD, installation of 64,380 LF of 24" and 33,040 LF of 20" PVC waterlines, 160 LF of 30" auger bore, 530 LF of 24" directional drill, three 3" and sixteen 2" air release valves installed throughout eighteen 48" manholes, an insertion meter, a pressure sustaining valve, rock excavation using a trencher, an outlet discharge structure, and risers. Demolition of Pump Station 7 & Waterline Replacement City of Lubbock, TX / $3,063,125 Project Manager. Demolition of an existing pump station including removal of all yard piping, vaults, the two -floor pump station, and two storage tanks. Replacement of 1,464 LF of existing 24" SCRC with 24" mortar -lined steel in the same ditch, a 210 LF section of 24" to replace a 42" main, ARVs, blow -off valve, a 20 LF section of the new 24" pipeline installed using hand tunneling within a 48" steel casing installed 20 feet deep, vault and flow meter in the street including controls and programming, paving, manholes, and sidewalk replacement. Robinson Street Waterline Replacement, Phase III City of Norman, OK / $1,977,823 Project Manager. Installation of 6,800 LF of 30" and 180 LF of 6" pressure PVC and 2,960 LF of fusible 12" PVC waterlines within a residential area and Oklahoma University's property. The 12" line will be installed within two locations within a residential area using an HDD and an auger bore and includes connection points for twenty-five 1" to 2" water service connections, fire hydrants, ARVs, blow -off valve, connections to existing waterlines, and paving for roads and sidewalks. The 6" line will be installed using an auger bore onto golf course property and includes relocating three meter boxes, demolishing an existing precast pump structure, and installing a concrete block at the golf course pond. Hogan Wadley Elevated Storage Tanks Improvements City of Midland, TX/ $1,207,425 Project Manager. Installation of 150 LF of 18" DIP water feedline tapped into an existing 20" CPP line that penetrated an existing elevated storage tank. Three new vaults with a flow control valve, static mixer, and flow meter. Installation of 20 LF of 14" DIP waterline, 132 LF of steel riser piping, electrical improvements, and existing vault improvements. Water System Improvements (CMAR) Midland Co. Fresh Water Supply District No. 1 / $506,645 ProjectManager. Removal of existing PVC waterline and replacement with 1,625 LF of 12" PVC waterline, a 425 LF HDD of 16" steel casing with a 12" HDPE carrier pipe, a tie-in, a 2" ARV and two 12" gate valves, regrading work totaling 6,000 SY of site excavation, 3,400 LF of site access road, gates, and 115 CY of concrete flume. White River Ranch Water System - Phase II Water Trough (Design -Build) White River Ranch, LLC / $326,220 Project Engineer. Included the installation of ten complete cattle trough assemblies consisting of 150 LF of 6" waterline, a float box, and two cattle troughs with 60 LF of overflow piping for each assembly. Mabee Water Resources - Encana North Pit Mabee Water Resources/ $139,192 Project Engineer. Tied into an existing 24" butterfly valve and then installed 480 LF of C900 PVC waterline to a newly constructed frac pond, 20 LF of 24" DIP waterline installed underground from the frac pond up the side wall and tied into an aboveground discharge point. The discharge piping included 17 LF of 24" DIP and required a 48" x 96" concrete pipe support. LUIS ARVIZU Professional Summary Luis has been working in the construction industry since 2004 and has developed a passion for mechanical work and heavy machinery. Starting out as a Laborer for Garney, Luis moved through the ranks and has led multiple crews in the water and wastewater industry. Luis's uncle, who used to work for Garney, inspired him to perform quality work, go above and beyond, and to never cut any corners. As Superintendent, Luis performs various duties, including supervising the crew, maintaining equipment, ensuring safety on the job site, and coordinating with subcontractors for successful project completion. Superintendent PROJECT EXPERIENCE Bois d'Arc Lake - Water Treatment Plant and Pump Stations Project (CMAR) Garney Experience: 13 years North Texas Municipal Water District/ $431,922,374 Industry Experience: 17 years Foreman. Pre -construction, procurement, and construction services for a water Certifications & Training treatment plant with ultimate capacity of 280 MGD, two 70 MGD pump NCCCO Certified Crane Operator stations, a storage tank, and water and sewer pipelines. Includes deep excavations, electrical, and paving. Confined Space Entry & Rescue First Aid & CPR Ammonia Removal Improvements and Biosolids Dryer City of St. Joseph, MO / $51,2299170 OSHA 30-Hour Foreman. OSHA Competent Person - Trenching & Grit removal equipment and screening facility, flow meter vault, new dried Excavation biosolids conveyance and storage facility, biosolids dryer, DAF wet well, force main meter vault, roughing filters, intermediate pump station, primary References effluent diversion splitter and meter box, two RAS pump stations, SSJISD Wilmer Sardinha meter vault, belt filter press building, utility pump station, aeration basins, QC Laboratories, Inc. industrial blowers, and transition of the sludge basin into a filtrate (832) 468-2940 equalization basin. Carl Vajdos Wakarusa Wastewater Treatment Plant & Conveyance Corridor City of Lawrence, KS / $45,073,879 Envigo Foreman. (361) 661-6019 New 14 MGD wastewater treatment facility with headworks facility, BNR flow splitter box, two BNR basins, final clarifier flow splitter box, two 95' clarifiers, final sludge pumping station, chemical storage and feed building, UV flow meter structure, UV disinfection building, 5 MG peak flow storage basin, solids thickening facility, liquid sludge application, combined pumping station, plant -wide control system, electrical service, and interceptor sewer lines. Carney CONSTRUCTION Luis Arvizu Cont'd Lane City Reservoir Project Lower Colorado River Authority / $42,519,707 Foreman. Modifications to two existing river pump stations, installation of a new river outfall structure, 363 MGD reservoir re -lift pump station, 144" and 120" raw water piping, multiple civil structures including two bridges, a CIP Parshall Flume, canal check structure, 13 billion gallon earthen reservoir, and steel waterline installations ranging in diameter from 120" to 188". Northeast Water System Improvements Bid Package A City of Midland, TX/ $22,063,309 Superintendent. A new transfer pump station with three 350 hp vertical turbine pumps that will pump water through 9,000 LF of 30" PVC water main that requires traffic control, paving, 36" and 48" auger bores, and installation across 41 known utility crossings. From this point, 55,481 LF of 24" and 30" PVC water mains will be installed around 52 known utility crossings. Additional work includes curb and gutter, tank tie-in, and air release valves. Grand Island Wastewater Treatment Plant Headworks Improvements City of Grand Island, NE / $16,820,174 Foreman. New 13 MGD raw wastewater pump station facility with six submersible pumps, new masonry building to house the screening equipment, influent meter vault to house valves and magnetic flow meters for two 30" force mains, grit dewatering, meter vault, magnetic flow meter, flow distribution structure to distribute effluent from the new grit basins to the primary clarifiers and bypass to the mixed liquor pump station/aeration basins, odor control systems, engine generator, demolition of existing Parshall flume, aerated grit basins, abandoning plant interceptors and yard piping, site work, piping, electrical, plant control system, and utility improvements. Bayport Facility First Step Tank System Addition Project Gulf Coast Authority/ $14,578,619 Assistant Superintendent. Installation of a new first -step Jet Mix Aeration System, an aluminum geodesic dome, piping, handrails, walkways, and blower equipment specific to the new tank, new FRP pressure piping, and modification of the existing and installation of new sludge and RAS steel piping. Installation of a new Off -Gas control system, demolition and installation of a new plant air compressor system, miscellaneous earth work, civil work, and pipe support installation. Covance Research Products Water & Wastewater Infrastructure Improvements Covance, Inc. / $6,800,903 Assistant Superintendent. A new 0.5 MG buried evaporation basin with 26,000 LF of associated PVC sanitary sewer piping for a new WTP and WWTP that included reverse osmosis membranes, a moving bed biological reactor process, transfer pump stations, electrical work, headworks improvements, and ponds. Bayport Facility Discharge -to -Bay Effluent Pump Station Upgrade Gulf Coast Authority/ $1,656,353 Assistant Superintendent. Installation of a temporary 30" discharge piping header bypass followed by removing and replacing the existing discharge pipe header with a 50 LF section of 36" carbon steel line, removing and replacing three existing vertical turbine pumps and equipment, modifying the existing concrete and steel pipe supports, and demolishing the temporary discharge piping header. JOHN JESSEY Alternate Superintendent Garney Experience: 5 years Industry Experience: 46 years Certifications & Training USACE Construction Quality Management Certification Professional Summary John's duties include supervising his crew, conducting daily safety task analysis, driving production, and scheduling of various trades for a timely completion of the project. He also is in charge of labor and equipment reports, material and equipment procurement, and projections. John has excellent personal skills in dealing with property owners, citizens, subcontractors, and all parties involved in a project, with an emphasis on minimizing disruption. PROJECT EXPERIENCE Vista Ridge Water Supply Project (Design -Build) Central Texas Regional Water Supply Corporation / $540,000,000 CwiiSuperintendent. Installation of 142 miles of water transmission pipelines including 60" spiral -welded and mortar -lined C200 steel and 54" bar -wrapped C303, three 44 MGD pump stations, one cooling tower, a new wellfield with eighteen wells, seven miles of well collection lines, three 4 MG D110 Type III tanks, and one 10 MG D110 Type III tank, all to deliver 50,000-acre-feet of water per year. AGC Supervision Training Lane City Reservoir Project DuPont STOP Safety Program Lower Colorado River Authority / $42,519,707 Instructor Superintendent. First Aid & CPR Modifications to two existing river pump stations, installation of a new river NCCER Certified Instructor outfall structure, 363 MGD reservoir re -lift pump station, 144" and 120" raw water piping, multiple civil structures including two bridges, a CIP Parshall OSHA 30-Hour Flume, canal check structure, 13 billion gallon earthen reservoir, and steel OSHA 40-Hour HAZWOPER waterline installations ranging in diameter from 120" to 188". OSHA Competent Person - Confined Bayport Facility First Step Tank System Addition Project Space Gulf Coast Authority/ $14,578,619 Superintendent. References Installation of a new first -step Jet Mix Aeration System, an aluminum Harvey Pauler geodesic dome, piping, handrails, walkways, and blower equipment specific Lower Colorado River Authority to the new tank, new FRP pressure piping, and modification of the existing (979) 743-0506 and installation of new sludge and RAS steel piping. Installation of a new Off -Gas control system, demolition and installation of a new plant air Dave DeRose compressor system, miscellaneous earth work, civil work, and pipe support Masterworks Mechanical Inc. installation. (970) 756-4822 Industrial Reservoir Improvements Project Scott Derwent Gulf Coast Water Authority / $10,203,226 Beaver Builder's Superintendent. (720) 361-5758 Demolition of two existing reservoir intake control structures, bleeder structure on the intake channel, two existing reservoir outlet structures, and associated electrical demolition. The scope included multiple cofferdams and temporary bypass to control the water. New construction included two inlets, bleeder structures, two outlet structures, 585 LF of 72" and 60" CCFRPM Hobas waterlines, and concrete outfall structure. Garnet'ONSRlUCT1M SEAN BRYSON Safety Officer / Quality Control Manager Garney Experience: 16 years Industry Experience: 34 years Certifications & Training USACE Construction Quality Management Certification ACI Concrete Field Testing Technician - Grade I EM 385-1-140-Hour OSHA 30-Hour References James McClellen Olsson Associates (303) 398-2989 Professional Summary Sean started working in the construction industry after graduating from Baldwin High School in Baldwin, Kansas. He worked primarily in the private sector focusing on concrete work. Sean also has experience with light highway and road rehabilitations, storm water piping, and pump station projects. He specializes in flatwork and subcontractor management. Over the years, Sean has gained knowledge in several disciplines and combined that with management skills at Garney to become a Superintendent specializing in civil work. PROJECT EXPERIENCE Wolcott Water Treatment Plant Water District No. 1 of Johnson County, KS / $74,138,078 Foreman. New 10 MGD (expandable to 30 MGD) plant that included two aerators, basin flow splitter, primary basin, final basin, residuals control building, operations building with membrane filters, below ground cast -in -place treated water storage reservoir, chlorine contact basin, high service pumping station, surge control facilities, chemical storage and feed facilities, electrical, instrumentation, mechanical work, and site work. Sabine River Pump Station Project (CMAR) Sabine River Authority of Texas / $63,850,000 Safety/ Quality Control Manager. New 285 MGD intake, 85 MGD raw water vertical turbine pump station, relocation of Camp House Road which ran through the pump station site, 7.5 miles of 66" waterline, and a connection to the existing Gulf Coast Canal system at the terminus of the pipeline which included energy dissipating structures, check structures, and a sedimentation basin. Wakarusa Wastewater Treatment Plant & Conveyance Corridor Melinda Harger, P.E. City of Lawrence, KS / $45,073,879 City of Lawrence, KS Safety Manager. (785) 832-7880 New 14 MGD wastewater treatment facility with headworks facility, BNR flow splitter box, two BNR basins, final clarifier flow splitter box, two 95' Tom Wilson clarifiers, final sludge pumping station, chemical storage and feed building, CityLawrence, KS UV flow meter structure, UV disinfection building, 5 MG peak flow storage (785) 423 7113 basin, solids thickening facility, liquid sludge application, combined pumping station, plant -wide control system, electrical service, and interceptor sewer lines. IQrney CONSTRUCTION Sean Bryson Cont'd Lane City Reservoir Project Lower Colorado River Authority / $42,519,707 Civi/ Superintendent. Modifications to two existing river pump stations, installation of a new river outfall structure, 363 MGD reservoir re -lift pump station, 144" and 120" raw water piping, multiple civil structures including two bridges, a CIP Parshall Flume, canal check structure, 13 billion gallon earthen reservoir, and steel waterline installations ranging in diameter from 120" to 188". Cedar Creek Wastewater Treatment Plant City of Olathe, KS / $34,998,073 Foreman. Expansion of an existing wastewater treatment plant from 14.25 MGD to 30 MGD that included extending the earthen flood protection berm, installing an influent sewer and pumping station, a 6 MG extraneous flow basin, headworks building, chemical feed systems, two BNR basins, blower building, two clarifiers, RAS/WAS sludge pumping station, 1,900 LF of 60" and 72" Hobas gravity sewer pipeline, and other replacements and upgrades to the treatment plant. T-Bar Extension (Design -Build) Midland Co. Fresh Water Supply District No. 1 / $25,319,592 Assistant Superintendent. Installation of 23,990 LF of 48" C303 and C301 and 56,320 LF of 16" and 12" PVC water distribution lines. Included three hand tunnels totaling 1,047 LF of 66" and 30"; five steel casing HDDs totaling 580 LF of 12" and 16"; three HDPE slick HDDs totaling 55 LF of 2" to 16'; construction of a 2 MG elevated steel water storage tank; installation of 46 manholes ranging from 60" to 96"; chlorination injection facility; flow control valve structure; and two hot taps. Mid -Continent Water Quality Reclamation Facility City of Wichita, KS / $23,346,678 Civi/ Superintendent. Installation of owner -procured Zenon submerged membrane filtration equipment, fine screening, activated sludge basins with aeration and mixing, chemical feed systems, UV disinfection, and various pumping systems. Grand Island Wastewater Treatment Plant Headworks Improvements City of Grand Island, NE / $16,820,174 CivilSuperintendent New 13 MGD raw wastewater pump station facility with six submersible pumps, new masonry building to house the screening equipment, influent meter vault to house valves and magnetic flow meters for two 30" force mains, grit dewatering, meter vault, magnetic flow meter, flow distribution structure to distribute effluent from the new grit basins to the primary clarifiers and bypass to the mixed liquor pump station/aeration basins, odor control systems, engine generator, demolition of existing Parshall flume, aerated grit basins, abandoning plant interceptors and yard piping, site work, piping, electrical, plant control system, and utility improvements. Steep Bank Creek Pump Station Expansion Fort Bend County Levee Improvement District 19 / $8,258,400 Safetymanager. Demolishing existing pump station piping, installingthree 200 hp vertical turbine raw water pumps rated at 216 MGD, and installing 262 LF of 108" stormwater box culvert. Includes a soldier pile shoring system, bypass pumping, and an AquaDam in place to work as needed in case of a rain event during construction. Carney ATTACHMENT 4 PROJECT APROACH 1. CONTRACT ADMINISTRATION The Replacement Pumps, Motors, and Starters for Pump Station No. 4 Project includes a varying scope of work that will greatly benefit from having the right team in place from the beginning. This includes consistent coordination and communication with all parties involved from project kick-off to project completion. For your project, Garney has assembled a team that has a history of completing successful projects throughout Texas. Garney's strong working relationship with each of the team members will ensure a unified team that approaches projects with the best interest of the City. The importance of communicating safety to those on -site and the surrounding public will be a constant theme throughout the duration of the project, especially during demolition activities when working along public roadways Garney will work with all members of the project team to ensure proper monitoring of the project is in place and that each team member's contractual duties are being followed. We believe it is vital that these relationships with subcontractors and suppliers are formed and respected from the onset of the project. These methods can be observed in the Management of Subcontractors and Suppliers section. 2. MANAGEMENT OF SUBCONTRACTOR AND SUPPLIERS To achieve the overall best value for the project, it is important to ensure all subcontractors and suppliers are financially stable and have sufficient experience performing their applicable scope of work. We will issue subcontracts with set payment terms and retainage amounts. Garney is fortunate to have a group of proven subcontractors and suppliers who work regularly on our projects, as well as your projects, and know the level of performance expected of them. In the rare case that a subcontractor or supplier is unable to meet their contractual requirements, Garney would enforce the contract and subcontract by providing notice of non-performance and seeking alternative options for completing the project on schedule, including the use of our own forces. 3. TIME MANAGEMENT During weekly meetings with the City and the project team, Garney will discuss the project's progress including the following: Q SAFETY UPDATE WEEKLY LOOK -AHEAD �0 m SCHEDULE aMANPOWER NEEDI j' COORDINATION BETWEEN SUBCONTRACTORS The updated master schedule provides a list of any logical changes to the schedule that have been approved by Garney. The schedule update will also address the project controls statistics for the subcontractors. These items can be discussed at length among the team to satisfy any questions or concerns. Please refer to Preliminary Construction Schedule. 4. COST CONTROL Cost control begins with a clearly defined scope of work formed in the agreement. Garney will keep an RFI decision log and a design change management log to track changes while the project is in progress. These documents are for the benefit of the entire project team. These logs enable open discussion of the potential for construction cost and schedule impacts when evaluating changes. Garney will communicate with the entire project team of any unforeseen costs so that the open discussions may begin. PROJECT APROACH 5. QUALITY MANAGEMENT As your trusted contractor, Garney takes full responsibility for the quality of the project for our self -performing resources and subcontractors. Garney believes that construction quality is proactively planned and constructed into the project. Garney has a Corporate Quality Plan, please refer to Attachment A in the Appendix to Statement of Qualifications for review. In addition, we will develop and implement a project specific Quality Assurance/Quality Control (QA/QC) plan that reflects this philosophy. The QA/QC plan will include the City and Freese and Nichols' quality requirements, including required inspections and testing. Garney will work with the team to standardize quality control requirements for all personnel working on -site, whether it be Garney crews or subcontractors. QUALITY MANAGEMENT Garney fully integrates our quality management system into the organizational structure and performance management systems for each project. each meeting. These specifications apply to materials, worksteps, personnel, subcontractors and suppliers, safe work rules, and environmental work conditions. Implementing this systematic approach creates a seamless transition from the construction services phase into commissioning and start-up, making it ideal for successful turnover of the project to the project team and eventually to the City. Clear levels of responsibilityduringthe construction services phase help ensure nothing gets missed. As your contractor, Garney will maintain a deficiency log to be reviewed at each progress meeting. This deficiency log will include the team's direction for corrective action and the date the work was corrected and accepted. Should a quality issue be identified, Garney or its subcontractors will take full responsibility for the cost to correct it. 6. PROJECT SITE SAFETY Safety is Garney's number one company objective - it is a priority above all else. Garney's EMR and safety record are testaments to our commitment to safety. Safety will never be sacrificed for productivity. WORKER'S COMPENSATION EXPERIENCE MODIFIER RATING Safety is always Gamey's #1 priority. Our numbers reflect that. 1 PLAN 4 ANALYZE 0.61 - 2 IMPLEMENT 5 ACT 3 VERIFY 2020 0 Garney will review all work activities and completea quality checklist prior to mobilization. Our approach to QA/QC incorporates quality planning into all activities in the same manner that safety is planned into our projects. Quality will be a standing agenda item for all regularly scheduled project meetings. To reliably achieve expectations, component and process specifications will be clearly identified at EXPERIENCE MODIFICATION RATE Garney Industry Average PROJECT APROACH Factors that make Garney's safety program a success include the following: Site -Specific Safety Plan Garney develops and maintains a Site -Specific Safety Plan as well as a Site -Specific Safety Orientation and Health Plan for every project Safety Task Analysis Card (STAC) Each day, Garney requires the field craft to prepare potential hazard analysis on the tasks that will be intended to break down tasks, identify and analyze hazards, and mitigate or control hazards. Certified Safety Professionals Garney employs safety professionals solely dedicated to developing and providing Site - Specific Safety and Health Plans, and training for Garney employee- owners and subcontractors. GOSHA Inspections Garney safety professionals perform periodic mock OSHA (GOSHA) inspections. These inspections are conducted unannounced. Supervisor Safety Training All Garney supervisors must successfully complete 30 hours of supervisor safety training prior to supervising employee -owners. Craft, Subcontractor, and Supervisor Training Early in the project, Garney identifies safety training that will be required and schedules this training based on operational requirements. Training is presented to Garney employee -owners and subcontractors. 7. MANAGING CHANGE TO THE PROJECT All project correspondence including addenda, RFIs, submittals, engineer's supplemental instructions, quotations, and change orders will be managed using Garney's Spectrum project management software and efficient use of spreadsheet tracking. Spectrum will log and track all items to ensure the items were sent to the appropriate parties and that they responded in a timely manner. Using these processes will result in the clear transfer of instructions, decisions, and questions among the team, which will permit for timely identification of concerns, assessments, and appropriate dissemination of information. Ultimately, this allows construction to progress without serious delays or substantial extra costs. Since Garney uses these techniques, the sharing of information will be instantaneous. 8. MANAGING EQUIPMENT As a result of developing and maintaining relationships with equipment suppliers nationwide within the last nearly 60 years of business, Garney can pull from an extensive fleet of equipment. Access to this large equipment inventory does not mean that each project takes it for granted. Garney's employee - owners understand that efficiency in planning the duration a piece of equipment is on the project means great productivity for the job site. 9. MEETING HUB / MWBE PARTICIPATION GOAL Garney is committed to the use of local HUB / MWBE participation. We will seek out qualified subcontractors that bring the best value to the project and provide HUB / MWBE participation. (iA�Qzopy Preliminary Construction Schedule Lubbock Utilities CitY Of If Lubbock �rt!e Lubbock Pump Station No.4 TEXAS CITY OF LUBBOCK Lubbock, Te Task ID Name 11 -Project General Conditions• Project General Conditions Duration 445d Start 12/14/2023 9/14/2021 Finish 2/14/2023 2021 2022 2023 Sep i Oct Nov i Dec i Jan i Feb I Mar I Apr I May Jun I Jul I Auq I Sep I Oct 1 Nov 1 Dec I Jan 1 Feb Mar Apr 01-001 Notice to Proceed 1d 9/14/2021 9/15/2021 Notice to Proceed 01-002 Aquire Bond/Ins. & Contracts 15d 9/15/2021 10/5/2021 IM Aquire Bond/Ins. &Contracts 01-003 Mobilization 5d 10/24/202210/28/2022 Mobilization 01-004 Plant Shutdown 1d 11/1/2022 11/1/2022 Plant Shutdown 01-005 Preliminary Operational Test 2d 12/2/2022 12/5/2022 1 Preliminary Operational Test 01-006 System Operational Test 30d 12/6/2022 1/16/2023 System Operational Test 01-007 Substantial Completion 12/16/2022 12/16/2022 Substantial Completion 01-008 Final Completion 2/14/2023 2/14/2023 Final Completion Pump Station 26- Electrical 45d 27d i 10/31/2022 11/30/2022 03-001 Demo Existing MCC 5d 10/31/2022 11/4/2022 Demo Existing MCC 03-002 Owner to Install MCC 10d 11/7/2022 11/18/2022 0 Owner to Install MCC 03-003 Field Start Up/Testing 8d 11/21/202211/30/2022 Field StartUp/Testing 43- Horizontal Split Case Pumps 44d 11/1/2022 12/21/2022 43-001 Demo Existing Pumps/Motors 5d 11/1/2022 11/7/2022 Demo Existing Pumps/Motors 43-002 Demo Existing Pump Bases 3d 11/8/2022 11/10/2022 11 Demo Existing Pump Bases 43-003 Prep for New Pump Bases- Set Anchors 1d 11/8/2022 11/8/2022 I Prep for New Pump Bases- Set Anchors 43-004 Set new Pump Bases 3d 11/9/2022 11/11/2022 1 Set new Pump Bases 43-006 Level Pump Bases 1d 11/14/2022 11/14/2022 I Level Pump Bases 43-008 Set new Pumps/Motors 4d 11/14/2022 11/17/2022 11 Set new Pumps/Motors 43-007 Installation Check by Manufacturer 1d 11/15/2022 11/15/2022 I Installation Check by Manufacturer 43-009 Grout Pump Bases 2d 11/16/2022 11/17/2022 1 Grout Pump Bases 43-010 Tie In Pump 4-3 Suction/Discharge 4d 11 /18/2022 11 /23/2022 ® Tie In Pump 4-3 Suction/Discharge 43-012 Tie In Pump 4-4 Suction/Discharge 4d 11 /22/2022 11 /25/2022 ® Tie In Pump 4-4 Suction/Discharge 43-013 Pump Start Up/Testing 4d 11/28/2022 12/1/2022 11Pump Start Up/ Testing 43 011 Paint Pumps/Motors/Piping Submittal Review- Garney 4d .1• 12/16/2022 111/23/2021 12/21/2022 ® Paint Pumps/Motors/Piping 996-01-0010 Horizontal Split Case Pumps/Bases 50d 9/15/2021 11/23/2021 Horizontal Split Case Pumps/Bases 996-01-0011 Motors 15d 9/15/2021 10/5/2021 I= Motors 996-01-0012 MCC 45d 9/15/2021 11/16/2021 MCC 996-01-0013 Horizontal Split Case Pumps Cases 50d 9/15/2021 11 /23/2021 Horizontal Split Case Pumps Cases 997-Submittal Review Engineer Pump Station No.4 :. 18d 112/14/2021 11/24/2021 12/14/2021 Printed on: 8/31/2021 Page 1 of 2 Lubbock Utilities Lubbock ��, rt! IfL Co arney Lubbock Pump Station No.4 TEXAS CITY OF LUBBOCK Lubbock, T— Task ID Name Duration Start Finish Se Oct I Novzozz zozs NI Dec I Jan I Feb I Mar I Apr I May Jun I Jul I AugSep Oct Nov 1 Dec Jan Feb I Mar I Apr 997-01-0010 Horizontal Split Case Pumps/Bases 15d 11/24/2021 12/14/2021 Horizontal Split Case Pumps/Bases 997-01-0011 Motors 15d 11/24/2021 12/14/2021 Motors 997-01-0022 MCC 15d 11/24/2021 12/14/2021 MCC Horizontal Split Case Pump Cases 997 01-0032 Horizontal Split Case Pump Cases 15d :d6/28/2022 11/24/2021 12/14/2021 Pump Station No.4 168d 12/15@021 6@8@022 999-01-0010 Pumps/Motors 140d 12/15/2021 6/28/2022 Pumps/Motors 999 01-0020 MCC 75d 12/15/2021 3/29/2022 MCC Company 0 Garney Symbols © Critical Milestone Start On Printed on: 8/31/2021 Page 2 of 2 Page Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four (4) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES X NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. OUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: 0.61 ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. _ Signature Michael E. Gardner, Director Title GARNEY COMPANIES, INC. OSHA CITATIONS FROM THE PAST THREE YEARS Within the past three years, Garney has yielded the following citations. In all cases, violations were corrected to the satisfaction of OSHA. Report ID: 0352460 1 Hyattsville, MD 1 9/14/2018 1 - Other than Serious 1 19260652 CO2 II Penalty = $0.00 Issued stating that the competent person did not get written approval to deviate from the manufacturer's tabulated data when used as a guide in determining the use of the hydraulic shoring required per MOSH's interpretation of the shoring system in place at the time of the inspection. Garne,YDVVAANNCl/NGWAATTEERR coNsrnurnoN 3655 Nobel Drive Ste. 450 858-481-8692 San Diego, CA 92122 www.ajg.com USA Gallagher Insurance I Risk Management I Consulting December 2, 2020 To Whom It May Concern RE: Garney Companies, Inc., Experience Modification Dear Sirs or Madams, Arthur J. Gallagher & Co. (Gallagher Construction Services) is the Broker of Record for Garney Companies, Inc. and certifies the following NCCI Experience Modifications: • 2020 0.61 • 2019 0.55 • 2018 0.49 • 2017 0.54 • 2016 0.60 All experience modifications are effective as of 10/1. Should you need any additional information, please feel free to contact me directly at the number listed below. Sincerely, Susan Wade, WCCP Workers' Compensation Services Manager (760) 898-0517 Carney SAFETY AWARDS Carney CONSTRUCT/ON GARNEY SAFETY AWARDS AWARDS ABC National Platinum Safety Training and Evaluation Process (STEP) 2021 ABC National Platinum Safety Training and Evaluation Process (STEP) 2020 ABC National Gold Safety Training and Evaluation Process (STEP) 2019 ABC National Platinum Safety Training and Evaluation Process (STEP) 2018 NUCA William H. Feather Safety Award - 1 Million+ Man -Hours Category 2017 SCOAR Member Safety Excellence Award Program - Target Outstanding Project Safety! "TOPS" Award 2015 NUCA William H. Feather Safety Award - Overall Winner Category 2013 NAWIC Contractor Safety Excellence Award 2013 ABC National Platinum Safety Training and Evaluation Process (STEP) 2010 ABC Heart of America Ted Anderson Safety Award — Chapter Superior Contractor 2010 ABC National Platinum Safety Training and Evaluation Process (STEP) 2009 ABC National Platinum Safety Training and Evaluation Process (STEP) Award 2008 ACEC Kansas Chapter Engineering Excellence Award 2008 ABC National Platinum Safety Training and Evaluation Process (STEP) Award 2007 ABC National Gold Safety Training and Evaluation Process (STEP) Award 2006 1 of 1 NON -COLLUSION AFFIDAVIT STATE OF TEXAS LUBBOCK COUNTY Sonya Puskas being first duly sworn, on his/her oath, says that the bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and s/he further says that the said respondent has not directly induced or solicited any firm on the above work or supplies to put in a sham, or any other person or corporation to refrain from a statement of qualifications; and that said firm has not in any manner sought by collusion to secure to self an advantage over any other firm or firms. Garney Companies, Inc. Firm Michael E. Gardner Name Signature Director Title Subscribed and orn to before his 1st day of September 2021 Notary Pub is My Commission Expires: 5-28-22 SONYA PUSKAS Notary Public - Notary Seal Clay County - State of Missouri Commission Number 14621326 My Commission Expires May 28, 2022 NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITH THE SUBMISSION Page Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. PROPOSED LIST OF SUB -CONTRACTORS Company Name Location Services Provided Acme Electric Company Lubbock, TX Supply MCC and Electrical Demolition Minority Owned Yes No ❑ CK ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR RESPONSE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: Garney Companies, Inc. (PRINT NAME OF COMPANY) Page Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when responses are due. FINAL LIST OF SUB -CONTRACTORS Pate Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 2. ❑ ❑ 3. ❑ ❑ 4. 5. 6. 7. 8. 9. 10. 11. 12. ° ° 13. ° ° 14. ° ° 15. 16. SUBMITTED BY: C-lafne �t Cr,� c-�1ieS,�G (PRINT NAME OF COMPANY) r Ir-C �LrA� e, THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN RESPONSES ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO Page Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Garnet/ Companies, Inc. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Five Hundred Four Thousand Dollars ($1,504,000) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated 2611 day of October, 2021, to RFP 21-15944-TF Replacement Pumps, Motors, and Starters for Pump Station No. 4 and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of Surety *By: (Title) 2021. (Company Name) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety * By: Approved as to form: City of Lubbock By: City Attorney (Title) * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Page Intentionally Left Blank PERFORMANCE BOND Pate Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Garnet/ Companies, Inc. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Five Hundred Four Thousand Dollars ($1,504,000) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated 26t' day of October, 2021, to RFP 21-15944-TF Replacement Pumps, Motors, and Starters for Pump Station No. 4 and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of , 2021. Surety (Company Name) * By: By: (Title) (Printed Name) (Signature) (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety *By: (Title) Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Page Intentionally Left Blank CERTIFICATE OF INSURANCE Pate Intentionally Left Blank CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions f the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'S RISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATIONFLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. Pate Intentionally Left Blank CONTRACT Page Intentionally Left Blank Contract 15944 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 26'h day of October, 2021 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Garney Companies. Inc. of the City of North Kansas City, County of Clay and the State of Missouri hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 21-15944-TF Replacement Pumps, Motors, and Starters for Pump Station No. 4 and all extra work in connection therewith, under the temps as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Garney Companies. Inc.'s proposal dated September 8. 2021, is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: Garney Companies, Inc. By: _AA�:Z- — PRINTED : Timothy M Behler TITLE: COO COMPLETE ADDRESS: Garney Companies, Inc. 1700 Swift Street North Kansas City, MO 64116 ATTEST: Eric Wagner, Asst. rporate Secreta CITY LUB , TEXAS (OWNER): By: Daniel M. Pope, Mayor ATTEST: - PO , X�' Re a ca Garza, City Secr APPROVED AS TO CONTENT: Public Works Representative �A IL- v-t c &. 60-ku ".1L « 191z, Name (Printed) Date APPROVED AS TO FORM: 3 7 )Y& elli Leisure, Assistant City Attorney Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Garney Companies, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Josh Kristinek, P.E., Assistant City Engineer/Capital Projects & Design, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. it. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any person or persons on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such person or persons shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of workers or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. 4 If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor ftom its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a 0 requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and $1,000,000 per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Med Exp (Any One Person) w/Heavy Equipment XCU B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance. — NOT REQUIRED E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $4,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverage's. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.411(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: 9 G (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: 10 (1) (2) (3) (4) (5) (6) (7) (8) (9) The name and address of the insured. The location of the operations to which the insurance applies. The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. If policy limits are paid, new policy must be secured for new coverage to complete project. A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 11 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-4000 (www.tdi.state.traus) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 12 (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract 13 for changes in the work. hi the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1,000 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $2,000 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 14 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner as shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Further, when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workers, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their 15 proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities not exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. 16 The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less: (i) in the event the total value of the contract is five million dollars or more, 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents; or (ii) in the event the total value of the contract is less than five million dollars, 10% or less, of the amount thereof, which percentage shall be retained until final payment, and further, less all previous payments and all further sums may be retained by Owner under the terms of the contract documents ("Retainage"). If Contractor engages a sub -contractor to perform all or part of Contractor's work under the contract, the Contractor shall not withhold a greater percentage of Retainage than the percentage set out in in this section pertaining to the Contractor. Contractor shall likewise require any subcontractor it engages to comply with section 2252.032 of the Texas Government Code. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within fifteen (15) calendar days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. The work will be deemed substantially complete when the work (or a specified portion thereof) has progressed to the point where, in the opinion of the Owner or Owner's Representative, the work (or a specified portion thereof) is sufficiently complete, in accordance with all the contract documents, including the Proposal and all applicable technical specifications, so that the work (or a specified portion thereof) can be utilized for the purposes for which it is intended without unscheduled disruption. Owner may, in its sole discretion, release all or a portion of the Retainage upon Owner's receipt of the certificate of substantial completion for all of the work or a specified portion thereof. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or 17 otherwise. Owner may, in its sole discretion, release all or a portion of the Retainage for fully completed and accepted portions of the work. Notwithstanding the foregoing, Owner may withhold the Retainage if there is a bona fide dispute between Owner and Contractor according to section 2252.032(f) of the Texas Government Code. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver 18 of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of persons and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinbbove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. 19 In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual 20 obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) 21 days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. CONTRACTOR ACKNOWLEDGES Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 60. LABOR CODE CHAPTER 214 Sec. 214.008. MISCLASSIFICATION OF CERTAIN WORKERS; PENALTY. (a) A person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code, shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the person directly retains and compensates for services performed in connection with the contract. (b) In this subsection, "subcontractor" means a person directly retained and compensated by a person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code. A subcontractor shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the subcontractor directly retains and compensates for services performed in connection with the contract for which the subcontractor is retained. (c) A person who fails to properly classify an individual as required by Subsection (a) or (b) shall pay to the commission a penalty equal to $200 for each individual that the person has not properly classified. (d) The commission may not take action to collect a penalty under this section from a person after the third anniversary of the date on which the violation occurred. 22 61. CERTIFICATE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: https:Hci.lubbock.tx.us/departments/purchasin vendor -information 62. TEXAS GOVERNMENT CODE SECTION 2252.152 Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization. 63. TEXAS GOVERNMENT CODE SECTION 2271.002 Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a contract that: (1) is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 64. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 65. TEXAS PUBLIC INFORMATION ACT The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contract as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. 66. CONFIDENTIALITY The Contractor shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. 67. INDEMNITY The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any person or persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall survive the expiration or termination of this agreement. 68. PROFESSIONAL RESPONSIBILITY All architectural or engineering services to be performed shall be done with the professional skill and care ordinarily provided by competent architects or engineers practicing under the same or similar circumstances and professional license. 69. TEXAS SENATE BILL 219 SUBCHAPTER B ITEMS B AND C (b) A contractor must, within a reasonable time of learning of a defect, inaccuracy, inadequacy, or insufficiency in the plans, specifications, or other design documents, disclose in writing to the person with whom the contractor enters into a contract the existence of any known defect in the plans, specifications, or other design documents that is discovered by the contractor, or that reasonably should have been discovered by the contractor using diligence, before or during construction. In this subsection, ordinary diligence means the observations of the plans, specifications, or other design documents or the improvement to real property that a contractor would make in the reasonable preparation of a bid or fulfillment of its scope of work under normal circumstances. Ordinary diligence does not require that the contractor engage a person licensed or registered under Title 6, Occupations Code, or any other person with specialized skills. A disclosure under this subsection is made in the contractor's capacity as contractor and not as a licensed professional under Title 6, Occupations Code. (c) A contractor who fails to disclose a defect as required by Subsection (b) may be liable for the consequences of defects that result from the failure to disclose. DAVIS BACON WAGE DETERMINATIONS EXHIBIT A General Decision Number: TX20210002 01 /01 /2021 Superseded General Decision Number: TX20200002 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.95 for calendar year 2021 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 $10.95 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 2021. 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 01/01/2021 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ...................... $ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 Structures ..................$ 13.52 LABORER Asphalt Raker ............... $ 12.28 Flagger.....................$ 9.30 Laborer, Common .............$ 10.30 Laborer, Utility ............ $ 11.80 Work Zone Barricade Servicer....................$ 10.30 POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 Asphalt Paving Machine ...... $ 13.40 Broom and Sweeper ........... $ 11.21 Crane, Lattice Boom 80 Tons or Less ................ $ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or less ...... $ 13.46 Front End Loader Operator, Over 3 CY...................$ 12.77 Front End Loader, 3CY or less ..... $ 12.28 Loader/Backhoe..............$ 14.18 Mechanic .................... $ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine.......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 Roller, Asphalt ............. $ 10.95 Roller, Other ...............$ 10.36 Scraper .....................$ 10.61 Spreader Box ................ $ 12.60 Servicer .........................$ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER Lowboy -Float ................ $ 14.46 Single Axle ................. $ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................ $ 12.49 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). 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: * 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 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. The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, END OF GENERAL DECISION project description, area practice material, etc.) that the requestor considers relevant to the issue. EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS Page Intentionally Left Blank CITY OF LUBBOCK SPECIFICATIONS FOR Replacement Pumps, Motors, and Starters for Pump Station No. 4 RFP-21-15944 Bid Set City of bbock TEXAS CITY OF LUBBOCK Lubbock, Texas CITY OF LUBBOCK REPLACEMENT PUMPS, MOTORS, AND STARTERS FOR PUMP STATION NO.4 TABLE OF CONTENTS DIVISION 0 BIDDING AND CONTRACT REQUIREMENTS 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS GOVERNMENT CODE § 2269 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CITY OF LUBBOCK REFERENCE FORM 4-3. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-4. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-5. SAFETY RECORD QUESTIONNAIRE 4-6. SUSPENSION AND DEBARMENT CERTIFICATION 4-7. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL VERIFICATION 4-8. PROPOSED LIST OF SUB -CONTRACTORS 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 11. CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES 12. GENERAL CONDITIONS OF THE AGREEMENT 13. CITY OF LUBBOCK WAGE DETERMINATIONS 14. SPECIAL CONDITIONS (IF APPLICABLE) 15. SPECIFICATIONS DIVISION 1 GENERAL REQUIREMENTS 01 33 00 Submittal Procedures 01 75 00 Starting and Adjusting 01 78 23 Operations and Maintenance Data DIVISION 26 ELECTRICAL Section 26 18 39 5KV Motor Control Center DIVISION 43 PROCESS GAS & LIQUID HANDLING APPENDICES Section 43 23 21.13 Horizontal Split -Case Centrifugal Pumping Units Appendix A 4160V MCC One -Line Diagram, Elevation and SSRVS Pump Control Schematic Table of Contents TOC-1 LUB19278 - Replacement Pumps, Motors, and Starters for Pump Station No. 4 SEAL SHEET Division: 01, 26,43 �S�P��•OF•lF-r�,/ .• s ............. ..... ....:. : / MICHAEL A. MCBEE / 00 00.......................... �� �'• 130463 .'� o� • ENS C �iEO.: •�: l� �.•... .•G��'- 1�10NAAL6a0710112021 FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 LUB19278 - Low Head D Pump Seal Sheet 1 PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT ITEMI DESCRIPTION JU/MIQTY(+/-)IUNITCOSTI EXTENDED COST Base Bid (Items 1-3) Furnish and install two (2) Horizontal Split Case Pumping Units including motor and base at rated I capacity as specified with each pump running EA 2 individually to produce 15.0 MGD at 185 feet TDH with guaranteed wire -to -water efficiency of % at rpm. (PS4-P3 and PS4-P3) 2 Furnish one (1) 5KV Motor Control Center LS 1 Replacement of Pumps and Motors for Pump Station 3 No. 4 completely as shown in the specifications LS 1 excluding Pay Items: 1 and 2 SUBTOTAL BASE PROPOSAL (ITEMS 1-3) Add(+) or Deduct (-)Z TOTAL BASE PROPOSAL (ITEMS 1-3) Required Substantial Completion Date of the project equipment is December 16, 2022. If Bidder Proposes to Accelerate the Schedule, then the Guaranteed Substantial Completion Date Shall Be Spelled Out in Words Below and Written Numerically in the Blank to the Right. If awarded the Contract, then the Date Written in Will Become the Contractual Date. Name of Offeror Pump Supplier Motor Supplier Starter Supplier The guaranteed wire to water efficiency of each pump and motor at the rated flow and head, as stated in Specification 43 23 21.13 Attachment A, shall be written into the form. This efficiency does not include losses in the starters because they will be provided by others. 2 Provision is made for Offeror to include an addition or deduction in his proposal, if he wishes, to reflect any last-minute adjustments in price. This addition or subtraction will be applied to pay item 3. Offeror's Initials REPLACEMENT PUMPS, MOTORS, AND STARTERS FOR PUMP STATION NO. 4 PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT Proposal Summary Proposal Element Price TOTAL BASE PROPOSAL (ITEMS 1-3) TOTAL ADDITIVE ALTERNATIVE ITEMS (NONE) TOTAL PROPOSAL FOR COMPLETE PROJECT Offeror's Initials REPLACEMENT PUMPS, MOTORS, AND STARTERS FOR PUMP STATION NO. 4 DIVISION 1 GENERAL REQUIREMENTS No Text 01 33 00 SUBMITTAL PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the Owner to: 1. Record the products incorporated into the Project for the Owner. 2. Provide information for operation and maintenance of the Project. 3. Provide information for the administration of the Contract. 4. Allow the Engineer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. B. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the Engineer's review of submittals. Contract modifications can only be approved by Change Order or Field Order. 1.02 CONTRACTOR'S RESPONSIBILITIES A. Review and certify all submittals prior to submission. B. Determine and verify: 1. Field measurements. 2. Field construction requirements. 3. Location of all existing structures, utilities and equipment related to the submittals. 4. Submittals are complete for their intended purpose. 5. Conflicts between the submittals related to the various Subcontractors and Suppliers have been resolved. 6. Quantities and dimensions shown on the submittals. C. Submit information per the procedures described in this section and the Specifications. D. Furnish the following submittals: 1. As specified in the attached submittal schedule or in the individual Specification Sections. 2. Schedules, data and other documentation as described in detail in this Section or referenced in the General Conditions and Contract Documents. 3. Shop Drawings required for consideration of a contract modification per Paragraph 1.08. 4. Submittals as required in the Specifications. 5. Submittals not required will be returned without Engineer's review. E. Submit a schedule indicating the date submittals will be sent to the Engineer and proposed dates that the product will be incorporated into the Project. Make submittals promptly in accordance with the schedule to cause no delay in the Project. Submittal Procedures 01 33 00 - 1 LUB19278 - Replacement Pumps, Motors, and Starters for Pump Station No. 4 1. Send submittals to the Engineer allowing a reasonable time for delivery, review and marking submittals. Include time for review of a resubmission if necessary. Allow adequate time for the submittal review process, ordering, fabrication, and delivery of the product to not delay progress on the Project. Schedule submittal to provide all information for interrelated Work at one time. No review will be performed on submittals requiring coordination with other submittals. Engineer will return submittals for resubmission as a complete package. F. Submit information for all of the components and related equipment required for a complete and operational system in the same submittal. Include electrical, mechanical, and other information required to indicate how the various components of the system function. 2. Provide certifications, warranties, and written guarantees with the submittal package for review when they are required. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Products not meeting the requirements of Contract Documents are defective and may be rejected at the Owner's option. G. Payment will not be made for products for which submittals are required until the submittals have been received. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Engineer. 1.03 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Submittals not meeting these criteria will be returned without review. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents including Drawings and Specifications as modified by Addenda, Field Orders, and Change Orders. C. Furnish and install products that fully comply with the information included in the submittal. 1.04 SUBMITTAL PROCEDURES A. Submit an electronic copy of each submittal through the Project portal (website) provided by the Engineer. The Contractor will be provided access to log onto the website to post submittal documents and check the status of submittals. 1. The complete contents of each submittal, including associated drawings product data, etc., shall be submitted in Portable Document Format (PDF.) Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 papers. Create and submit color PDF documents where color is important to the evaluation of the submittal and / or where comments will be lost if only black and white PDF documents are provided. Submit Samples and color charts per Paragraph 1.04.H. B. Transmit all submittals, with a properly completed Submittal Transmittal Form as provided by the Engineer. Submittal Procedures 01 33 00 - 2 LUB19278 - Replacement Pumps, Motors, and Starters for Pump Station No. 4 1. Use a separate transmittal form for each specific product, class of material, and equipment system. 2. Submit items specified in different sections of the Specifications separately unless they are part of an integrated system. C. Assign a submittal number to the documents originated to allow tracking of the submittal during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix Description Originator AP Application for Payment Contractor CO Change Order Engineer CMR Contract Modification Request Contractor CTR Certified Test Report Contractor EIR Equipment Installation Report Contractor FO Field Order Engineer NBC Notification by Contractor Contractor O&M Operation & Maintenance Manuals Contractor PD Photographic Documentation Contractor RD Record Data Contractor RFI Request for Information Contractor SAM Sample Contractor SD Shop Drawing Contractor SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of submittal. 3. Issue numbers for resubmittals that have the same number as the original submittal followed by an alphabetical suffix indicating the number of times the same submittal has been sent to the Engineer for processing. For example: SD 025 A represents shop drawing number 25 and the letter "A" designates this is the second time this submittal has been sent for review. 4. Clearly note the submittal number on each page or sheet of the submittal. 5. Correct assignment of numbers is essential since different submittal types are processed in different ways. D. Submit documents with uniform markings. 1. Mark submittals to: a. Highlight Contractor's corrections in green. Submittal Procedures 01 33 00 - 3 LUB19278 - Replacement Pumps, Motors, and Starters for Pump Station No. 4 b. Highlight items pertinent to the products being furnished in yellow and delete items that are not when the Supplier's standard drawings or information sheets are provided. c. Cloud items and highlight in yellow where selections by the Engineer or Owner are required. d. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. e. Provide an 8-by-3-inch blank space for Contractor's and Engineer's stamp. Contractor may use a digital certification if this is preferred. The certification must bear a digital signature. 2. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. E. Mark submittals to reference the Drawing number and/or section of the Specifications, detail designation, schedule or location that corresponds with the data submitted. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. F. Deliver Samples required by the Specifications to the Site. Provide a minimum of two Samples. G. Construct mock-ups from the actual products to be used in construction per detailed Specifications. H. Submit color charts and Samples for every product requiring color, texture or finish selection. 1. Submit all color charts and Samples at one time. 2. Do not submit color charts and Samples until all record data have been submitted or Shop Drawings for the products have been approved. 3. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the schedule for construction of the Project. 1.05 REVIEW PROCEDURES A. Shop drawings are reviewed in the order received, unless Contractor request that a different priority be assigned. B. Mark a submittal as "Priority" to place the review for this submittal ahead of submittals previously delivered. Priority submittals will be reviewed before other submittals for this Project which have been received but not reviewed. Use discretion in the use of "Priority" submittals as this may delay the review of submittals previously submitted. Revise the Schedule of Contractor's Submittals for substantial deviations from the previous schedule. C. Review procedures vary with the type of submittal as described in Paragraph 1.06. Submittal Procedures 01 33 00 - 4 LUB19278 - Replacement Pumps, Motors, and Starters for Pump Station No. 4 1.06 SUBMITTAL REQUIREMENTS A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection or installation of the product without additional detailed information from the Supplier. 1. Shop Drawings are requested so that the Engineer can: a. Assist the Owner in selecting colors, textures or other aesthetic features. Compare the proposed features of the product with the specified features so as to advise the Owner that the product does, in general, conform to the Contract Documents. c. Compare the performance features of the proposed product with those specified so as to advise the Owner that it appears that the product will meet the designed performance criteria. d. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. Certify on the Contractor's stamp that the Contractor has reviewed the Shop Drawings and made all necessary corrections such that the products, when installed, will be in full compliance with the Contract Documents. Shop Drawings submitted without this certification will be returned without review. 3. Submit Shop Drawings for: Products indicated in the submittal schedule following this Section or as specified in the individual Specification Sections. When a substitution or equal product is proposed in accordance with Paragraph 1.08 of this Section. 4. Include a complete description of the material or equipment to be furnished. Information is to include: a. Type, dimensions, size, arrangement, model number, and operational parameters of the components. Weights, gauges, materials of construction, external connections, anchors, and supports required. c. Performance characteristics, capacities, engineering data, motor curves, and other information necessary to allow a complete evaluation of mechanical components. d. All applicable standards such as ASTM or Federal specification numbers. e. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings. f. Wiring and piping diagrams and related controls. g. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the submittal that the measurements represent actual dimensions obtained at the Site. Submittal Procedures 01 33 00 - 5 LUB19278 - Replacement Pumps, Motors, and Starters for Pump Station No. 4 5. Provide all required statements of certification, guarantees, extended service agreements, and other related documents with the Shop Drawing. The effective date of these documents shall be the date of acceptance of the Work by the Owner. 6. Comments will be made on items called to the attention of the Engineer for review and comment. Any marks made by the Engineer do not constitute a blanket review of the submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. a. Submittals that are reviewed will be returned with one or more of the following designations: 1). Approved: Submittal is found to be acceptable as submitted. 2). Approved as Noted: Submittal is acceptable with corrections or notations made by Engineer and may be used as corrected. 3). Revise and Resubmit: Submittal has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. 4). Not Approved: Products are not acceptable. b. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Revise and Resubmit." These drawings are to be revised to provide a clean record of the submittal. c. Dimensions or other data that do not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with Contract Documents. B. Certifications, Warranties and Service Agreements include documents as specified in the individual Specification Sections, as shown in the submittal schedule, or as follows: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 3. Extended Warranty (EW): A guarantee of performance for the product or system beyond the normal warranty described in the General Conditions. Issue the warranty certificate in the name of the Owner. 4. Extended Service Agreement (ESA): A contract to provide maintenance beyond that required to fulfill requirements for warranty repairs, or to perform routine maintenance for a definite period beyond the warranty period. Issue the service agreement in the name of the Owner. 5. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to Submittal Procedures 01 33 00 - 6 LUB19278 - Replacement Pumps, Motors, and Starters for Pump Station No. 4 the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product's intended use. Certification of Applicator/Subcontractor (CSQ): A certified letter stating that the Applicator or Subcontractor proposed to perform a specified function is duly designated as factory authorized and trained for the application of the specified product. C. Submit record data to provide information to allow the Owner to adequately identify the products incorporated into the Project and allow replacement or repair at some future date. Provide record data for all products per the submittal schedule or as specified in the individual Specification Sections. Record data is not required for items for which Shop Drawings and/or operations and maintenance manuals are required. 2. Provide information only on the specified products. Submit a Contract Modification Request for approval of deviations or substitutions and obtain approval by Field Order or Change Order prior to submitting record data. 3. Provide the same information required for Shop Drawings. 4. Record data will be received by the Engineer, logged, and provided to Owner for the Project record. Record data may be reviewed to see that the information provided is adequate for the purpose intended. Inadequate drawings may be returned as unacceptable. b. Record data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. D. Submit Operation and Maintenance manuals (O&M) for all equipment, mechanical devices, or components described in the Contract Documents per Section 0178 23 "Operation and Maintenance Data." Include copies of approved Shop Drawings in the manual. E. Submit Certified Test Reports (CTR) from independent testing laboratories. Submit test reports for material fabricated for this Project with Shop Drawings for that product. Submit test reports produced at the point of production for standard production products with the record data for that product. F. Submit Equipment Installation Reports (EIR) in accordance with Section 0175 00 "Starting and Adjusting." 1.07 SUBMITTALS REQUIRED FOR THIS PROJECT A. Furnish the following Submittals: 1. Schedules, data and other documentation as described in detail in this Section, specified in the individual Specification Sections, or referenced in the General Conditions. 2. Documentation required for the administration of the Contract. 3. Submittals as required in the Specifications. Submittal Procedures 01 33 00 - 7 LUB19278 - Replacement Pumps, Motors, and Starters for Pump Station No. 4 4. Record Data is required for the following items: Section Description 43 23 21 13 Horizontal Split -Case Centrifugal Pumping Units 5. Shop Drawings are required for the following items: Section Description 43 23 21 13 Horizontal Split -Case Centrifugal Pumping Units 6. Operations and Maintenance Manuals for: Section Description 43 23 21 13 Horizontal Split -Case Centrifugal Pumping Units 1.08 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Include the amount of cost savings to the Owner for deviations that result in a reduction in cost. C. A Change Order or Field Order will be issued by the Engineer for deviations approved by the Owner. Deviations from the Contract Documents may only be approved by Change Order or Field Order. 1.09 SUBMITTALS FOR EQUAL NON SPECIFIED PRODUCTS A. The products of the listed suppliers are to be furnished where Specifications list several manufacturers but do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution and must be approved per Paragraph 1.10. B. Contractor may submit other manufacturers' products that are in full compliance with the specification where Specifications list one or more manufacturers followed by the phase "or equal" or "or approved equal." 1. Submit Shop Drawings of adequate detail to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the Engineer's responsibility to prove the product is not equal. a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the submittal. c. The decision of the Engineer regarding the acceptability of the proposed product is final. Submittal Procedures 01 33 00 - 8 LUB19278 - Replacement Pumps, Motors, and Starters for Pump Station No. 4 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A modification request is not required for any product that is in full compliance with the Contract Documents. 1.10 SUBMITTALS FOR SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. B. Submit the following for consideration of approval of a Supplier or product which is not specified: Contract Modification Request for deviation from the Contract Documents per Paragraph 1.08. 2. Prove that the product is acceptable as a substitute. It is not the Engineer's responsibility to prove the product is not acceptable as a substitute. a. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. b. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the submittal. c. The decision of the Engineer regarding the acceptability of the proposed substitute product is final. 3. Provide a written certification that, in making the substitution request, the Contractor: a. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. b. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the Manufacturer of the specified product. c. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. Submittal Procedures 01 33 00 - 9 LUB19278 - Replacement Pumps, Motors, and Starters for Pump Station No. 4 d. Will maintain the same time schedule as for the specified product. C. Pay engineering cost for review of substitutions. 1. Cost for additional review time will be billed to the Owner by the Engineer for the actual hours required for the review and marking of Shop Drawings by Engineer and in accordance with the Engineer's standard bill rates. 2. Cost for the additional review shall be paid to the Owner by the Contractor on a monthly basis. 1.11 WARRANTIES AND GUARANTEES A. Submit warranties and guarantees required by the Contract Documents with the Shop Drawings or record data. B. Provide additional copies for equipment and include this additional copy in the Operation and Maintenance Manuals. Refer to Section 0178 23 "Operation and Maintenance Data." C. Provide a separate manual for warranties and guarantees. 1. Provide a log of all products for which warranties or guarantees are provided, and for all equipment. Index the log by Specification section number on forms provided by the Engineer. 2. Indicate the start date, warranty or guarantee period and the date upon which the warranty or guarantee expires for products or equipment for which a warranty or guarantee is required. 3. Indicate the date for the start of the correction period specified in the General Conditions for each piece of equipment and the date on which the specified correction period expires. 4. Provide a copy of the warranty or guarantee under a tab indexed to the log. 1.12 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the submittals required by the Engineer and resubmit until approved. B. For Shop Drawings: 1. Revise initial drawings or data and resubmit as specified for the original submittal. 2. Highlight in yellow those revisions which have been made in response to the first review by the Engineer. 3. Highlight in blue any new revisions which have been made or additional details of information that has been added since the previous review by the Engineer. C. For Samples: 1. Submit new Samples as required for the initial Sample. 2. Remove Samples which have been rejected. D. For mock-ups: 1. Construct a new mock-up as initially required. Submittal Procedures 01 33 00 - 10 LUB19278 - Replacement Pumps, Motors, and Starters for Pump Station No. 4 2. Dispose of mock-ups which have been rejected. E. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Cost for additional review time will be billed to the Owner by the Engineer for the actual hours required for the review and marking of Shop Drawings by Engineer and in accordance with the Engineer's standard bill rates. 3. Pay cost for the additional review to the Owner on a monthly basis as billed by the Owner. 4. Need for more than one resubmission or any other delay of obtaining Engineer's review of submittals, will not entitle the Contractor to an extension of Contract Time. All costs associated with such delays shall be at the Contractor's expense. 1.13 ENGINEER'S DUTIES A. Review the submittals and return with reasonable promptness. B. Affix stamp, indicate approval, rejection, and the need for resubmittal. C. Distribute documents. 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION (NOT APPLICABLE) END OF SECTION Submittal Procedures 01 33 00 - 11 LUB19278 - Replacement Pumps, Motors, and Starters for Pump Station No. 4 01 75 00 STARTING AND ADJUSTING 1.00 GENERAL 1.01 WORK INCLUDED A. Provide step-by-step procedures for starting provided systems, including equipment, pumps and processes. B. Provide pre -start-up inspections by equipment manufacturers. C. Provide instruction and demonstration of operation, adjustment, and maintenance of each system and the component parts. D. Place each system in service and operate the system to prove performance and to provide for initial correction of defects in workmanship, calibration, and operation. E. Provide for initial maintenance and operation. F. Cost for Starting and Adjusting provided by Suppliers and Subcontractors as described in this Section and Technical Specifications are to be included in the Cost of Work. G. Refer to Technical Specifications for additional requirements. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures," and shall include: 1. A Plan of Action for testing, checking, and starting major equipment and process piping systems. Submit reports as required by this Section. 2. Equipment Installation Reports on form provided by the Engineer. 3. Operation and Maintenance Manuals per Section 0178 23 "Operation and Maintenance Data." 1.03 STANDARDS A. Comply with any standards associated with the testing or start-up of equipment, as listed in the various Sections of the Specifications. 1.04 SPECIAL JOB CONDITIONS A. Do not start or test any apparatus until the complete unit has been installed and thoroughly checked. B. A representative of the Supplier shall be in attendance of tests and start-up procedures when required by this Section. 2.00 PRODUCTS 2.01 TESTING INSTRUMENTATION A. Furnish any instrumentation or other testing devices needed to conduct tests. Starting and Adjusting 01 75 00 - 1 LUB19278 - Replacement Pumps, Motors, and Starters for Pump Station No. 4 3.00 EXECUTION 3.01 SERVICES OF SUPPLIER'S REPRESENTATIVES A. The Supplier's representative for inspection, supervision of installation, and training must be an experienced and competent technical (not sales) representative of the manufacturer or Supplier. B. Perform installation, adjustment, and testing of the equipment under the direct supervision of the Supplier's representative where specified. C. The Supplier's representative is to instruct the Owner or his authorized personnel on operational procedures and maintenance requirements. D. Include the cost of the services of the Supplier's representative in the equipment price. 3.02 INSPECTION AND START-UP A. Inspect equipment prior to placing any equipment or system into operation. Make adjustments as necessary for proper operation. 1. Check for adequate and proper lubrication. 2. Determine that parts or components are free from undue stress from structural members, piping or anchorage. 3. Adjust equipment for proper balance and operations. 4. Determine that vibrations are within acceptable limits. 5. Determine that equipment operates properly under full load conditions. 6. Determine that the equipment is in true alignment. B. Have the Supplier's representative present when the equipment is placed in operation. 1. The representative is to be on -site as often as necessary for proper and trouble free operation. 2. Ensure that the proper procedure is employed in start-up of systems. C. Provide Equipment Installation Reports for Equipment on the form indicated by Engineer. 1. Certify that the equipment and related appurtenances have been thoroughly examined and approved for start-up and operation. 2. Include the date when Owner's personnel were instructed in the proper operation and maintenance of the equipment in the report. 3.03 STARTING REQUIREMENTS A. Refer to the individual Sections of the Specifications for specific start-up procedures. 3.04 INITIAL OPERATION A. Start, test, and place equipment and systems into operation for duration detailed in individual Sections of the Specifications to allow the Owner and Engineer to observe the Starting and Adjusting 01 75 00 - 2 LUB19278 - Replacement Pumps, Motors, and Starters for Pump Station No. 4 operation and overall performance of the equipment and to determine that controls function as intended. B. Equipment which operates on a limited or part-time basis shall be operated in the presence of the Engineer to demonstrate that controls function as specified. C. Perform acceptance test as specified in individual Sections of the Specifications. Demonstrate that equipment and systems meet the specified performance criteria. D. Unless specifically stated otherwise in the individual equipment specifications, equipment and systems are not substantially complete until the end of this initial operation period. If an exception to this requirement is specifically noted in an individual equipment specification, the exception shall only apply to that particular piece of equipment and not to the remaining components provided under the Project. 3.05 OPERATOR TRAINING A. Provide instruction and demonstration of the care and operation of the equipment to the Owner's personnel. Instruction is to include classroom and hands-on training. B. Provide training inadequate detail to ensure that the trainees who complete the program will be qualified and capable of operating and maintaining the equipment, products, and systems provided. C. Operations Training is to include but not be limited to: 1. Orientation to provide an overview of system/subsystem configuration and operation. 2. Terminology, nomenclature, and display symbols. 3. Operations theory. 4. Equipment appearance, functions, concepts, and operation. 5. Operating modes, practices and procedures under normal, diminished, and emergency conditions. 6. Start-up and shutdown procedures. 7. Safety Precautions. 8. On-the-job operating experience for monitoring functions, supervisory, or command activities. Include functions and activities associated with diminished operating modes, failure recognition, and responses to system/subsystem and recovery procedures. 9. Content and use of Operation and Maintenance Manuals and related reference materials. D. Provide training for performing on -site routine, preventive, and remedial maintenance of the equipment, product, or system. Maintenance training is to include but not be limited to: 1. Orientation to provide an overview of system/subsystem concept, configuration, and operation. 2. Operations theory and interfaces. Starting and Adjusting 01 75 00 - 3 LUB19278 - Replacement Pumps, Motors, and Starters for Pump Station No. 4 3. Instructions necessary to ensure a basic theoretical and practical understanding of equipment appearance, layout and functions. 4. Safety precautions. 5. Use of standard and special tools and test equipment. 6. Adjustment, calibration, and use of related test equipment. 7. Detailed preventive maintenance activities. 8. Troubleshooting, diagnostics, and testing. 9. Equipment assembly and disassembly. 10. Repair and parts replacement. 11. Parts ordering practices and storage. 12. Failure and recovery procedures. 13. Cabling and/or interface connectors. 14. Content and use of Operation and Maintenance Manuals and related reference materials. 15. Procedures for warranty repairs. 16. Lubrication. 17. Procedures, practices, documentation, and materials required to commence system maintenance. E. Provide a training plan that indicates the schedule and sequence of the training programs. The training plan is to include for each course: 1. Number of hours for the course. 2. Agenda and narrative description, including the defined objectives for each lesson. 3. Draft copy of training handbooks. 4. A descriptive listing of suggested reference publications. 5. Audio-visual equipment required for training. 6. Type and number of tools or test equipment required for each training session. F. Provide and use training aids to complement the instruction and enhance learning. 1. Provide training handbooks for use in both the classroom and the hands-on phases of training for each course. 2. Instructional materials shall include references to the Operation and Maintenance Manuals and identify and explain the use of the manual. 3. Provide a copy of all audio/visual training materials used in the presentations. G. Provide qualified instructors to conduct the training. 1. Instructors must have knowledge of the theory of operation and practical experience with the equipment, product, or system. Starting and Adjusting 01 75 00 - 4 LUB19278 - Replacement Pumps, Motors, and Starters for Pump Station No. 4 2. Instructors must have successfully conducted similar training courses. H. Training may be recorded by the Owner or its consultants for use in future training. Provide legal releases or pay additional fees required to allow training by the manufacturer to be recorded. I. Schedule for training is to be approved by Owner. 1. Schedule training and start-up operations for no more than one piece of equipment or system at a time. 2. Owner may require re -scheduling of training if operations personnel are not available for training on a scheduled date. 3. Provide a minimum of 2 weeks' notice if training must be rescheduled. 4. Training is to be limited to 24 hours per week. Time required for training is to be considered in the development of the Project schedule. J. Schedule and coordinate training for equipment, products, or systems which depend upon other equipment or systems for proper operation so that trainees can be made familiar with the operation and maintenance of the entire operating system. K. Conduct a training course for the equipment products and systems provided for the Project. Training is to be adequate to meet the training objectives described above. Details for training will be established in the specifications for that equipment. Cost for training and start-up will be included in the Cost of Work for each equipment package. 3.06 INITIAL MAINTENANCE A. Maintain equipment until the Project is accepted by the Owner. 1. Insure that mechanical equipment is properly greased, oiled, or otherwise cared for as recommended by the Supplier. 2. Operate air handling equipment only when filters are in place and are clean. Change filters weekly during construction. B. Service equipment per the Supplier's instructions immediately before releasing the equipment to the Owner. 1. Replace replaceable filters and clean permanent filters associated with air handling units or other packaged equipment. 2. Remove and clean screens at strainers in piping systems. 3. Clean insects from intake louver screens. END OF SECTION Starting and Adjusting 01 75 00 - 5 LUB19278 - Replacement Pumps, Motors, and Starters for Pump Station No. 4 01 78 23 OPERATION AND MAINTENANCE DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Prepare a complete and detailed Operation and Maintenance Manual for each type and model of equipment or product furnished and installed under this Contract. B. Prepare the manuals in the form of an instruction manual for the Owner. The manual is to be suitable for use in providing operation and maintenance instruction as required by Section 0175 00 "Starting and Adjusting." C. Provide complete and detailed information specifically for the products or systems provided for this Project. Include the information required to operate and maintain the product or system. D. Manuals are to be in addition to any information packed with or attached to the product when delivered. This information is to be taken from the product and provided as an attachment to the manual. E. Cost for 0&M Manuals provided by Suppliers and Subcontractors as described in this section are to be included in the Cost of Work. Contractor efforts are included in the Contractor's fee for Construction Phase Services. 1.02 SUBMITTALS A. Submit manuals in accordance with Section 0133 00 "Submittal Procedures." Attach to each manual a copy of the Operation and Maintenance Manual Review Form with pertinent information completed. 1.03 GUARANTEES A. Provide copies of the Manufacturer's warranties, guarantees, or service agreements. 2.00 PRODUCTS 2.01 MATERIALS A. Print manuals on heavy, first quality paper. 1. Paper shall be 8-1/2 x 11 paper. a. Reduce drawings and diagrams to 8-1/2 x 11 paper size. b. When reduction is not practical, fold drawings and place each separately in a clear, super heavy weight, top loading polypropylene sheet protector designed for ring binder use. Provide a typed identification label on each sheet protector. 2. Punch paper for standard three-ring binders. B. Place manuals in Wilson Jones 385 Line D-Ring Dublock Presentation Binders. 1. Binders are to have clear front, back, and spine covers. 2. Sheet lifters are to be provided. Operation and Maintenance Data 01 78 23 - 1 LUB19278 - Replacement Pumps, Motors, and Starters for Pump Station No. 4 3. Minimum size is 2-inch capacity. Maximum size is 3-inch capacity. C. Provide tab indexes for each section of the manual. 1. Indexes are to be constructed of heavy-duty paper with a reinforced binding edge and punched with 9/32-inch holes to fit the binders. 2. Index is to have clear insertable tabs for a typed insert. 2.02 ELECTRONIC MANUAL FORMAT A. Manual contents to be provided on USB Flash Drive of adequate size. B. Provide individual electronic files for each manual. 1. Maximum file size is 10 MB. If manual is greater than maximum allowable file size, provide individual files for each major section of manual. 2. Acceptable file types for written documents are Portable Document File (PDF) or Microsoft Word formats. Acceptable file types for drawing files are PDF formats. All files shall be compatible with the latest software version available. 3. Filename shall identify the plant site, plant area, equipment manufacturer, and date equipment placed in service. i.e. WWTP-PC1-Manufacturer-200503.pdf. 4. Each electronic file shall contain a table of contents at the beginning of the file which includes hypertext links or bookmarks to navigate the file contents per section/chapter. 5. Scanned images of written documents are not acceptable. Document must allow character selection. Text within a file shall be transferable to other documents. 6. Drawing files shall have the ability to turn on/off drawing layers within the file. 7. Submit a preliminary version of the electronic format of the manual for review. Upon approval of the preliminary submittal, the Contractor shall provide three copies of the electronic manual to the Owner. 3.00 EXECUTION 3.01 MANUAL ORGANIZATION AND CONTENTS A. Provide a Table of Contents listing each section of the manual for each product or system. 1. Identify each product or system using the nomenclature shown in the Contract Documents. 2. Assign a number and letter to each section in the manual. a. Assign a number to each product or system. The number is to correspond to the Owner's equipment numbering system or other system designated by the Engineer. b. Across reference is to be provided for the Owner's numbering system and designations for equipment indicated in the Contract Documents. c. The letter assigned will represent the part of the manual, consistent with the manual contents as required by Paragraphs 3.02, 3.03, and 3.04. 3. Provide index tabs for each section in the manual. Operation and Maintenance Data 01 78 23 - 2 LUB19278 - Replacement Pumps, Motors, and Starters for Pump Station No. 4 4. The designation on each index tab is to correspond to the number and letter assigned in the Table of Contents. B. Include only the information that pertains to the product described. Annotate each sheet to: 1. Clearly identify the specific product or component installed. 2. Clearly identify the data applicable to the installation. 3. Delete reference to inapplicable information. C. Supplement manual information with drawings as necessary to clearly illustrate relations of component parts of equipment and systems, and control and flow diagrams. D. Identify each manual by placing a printed cover sheet in the front cover of the binder and as the first page in the manual. The first page is to be placed in a clear polypropylene sheet protector. The information on first page and the cover page are to include: 1. Name of Owner. 2. Project Name. 3. Volume number. 4. The Table of Contents for that volume. E. Insert the Table of Contents into the spine of each manual. F. Manuals for several products or systems may be provided in the same binder. 1. Sections for each product or system must be included in the same binder. 2. Sections must be in numerical order from volume to volume. G. Correlate the data into related groups when multiple binders are used. H. Fill binders to only three -fourths of its indicated capacity to allow for addition of materials to each binder by the Owner. 3.02 EQUIPMENT AND SYSTEMS MANUAL CONTENT A. Manual shall provide the following information: 1. A description of the unit and component parts. 2. Operating instructions for startup, normal operations, regulation, control, shutdown, emergency conditions, and limiting operating conditions. 3. Maintenance instructions including assembly, installation, alignment, adjustment, and checking instructions. 4. Lubrication schedule and lubrication procedures. Include a cross reference for recommended lubrication products. 5. Troubleshooting guide. 6. Schedule of routine maintenance requirements. 7. Description of sequence of operation by the Control Manufacturer. 8. Warnings for detrimental maintenance practices. Operation and Maintenance Data 01 78 23 - 3 LUB19278 - Replacement Pumps, Motors, and Starters for Pump Station No. 4 9. Parts lists including: a. Part numbers for ordering new parts. b. Assembly illustrations showing an exploded view of the complex parts of the product. c. Predicted life of parts subject to wear. d. List of the Manufacturer's recommended spare parts, current prices with effective date and number of parts recommended for storage. e. Directory of a local source of supply for parts with company name, address, and telephone number. f. Complete nomenclature and list of commercial replacement parts. 10. Outline, cross section and assembly drawings, engineering data, test data, and performance curves. 11. Control schematics and point to point wiring diagrams prepared for field installation, including circuit directories of panel boards and terminal strips. 12. List of identification nameplates installed on equipment and valve identification per the Contract Documents. 13. Other information as may be required by the individual sections of the Specifications. 3.03 ELECTRICAL AND ELECTRONICS SYSTEMS MANUAL A. Manual shall provide the following information: 1. A description of the systems and component parts. 2. Control schematics and point to point wiring diagrams prepared for field installation. Include circuit directories of panel boards and terminal strips and as installed color coded wiring diagrams. 3. Operating procedures, maintenance procedures, and the Manufacturer's printed operating and maintenance instructions. 4. List of the Manufacturer's recommended spare parts, current prices with effective date, and number of parts recommended for storage. 5. Other information as may be required by the individual sections of the Specifications. 6. Recommended maintenance and cleaning schedule. B. Final balancing reports for mechanical systems. C. Other information as may be required by the individual sections of the Specifications. 3.04 LIST OF SERVICE ORGANIZATIONS A. Provide a directory of authorized service organizations with company name, address, telephone number, e-mail address and the contact person for warranty repair. END OF SECTION Operation and Maintenance Data 01 78 23 - 4 LUB19278 - Replacement Pumps, Motors, and Starters for Pump Station No. 4 DIVISION 26 ELECTRICAL No Text 26 18 39 5KV MOTOR CONTROL CENTER 1.00 GENERAL 1.01 WORK INCLUDED A. This specification covers the minimum technical requirements for the design, ratings, materials, fabrication, assembly, inspection and testing for one (1) line-up of a medium voltage motor control center (MCC) (5KV) at Pump Station No.4. Dimensions of line up shall not exceed those shown in Appendix A, no exceptions. Shipping splits shall allow for transfer of equipment through an existing 94" W by 94.5" H doorway. B. The SSRVS motor controllers and motor shall be completely compatible electrically. The MCC Manufacturer and the Motor Manufacturer shall together issue a guarantee of compatibility letter at the time Shop Drawings are submitted. C. The manufacturer shall provide the services of factory field engineers for startup, field tests, troubleshooting, Owner training and the supervision of storage and installation. The minimum time required for the manufacturer field services to be on -site shall include a minimum of the following. These times do not include travel time. Provide a minimum of 8 working hours per day. Start-up 2 days (2 trips minimum) Field Tests/Testing 2 days (1 trip minimum) Troubleshooting 2 day (2 trips minimum) Owner Training 1 day (1 trip minimum) 1.02 QUALITY ASSURANCE IEC or dual IEC/NEMA equipment shall not be acceptable. A. ACCEPTABLE MANUFACTURERS 1. MEDIUM VOLTAGE MOTOR CONTROL CENTER TYPE 5kV a. Eaton/Cutler-Hammer b. General Electric c. Square D d. Benshaw B. DESIGN CRITERIA 1. The medium voltage MCC shall be per the 4160V one line diagram in Appendix A. 5kV MCC line-up shall consist of the following: Incoming Section Main Lug Only (Rear Entry) Solid -State Soft Starter Motor 4-4 Motor Controller (Bottom Exit) Solid -State Soft Starter Motor 4-3 Motor Controller (Bottom Exit) 5KV Motor Control Center LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 26 18 39 -1 2. The equipment shall be designed for the protection and control of power circuits on a 4160 volt, 3 phase, 3 wire, 60 Hertz solidly grounded wye system. Main bus for the 5kV MCC shall be tin plated copper rated for 1000A continuous duty. C. FACTORY TESTS 1. Equipment sections shall be completely assembled, wired, adjusted, and tested at the factory. 2. Factory tests shall include electrical tests as described by American National Standards Institute Standard C 37.20. 3. The Equipment shall be assembled and shipped in sections of the largest size practicable to be unloaded and handled at the job. 4. The manufacturer shall perform all tests required by the applicable standards and shall be responsible for testing all control and relaying circuits within the Equipment line-up to ensure proper function performance and operable condition. 5. The switchgear shall be tested and certified in accordance with the applicable requirements of ANSI/IEEE C37.20.2 and ANSI C37.55. The switchgear unit shall be tested with the breakers included. "Test" breakers will not be acceptable. 6. All AC high -voltage circuit breakers shall be tested and certified in compliance with the applicable requirements of ANSI/IEEE C37.09 and ANSI C37.54. 7. All instrument transformers furnished for metering and relaying service shall be tested and certified in accordance with the applicable requirements of ANSI/IEEE C57.13. 8. All busses shall undergo a one -minute, 60 Hz dielectric withstand test. All control circuits shall undergo a one -minute insulation resistance test. 9. Proper wiring of protective relays shall be checked by injecting secondary current into the associated current transformer circuits and verifying that the relays respond properly. 10. Components manufactured in different factories shall be shipped to the main MCC assembly point for testing at the manufacturer's expense. Additional testing of components is limited to those tests associated with test of completed equipment. 11. Each unit shall be tested for operating sequence to assure accuracy of wiring, correctness of control scheme and functioning of the equipment. 12. Factory tests for medium voltage motor controllers shall include electrical tests as described by NEMA ICS 1-109 and ANSI C19.3. 13. A statement of calibration shall be provided to cover all meters and relays. 5KV Motor Control Center LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 26 18 39 -2 1.03 SUBMITTALS A. Bid Submittal Submit the following information in order to evaluate the bids. 1. General: Furnish a complete description of all equipment offered under these specifications, including catalogs, cuts and pertinent engineering data. Where the Bidder's product differs from the specified requirements and/or catalog description, each point of difference shall be clearly stated. This requirement is set forth to facilitate the review of bids and not to be construed by the Bidder as waiving any of the requirements of the specifications. Outline Drawings: Submit outline drawings of the motor control center showing layout dimensions of the proposed equipment and materials to be used. Provide a plan and a schedule indicating dates for submittals, manufacturing, testing, and delivery. B. Pre and Post Submittal Meetings 1. Equipment Manufacturer shall include in his bid the cost of attending a one -day pre - submittal meeting and a one -day post -submittal meeting at the office of the Owner in the City of Lubbock, TX. Specific location will be determined when the meeting is scheduled. 2. A pre -submittal meeting shall be held before any submittals of the pumping units shop drawings and shall be attended by the Owner, Engineer, Contractor, and Equipment Manufacturer. 3. Representative(s) from 5KV MCC manufacturer shall include individuals who have technical knowledge of the equipment and will be responsible for putting together the submittal. A sales person may attend, but not as a substitute for the individuals indicated above. 4. Upon completion of the shop drawing review by the Engineer, a second meeting with the same parties shall be held to discuss review comments in order to resolve issues and allow equipment to be released for manufacturing. This second meeting may only be waived at the Engineer's discretion. 5. Any shop drawings submitted before the pre -submittal meeting will be rejected and sent back Not Approved, Revise and Resubmit. The 5KV MCC manufacturer shall send a detailed list of the items their submittal will include for the review by the Engineer or a draft copy of the actual submittal prior to the pre -submittal meeting. C. Shop Drawings 1. ANY DEVIATIONS FROM THE SPECIFICATION SHALL BE CLEARLY NOTED AND IDENTIFIED IN THE SHOP DRAWING SUBMITTALS. 2. Letter of Compatibility: The SSRVS/MCC supplier in conjunction with the pump/motor supplier shall issue a letter of compatibility stating that the SSRVS motor controllers and motor are compatible. 3. Manufacturer of equipment 4. Manufacturer's type 5. Outline dimensions of line-up 5KV Motor Control Center LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 26 18 39 -3 6. Front View Elevation showing detailed layout of devices, selector switches, lights, pushbuttons, etc. and nameplates and mounting heights. 7. Project specific wiring diagrams / interconnection diagrams / terminal strip layout showing customer connections. Terminal strip layout shall be provided as part if initial submittal. 8. Project specific control schematics The pump control schematic shall clearly indicate next to the corresponding device symbol the following: the circuit breaker size, number of cables that can be terminated on the incoming and outgoing, fuse sizes, size of CPT, CTs, etc. The schematic shall include the motor nameplate information (HP, FLA, RPM) and shall also include the valve limit switch position table. b. Project specific wiring diagram of the RTD monitor. 9. Weight of line-up 10. Complete bills of materials with model numbers listed for individual components. 11. Catalog cut sheets of major components, power equipment clearly identifying make and model number of device being provided. 12. Data sheets of miscellaneous electrical equipment. 13. Data sheet of RTD Monitor clearly indicating what options are included. 14. BIL test data on previously tested equipment of the same design 15. The soft -starter manufacturer shall perform a motor starting analysis verifying the motor will start without exceeding the motor thermal damage curves. Starting analysis shall show minimum inrush current at which motor will start. The motor starting analysis shall be submitted for the Engineer's review at the time of the initial soft -starter submittal. 16. Calculations for kVAR rating of power factor correction capacitors to correct motor power factor to .95 or better. The calculations shall show each step and shall be shown in such a way that can be verified by hand calculations. MCC manufacturer shall coordinate with the pump/motor supplier for motor nameplate data and to verify that the amount of kVAR being supplied does not exceed the motor's maximum allowable kVAR. 17. Provide a Back -to -Back Capacitor Switching Study for the system. The study shall examine the cases that are representative of the various combinations of motors running and starting (assuming that no two motors will ever start simultaneously). Show the resultant capacitor inrush current and frequency. Show that the inrush current will not damage capacitors or cause nuisance tripping of capacitor fuses without additional switching transient mitigating technology. If the calculations indicate switching transient mitigating technology be added, the Contractor shall add the switching transient mitigating technology and calculate the results with additional inductors connected in series with the capacitors. The Back -to -Back Capacitor Switching Study shall be verifiable by hand calculations. The study shall show all steps for calculating and all necessary steps for the study result. Hand calculations shall be submitted to the Engineer as an official submittal. 5KV Motor Control Center LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 26 18 39 -4 18. Harmonic analysis showing any harmonic distortion caused by the medium voltage solid state starters during start-up and interaction with power factor correction capacitors associated with across -the -line starters and soft -starters. The analysis shall recommend if harmonic filters are required, and shall determine the filter size and type requirements. If required, harmonic filters shall be provided with the motor control center line-up by the MCC manufacturer. Obtain all system data required for analysis from the Owner and Utility Company. MCC manufacturer shall provide filters, current limiting reactors, etc. as required per the Back -to -Back Capacitor Switching Study and harmonic analysis to alleviate any harmonic capacitor and back-to-back switching problems. The analysis shall be submitted before or at the time of the MCC initial submittal. MCC manufacturer shall be responsible for obtaining all information to perform analysis. 19. The motor starting analysis, back-to-back switching study and harmonic analysis shall be submitted with the initial submittal. A Licensed Texas Professional Engineer with proficiency in electrical power engineering shall conduct the studies and shall seal and sign the studies. A study submitted without a Professional Engineer's seal will not be reviewed and considered incomplete. Incomplete submittals will not be reviewed and will be returned Not Approved, Revise and Re -submit. 20. Where the Supplier's product differs from the specified requirements and/or catalog description, each point of difference shall be clearly stated. This requirement is set forth to facilitate the review of submittals and not to be construed by the Supplier as waiving any of the requirements of the specifications. Setting and foundation plans and dimension sheets for the equipment offered shall be submitted with each submittal. D. FACTORY TEST DATA Submit factory to test data to Engineer for approval prior to shipping MCC to jobsite. E. EQUIPMENT INSTALLATION REPORT Submit Equipment Installation Report certifying the equipment is properly installed, is in accurate alignment, is free from undue stress from connecting appurtenances, that it has been operated under full load conditions, and that it is operating satisfactorily. The report shall also include a copy of the field test reports. The report shall include the field measurements showing the power factor corrected to .95 or better. F. OPERATION AND MAINTENANCE MANUALS 1. Submit Manuals with instructions for installation, adjustment, lubrication, operation and maintenance of the equipment. 2. Manuals shall be prepared by the Equipment Manufacturer and shall also incorporate appropriate final shop drawings, certified test reports, and test data. Manual shall include nameplate data including serial numbers. Manuals may be manufacturer's standard instructions but shall be supplemented as necessary to cover any special feature not included in standard material. Submit preliminary manuals for review prior to delivery of the equipment. Separate or combined manuals may be provided for the pump and motor. 5KV Motor Control Center LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 26 18 39 -5 1.04 STANDARDS The applicable provisions of the following standards shall apply as if written here in their entirety: NEC National Electrical Code U.L. Underwriter's Laboratories ANSI American National Standards Institute C37.100 Definitions for Power Switchgear C37.04 Rating Structure for AC High -Voltage Circuit Breakers C37.06 Preferred Ratings for AC High -Voltage Circuit Breakers Rated on a Symmetrical Current Basis 37.09 Test Procedure for AC High Voltage Circuit Breakers C37.20.2 Metal -Clad and Station -Cubicle Switchgear C37.20.3 Standard for Metal -Enclosed Interrupter Switchgear C37.20.4 Standard for Indoor AC Medium - Voltage Switches used in Metal -Enclosed Switchgear C37.21 Application Guide for Metal -Enclosed Power Switchgear C37.54 Conformance Testing of Indoor AC High -Voltage Circuit Breakers Applied as Removable Elements in Metal -Enclosed Switchgear Assemblies C37.13 Standard Requirements for Instrument Transformers C37.55 Conformance Testing of Metal -Clad Switchgear C37.24 Guide for Evaluating the Effect of Solar Radiation NEMA National Electrical Manufacturers Association ICS 1 Industrial Control and Systems - General Requirements ICS 3 Industrial Control and Systems - Factory -Built Assemblies SG-5 Power Switchgear Assemblies SG-6 Power Switching Equipment 1.05 DELIVERY AND STORAGE A. The Equipment Manufacturer shall be responsible for delivery of the MCC line-up to the job site or to such storage site as may be designated by the Owner in good condition and undamaged. The Equipment Manufacturer shall submit a shipping notice and delivery, unloading, assembly, storage and installation instructions at least seven (7) days prior to shipment. B. Unloading and storage of the equipment shall be the responsibility of the Owner who shall inspect the equipment for apparent damage. Equipment which is found to be damaged will not be accepted until properly repaired or replaced by the Equipment Manufacturer. 5KV Motor Control Center LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 26 18 39 -6 C. Store materials according to manufacturer's instructions. Equipment shall be stored indoors. Provide means to eliminate the build-up of condensation during extended periods of storage. D. Spare parts shall be shipped and suitable for longterm storage at a location designated by the Owner. 1.06 WARRANTY A. Equipment Manufacturer shall warrant the equipment furnished under this Specification for a period of two (2) years against defects in materials and workmanship, equipment design, and operational failure. B. Owner will remove and load the equipment on a vehicle provided by the Equipment Manufacturer if it is necessary to return the equipment to the manufacturer for correction of defects during the Warranty Period. Owner will reinstall the equipment when it is returned to the site after defects have been corrected. The Equipment Manufacturer is to provide all parts, labor, and incidental cost for making repairs, shipping the equipment to the site, and providing startup services. C. The Warranty Period shall be interpreted as the twenty-four (24) moth period following the installation, adjusting and acceptance testing, and the start of actual operation of the equipment, or thirty-six (36) months after delivery, whichever occurs first. 2.00 PRODUCTS 2.01 MEDIUM VOLTAGE MOTOR CONTROL CENTER A. GENERAL 1. The ratings for the motor control center shall be: a. Nominal system voltage: 4.16 KV, 3 phase, 3 wire, solidly grounded b. Maximum design voltage: 4.76 KV c. Basic impulse level: 60 KV d. Power frequency withstand: 19 KV e. Rated main bus current: 600 amps f. Rated short circuit current, kA rms sym.: 50kA g. Enclosure: NEMA 1 2. Motor Control Center shall be comprised of a main lug only termination section, solid- state reduced voltage soft -starters. See 4160V one -line diagram and equipment elevations in Appendix A for more information. All sections shall be full vertical sections. Two high sections is not acceptable. 3. Combination motor starters shall be of the NEMA E2 Class type. 4. Load break switches shall be three pole manually operated. Quick make, quick break type. 5KV Motor Control Center LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 26 18 39 -7 5. The equipment shall be designed and arranged for operation on 4160 volt, 3 phase, 60 hertz solidly grounded wye system. Main bus shall be tin plated copper rated for 1000A continuous duty. 6. Control power shall be 120 VAC from a control transformer located in each combination starter/soft-starter/latching contactor. This transformer shall also provide 120 VAC for power for the space heater inside the motor served. The control transformer shall have 1000 VA extra capacity for the motor space heater. This extra VA capacity shall be furnished in each case regardless of whether the motor installed has a space heater or not. This extra capacity shall be in addition to the VA required for the other control components. 7. The assembled equipment shall be designed for the following insulation levels: a. Standard Insulation Tests, 60 hertz, 11.5 KV. b. Standard Full Wave Impulse (withstand) Tests 60 KV. 8. Medium voltage combination motor starters and contactors shall be rated for 350 MVA symmetrical 3-phase interrupting capacity. 9. The complete motor controller shall not chatter or drop out when starting motors with the source voltage of 80% normal. 10. Motor controllers shall be designed in accordance with NEMA ICS 2-324 and 325. 11. Each enclosure shall be large enough to accommodate stress cones for exiting conductors without exceeding minimum cable bending radius requirements per the N EC. 12. The Line-up shall be U.L. Listed. If the Supplier requires that a U.L. representative conduct a field inspection to obtain the U.L. listing, the Supplier shall be responsible for submitting an application to the Underwriters Laboratories, Inc. for inspection and shall be responsible for all costs for U.L. inspection and obtaining the U.L. listing. B. SEQUENCE OF OPERATIONS 1. Refer to Appendix A for the pump control schematic. In the LOCAL mode of operation, the sequence of operations is initiated at the motor starter. In the SCADA mode the sequence of operations is initiated via the SCADA system. 3. Note: Control and timing relays shown on control schematic shall be hardwired NEMA type. PLC/computer programming shall not be used for timers and relays in starter. 2.02 MOTOR CONTROLLER: SOLID STATE REDUCED VOTAGE SOFT STARTERS (SSRVS) A. The power section of motor controllers shall be comprised of phase controlled SCR's connected in three (3) inverse parallel pairs which provide variable AC output voltage for smooth motor acceleration. Components shall be conservatively rated to ensure that maximum amps are available, providing acceleration throughout the motor torque/speed curve with minimal motor heating. Door interlocks shall be provided to ensure that access to the medium voltage section is defined while power is supplied. Main bus and ground bus shall be tin plated copper. B. All combination starters shall comply with NEMA 1CS2-324-E2. All units shall comply with U L347. 5KV Motor Control Center LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 26 18 39 -8 C. The Soft -Starter sections shall contain the following main components: 1. INCOMING LINE WITH SOLID STATE STARTER (SCR) SECTION: a. Shall consist of a load break visible break disconnect switch with automatic grounding arm. The switch shall be interlocked with the medium voltage access door. Access to the medium voltage section shall only be achieved when the switch has been opened and the blades grounded. The load break switch shall be rated for capacitor interruption. The switch shall be kirk -key interlocked with the power factor correction capacitor unit section. Soft -starter manufacturer shall be responsible for providing and installing the kirk -key interlocks between the soft - starter section and power factor correction unit section. b. Type R current limiting power fuses shall be provided. c. Three current transformers suitable for overload relay protection, and wired to a motor protection relay. d. One zero sequence current transformer for ground fault protection, and wired to a motor protection relay. e. An in -line vacuum contactor shall be provided to isolate the SCRs and motor when in a shut down condition. The contactors shall be sequenced such that it always operates at no load to eliminate arcing and associated RFI. f. Control power transformers shall be provided with two primary fuses and one secondary fuse. g. Controlled solid state reduced voltage with a peak inverse voltage (PIV) withstand rating equal to or greater than 3 times line voltage. h. 120 Volt control section including all of the necessary interface with the incoming line section. Fully capacitor rated vacuum bypass contactor which operates in the soft start mode. The contactor shall be sequenced such that it makes only after the motor is up to speed, and transfers the load back to the SCR module for power ramp down. A bypass contactor control circuit shall be installed, which de -energizes the starter if the bypass contactor fails to energize within 5 seconds of its command. Included in the solid state starter section is the low voltage logic section. The low voltage control and regulating logic shall be mounted and wired in an isolated section mounted behind the main cabinet door. Access to the adjustments shall only be made through a hinged door located on the front of the main cabinet door. All control signals shall be isolated from the medium voltage. Terminals shall be rated 600V. Twenty-five (25%) spare terminals shall be provided in terminal strips allocated for customer's use. Each end of every wire shall be provided with a heat shrinkable or equivalent sleeve -type wire marker labeled in accordance with the wiring diagrams. Use of adhesive and clip on type markers is prohibited. 5KV Motor Control Center LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 26 18 39 -9 2. POWER FACTOR CORRECTION CAPACITOR SECTION: Power Factor Correction Capacitor Controls 1) Fully rated power factor correction capacitor contactor shall be mounted in a separate section of the soft -starter enclosure with a dedicated disconnecting switch. The contactor shall bring the power factor correction capacitors online when the motor is up to speed (bypass contactor closed). There shall be a 15 second (field adjustable) time return when the motor comes up to speed and when the contactor closes to bring the capacitors online. Contactor shall be rated for capacitor switching. a) The contactor shall be interlocked with the disconnecting switch. The disconnecting switch shall provide a visible gap in the electrical circuit adequate for the operating voltage. b) The capacitor section shall be provided with the appropriately sized current limiting reactor, filter, etc. to eliminate the nuisance blowing of fuses caused by back-to-back switching of capacitors at the pump station. The PFCC contactor controls shall have provisions, if needed, to open the PFCC contactor when the other soft -starter is being started (SCRs firing) to help alleviate any harmonics and back-to-back switching issues. Once the soft - starter is transferred across the line, then the PFCC contactor shall close. Coordinate requirements with harmonic analysis and back-to-back switching studies. 2) A selector switch "PFCC ON/PFCC OFF" to manually enable/disable the capacitor banks shall be provided on the front door of the low voltage section. The selector switch and its associated controls shall prevent the capacitors form being brought on-line immediately until the capacitors have discharged if someone was to toggle the OPEN/CLOSE switch multiple times in succession while the motor is running across the line. Also, the selector switch controls shall prevent someone from manually engaging the capacitor banks while the soft -starter us starting (SCRs firing). b. Power Factor Correction Capacitors 1) Power factor correction capacitors shall be supplied with the motor control center. They shall be located in an enclosure within the integrated lineup, completely factory wired. 2) Capacitors shall be enclosed, three-phase capacitor equipment consisting of a complete assembly including non -PCB, three-phase capacitors, decoupling reactors, terminal compartment, and group fusing with fuses for each phase. Solderless connectors shall be provided on each line terminal. 3) Each unit shall have discharge resistors to reduce the charge to 50 volts or less within 5 minutes after de-energization. Capacitor equipment shall be provided with current limiting fuses, 50,000 ampere interrupting capacity, and a visual indication of blown fuse. Capacitor units shall be the required KVAR size, 4160 volt, 3-phase, 60 Hertz Cooper Type EX-D or approved equal. 5KV Motor Control Center LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 26 18 39 -10 4) Since motor data is not readily available and initial capacitor size will be based on typical industry data, the soft -starter manufacturer shall measure the corrected power factor in the field during start-up and is responsible for providing the appropriately sized capacitors to correct the power factor to .95 or better in the field. The manufacturer shall submit to the Engineer for approval the power factor field measurements showing the power factor has been corrected to .95 or better after all field adjustments have been made. 5) Soft -Starter manufacturer shall provide the appropriately sized current limiting reactors or other means for limiting the transients caused by capacitor bank switching as identified by the back-to-back capacitor switching study. D. ELECTRICAL SPECIFICATIONS Control Type: The fire control shall utilize hard logic analog signal processing in combination with digital SCR firing of the SCRs. Power matching techniques shall be used to minimize set up time. The following control mode shall be used: 2. Closed loop current control 3. Horsepower: a. Motor #4-3: One (1)-700 HP b. Motor #4-4: One (1)-700 HP c. SSRVS/MCC manufacturer shall coordinate with pump and motor manufacturers for exact motor requirements: HP, amps, RPM, etc.. SSRVS/MCC and pump/motor manufacturers shall provide a letter stating that the SSRVS and motor are compatible. 4. Power Stage Ratings: Pump duty shall be 125% FLA continuous, 350% FLA for 75 seconds, 600% FLA for 30 seconds 5. SCR PIV Ratings: 4200V Series - 12,000V 6. Transient Protection: RC/MOV high energy snubber network 7. SCR Firing Philosophy: Continuous hard firing through 180° of conduction angle. 8. Diagnostics: 9 element monitor to display control status and alarms. 9. Efficiency: 99% with or without bypass 10. 2 wire control, 120VAC dry contacts (soft start enable) E. CONTROL LOGIC The control for the starter shall be contained on two printed circuit boards, one for control logic protection and sequencing and the other for generating the SCR gating signals while continuously monitoring motor accelerating currents, acceleration times, and the solid state starter for operating faults. The logic protection and sequencing boards shall start and stop the motor, operate the line isolation and the bypass contactors. Faults when detected shall be latched and annunciated at the monitor panel. Resetting an alarm shall require removing power or manually resetting. F. Controller shall include 120 VAC test capability to power and adjust microprocessor control when isolating switch is in open position, with the following features: 1. Test circuit shall consist of receptacle and plug mounted in low voltage compartment and accessible only when low voltage door is open. 5KV Motor Control Center LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 26 18 39 -11 2. In test position, plug may be removed from receptacle and connected to external 120 VAC source of power. 3. This shall isolate control transformer and prevent energizing control transformer secondary from test voltage source. G. START/STOP MODES 1. The following start modes shall be available as standard: a. Current Limit Start with adjustable initial current limit. b. Current Ramp Start with initial adjustable current start level and acceleration ramp. c. Pump Control with adjustable current start and acceleration ramps. 2. The following stop modes shall be available as standard: a. Coast to Stop b. Soft Stop with adjustable turn off level and stopping time. c. Pump Stop with adjustable step down level, stopping time, and turn off level. H. The following standard protective features on each medium voltage starter shall be provided as standard. 1. Instantaneous Overcurrent (activated when the value of the line current exceeds 600% of full load amps). 2. Phase Loss 3. Heat sink Overtemperature (activated when the heat sink temperature exceeds 85°C). I. The following key adjustable parameters shall be accessible: Parameter Standard Duty Pump Duty Initial Limit Level 150-500% FLA 150-500% FLA Target Current 150-500% FLA 150-500% FLA Acceleration Ramp 0.5 - 15 Secs. 0.5 - 60 Secs. Deceleration Ramp 0.5 - 15 Secs. 0.5 - 90 Secs. Current Limit Alarm 1 - 30 Secs. 1 - 100 Secs. Current Unbalanced Alarm 5 - 50% 5 - 50% Instantaneous Overload 150 - 600% FLA 150 - 600% FLA Current on Level 5 - 30% 5 - 30% Stop Time 5 - 180 Secs. Pump Step Down Level 60 - 100% FLA Pump Stop Time 5 - 180 Secs. 5KV Motor Control Center LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 26 18 39 -12 Parameter Standard Duty Pump Duty Pump Turn Off Level 2 - 50% J. Each controller shall come complete with a safety monitor panel with LEDs to indicate starter status and alarm conditions. All alarms are cleared by a reset pushbutton. Indicator LEDs and alarms shall include: 1. Power On/Ready 2. Start On 3. Current On 4. Start Complete 5. Current Limit Timer Alarm protecting the motor against stall or failure to reach running speed. 6. Run Contactor failure of bypass contactor to close within 5 secs. turns off solid state starter. 7. Phase Loss/IOL shuts down on phase loss or unbalance 8. Thermal Overload 9. Control/SCR Failure 2.03 MISCELLANEOUS A. CABLE TERMINATION LUGS NEMA long barrel copper compression lugs for terminating 5kV shielded cable shall be provided for outgoing power cable and sized as follows: Cables for the 5kV MCC: Incoming: Motor #4-4: Motor #4-3: B. MOTOR PROTECTIVE RELAYS (MPR) 1 set of 3 #4/0 (5kV), #4G. (600V) 3 #1/0 (5KV), #4G. (600V) 3 #1/0 (5KV), #4G. (600V) 1. Furnish and install where shown on the plans a motor management and protective relay associated with each starter and soft -starter. 2. Protective functions shall include: Phase overload standard curves (51), overload by custom programmable curve (51), Izt modeling (49), Stator Overtemperature/Bearing Overtemperature with 12 independent RTD inputs (49), negative sequence unbalance/single phase (46), phase reversal (46) start per hour and time between starts (48), short circuit (50), ground fault (50g/50n/51g/51n), undercurrent (37) and mechanical jam/stall. 3. Management functions shall include Statistical Data, Pre -trip Data, and the ability to learn, display and integrate critical parameter to maximize motor protection & communication with external devices. 5KV Motor Control Center LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 26 18 39 -13 4. The relay shall be installed in a drawout case with wiring terminated at the rear of the fixed case. Shorting contacts shall be provided for the CT inputs and output relay contacts to allow for removal of the relay for bench testing without motor shutdown. A test plug shall be provided for testing while in the case. 5. The motor protective relay shall be Multilin Model SR869 with drawout option. The 869 device shall accept 100 ohm platinum motor stator winding RTD's. There will be a total of twelve RTDs: six (6) stator winding RTDs (two per phase), two (2) motor bearing RTDs and four (4) pump bearing RTDs. Communications protocol shall be Ethernet TCP/IP. Manufacturer shall provide all hardware, firmware or software to permit communications using Ethernet TCP/IP data highway Protocol. 6. Provide GE 515 Blocking and Test Module for testing of Multilin relay. RS485 output for Multilin 869 relay shall be wired from Multilin to terminals in starter for use by customer. C. INSTRUMENT CURRENT TRANSFORMERS: Each instrument current transformer shall be indoor wound type, meter class. Insulation shall be equal to that necessary to meet the requirements of the IEEE standards. At normal rated amperes, under usual service conditions, no part of the transformer shall exceed the heating limits specified in the IEEE standards. Each current transformer shall be capable of carrying continuously, its rated primary amperes, under conditions of accidental open secondary circuit, without damage to the primary insulation. Current transformers connected to the power meter shall be ANSI metering accuracy class current transformers. All other current transformers shall have an ANSI accuracy classification of C200. D. INSTRUMENT POTENTIAL TRANSFORMERS: Substantial and well built. Insulation shall meet the requirements of the IEEE standards. At normal ratings under usual service conditions no part of the transformer shall exceed the heating limits specified in the IEEE standards. CONTROL RELAYS: Industrial type; contacts rated for 10 amps at 600 VAC; Square D Class 8501 Type X, or approved equal. Relays shall have the capability of having contact decks added in the field. Contacts shall be field convertible to normally open or normally closed. Coils and contacts shall each be replaceable without replacing any other part of the relay. Where control relays are indicated on the Plans, industrial control relays shall be furnished whether the relay coil is operated with 120 VAC or 24 VDC. General purpose "plug-in" type relays are not acceptable. F. TIMING RELAYS: Solid state. Ranges shall be as shown on the Plans. The timing relays shall have both normally open and normally closed contacts by having two sets of form C contacts. Timing relays where shown on the Plans shall be Square D, Class 9050 Type JCK60, or approved equal model for operation on the control voltage of the equipment it is used in. Timing relay shall be provided with restraining strap. Terminal shall be front -mounted and readily accessible. G. INDICATING LIGHTS, SWITCHES, PUSHBUTTONS: Heavy duty and oil tight (30 mm); Square D Class 9001 or approved equal. Pilot lights shall be push to test (LED type) and shall be Square D SK or approved equal. 5KV Motor Control Center LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 26 18 39 -14 H. ELAPSED TIME METER: The meter shall be of a non -reset type, for totalizing of hours and shall operate on 120 VAC, 60 Hertz. Starter shall be provided with an elapsed time meter; Yokogawa Model 240,3 %" New Big Look type elapsed time meter, or approval equal. Digital time meters are not acceptable. Maximum door swing clearance shall not exceed 36". J. NAMEPLATES: Externally visible, permanent nameplates shall be provided to identify each instrument, switch, meter, relay, control switch, indicating light, etc. Equipment and terminal blocks shall be suitably identified. This shall include items on back side of doors and panel -mounted items. Nameplates shall be plastic with white letters on a black background and attached with stainless steel screws. Provide permanent warning signs as follows: a. "DANGER— HIGH VOLTAGE— KEEP OUT" on all enclosure doors. b. "WARNING— HAZARD OF ELECTRIC SHOCK— DISCONNECT POWER BEFORE OPENING OR WORKING ON THIS UNIT" K. Lights, pushbuttons, switches, displays, metering, etc. shall be mounted no higher than 5'-6" AFF. Front view elevation layout showing exact mounting heights shall be submitted to the Engineer for approval. L. ELAPSED TIME METERS: Starter shall be provided with an elapsed time meter; Yokogawa Type 240 or approved equal. The meter shall be of a non -reset type, for totalizing of hours and shall operate on 120 VAC, 60 Hertz. M. FINISH: After fabrication, metal structures shall be thoroughly cleaned, bonderized as a unit and then given a primary coat, a coat of rust preventative and a finishing coat of quick - drying lacquer. Unless otherwise specified, the color of the panels and the exteriors of structures shall be gray ANSI-61. Instruments, relays, and meters shall have dull black standard finish. N. CONTROL WIRING: Necessary small wiring, potential busses, fuses, and terminal blocks within each unit shall be furnished installed. Provisions shall be made for Owner's control conduit to the units. Secondary and control wiring within the high voltage compartment shall be completely shielded in a protective metal covering. 2.04 SPARE PARTS A. Provide spare parts as follows: 1. One complete set of Type R current limiting power fuses. 2. One complete set of primary and secondary fuses. 5KV Motor Control Center LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 26 18 39 -15 3.00 EXECUTION 3.01 INSTALLATION A. The manufacturer's representative has responsibilities in the installation and field testing of the equipment as described in this section. Installation of equipment will be performed by the Owner who shall be required to assemble the equipment and install it in accordance with Installation, Operation and Maintenance instructions which shall be furnished by the vendor or manufacturer and the installation drawings for this project. B. Furnish the services of an experienced manufacturer's representative who shall be experienced in the assembly and wiring of the MCC units of similar size and character. He shall direct the installation of the equipment and shall assist and advise with the electricians or other workmen who are performing the actual work of installing the MCC. He also shall assist in the adjustment and testing of the equipment. C. Testing, checkout and start-up of the starter equipment shall be performed under the technical direction of the manufacturer's service engineer from the factory. Under no circumstances are any portions of the starter system to be energized without authorization from the manufacturer's representative. 1. A copy of all tests and checks performed in the field, complete with meter readings and recordings, where applicable, shall be submitted to the Engineer and Owner as an official submittal. D. The tests shall be witnessed by the Owner and Engineer. Provide at least two (2) weeks notice to the Owner and Engineer prior to conducting these tests. Final acceptance of the starter installation will not be considered until the Owner and Engineer have witnessed the test described above and a formal written report has been submitted and approved by the Engineer. E. The starter manufacturer or manufacturer representative shall submit a written Equipment Installation Report certifying the equipment is properly installed and has been operated under all operating conditions and is operating under all operating conditions and is operating satisfactorily per the requirements of the specification. F. Provide for the Engineer's review a complete list of test procedures, standards, equipment and calibration reports of the measuring and testing equipment used. G. Any deficiencies with regard to these specifications shall be corrected by the manufacturer at no expense to the Owner. Prior to any corrective action, a plan of correction shall be submitted to the Engineer for approval. H. Adjust the calibration of protective relays according to the schedule and test the settings. Prepare a card index for the relays, the settings, the test results and marked thereon, and submit to the Owner. 5KV Motor Control Center LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 26 18 39 -16 For the soft -starters, the protection features in the Multilin 869 relay that are duplicated in the soft -starter such as short-circuit protection, overload protection, etc., shall be programmed as a back-up to the soft -starter's primary protection features. The soft -starter manufacturer shall provide the protection features to the Contractor performing the short circuit and relay coordination study. Coordinate with Owner and Engineer for date this information is needed. J. Instruct the operating and maintenance personnel in principle of operation of all major devices and the care and maintenance of components included in the MCC. K. Time spent on the job by the manufacturer's representative shall be adequate for performing the above functions but shall in no case be less than that tabulated below: Field start-up/testing, days: 8 - (8-hour days which does not include travel time) Training days: 1- (8-hour days which does not include travel time) Field start-up/testing shall include programming of the protective relay settings based on short circuit and relay coordination study provided by others. In addition, a Relay Specialist shall be provided from the Relay Manufacturer for a 1-day training class. Training shall be one 8-hour day (excluding travel time). Training sessions for MCC and relays shall follow the method below: Training shall include theory of operation, application and troubleshooting. A training outline and manual of training course material shall be provided to the Owner two weeks in advance of the course. Training shall be for four members of the Owner's staff. Eight -hour training sessions shall be broken into two segments each of 4-hours with a 15 minute break every two hours. Lunch break shall be one hour. Training session shall be coordinated and scheduled with Owner. All costs (travel expenses, testing equipment, etc.) required for the start-up, testing and training shall be the responsibility of the equipment manufacturer. 3.02 FIELD QUALITY CONTROL A. Upon completion of the installation, perform continuity tests and functional checkout to assure the proper operation of all equipment. The manufacturer's representative shall be available to assist the Owner in checking the operation of the MCC. B. Start-up procedures, testing and trouble shooting of the MCC shall be performed under the supervision of the manufacturer's representative. Energization of the MCC shall not be permitted without the manufacturer's representative's permission. C. The manufacturer's representative shall submit an equipment installation report certifying the equipment if properly installed, has been tested and operated under all conditions which may be encountered during operation and is operating satisfactorily. D. Tests shall be conducted to assure proper operation of all circuits. The manufacturer's representative shall assist in correcting any deficiencies at no expense to the Owner. 5KV Motor Control Center LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 26 18 39 -17 E. The manufacturer's representative shall provide the Owner with electronic and three (3) hard copies of all programs and programming parameters for all logic and solid state motor protection relay devices installed as part of the project. 3.03 CLEAN AND ADJUST The manufacturer shall furnish sufficient touch-up paint of the same type and color used at the factory to repair damages incurred in installation. Perform touch up painting to achieve the original paint thickness, quality and appearance. ATTACHMENTS ON FOLLOWING PAGES 5KV Motor Control Center LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 26 18 39 -18 ATTACHMENT A SUBMITTAL DATA SHEET FOR 26 18 39 5KV MOTOR CONTROL CENTER Submit the following data for the 5KV MCC line-up: Item No. Description Manufacturer Make and 1 Model (series): Total Equipment Dimensions (inches)/unit: 2 Lx Dx H Length x Depth x Height 3 Total Weight (lbs.)/unit: THIS FORM MUST BE RETURNED WITH YOUR BID END OF SECTION 5KV Motor Control Center LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 26 18 39 -19 DIVISION 43 PROCESS GAS & LIQUID HANDLING 43 23 21.13 HORIZONTAL SPLIT -CASE CENTRIFUGAL PUMPING UNIT 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to design, manufacture, fabricate, test, deliver, and install a total of two (2) horizontal centrifugal pumping units and electric motor drivers to be used in the City of Lubbock's Pump Station No. 4 as a part of the base bid. The Two (2) units shall be furnished for the Pump Station as replacements for existing pumps and motors and shall be designated as: • PS4-P3 • PS4-P4 B. Pump units shall be bottom suction. C. Pumps and motors shall be ready for delivery to project site within 44 weeks of approved shop drawings. Delivery of equipment to the project site shall be coordinate with the Owner. Installation of pumps and motors shall be substantially complete by December 16, 2022. Not shut -downs of the existing facility will be allowed for installation of proposed equipment prior to November 1, 2022. Pump and motor installation shall be finally complete by February 14, 2023. D. Pumping units include but are not necessarily limited to horizontal split -case, double suction centrifugal pump with bottom suction and side discharge, horizontal motor, coupling, and common pump and motor base. Furnish accessories as required for a complete functioning pumping unit in accordance with the specified performance and installation conditions. E. For this specification section, the Equipment Manufacturer is defined as the Pump Manufacturer or his designated representative. The Equipment Manufacturer is responsible for supplying and coordinating the design, testing, and assisting the Installation Contractor with installation of the pump and motor. The Equipment Manufacturer shall be responsible for the adequacy and compatibility of the pump and motor. The Motor Manufacturer shall act as a subcontractor of the Equipment Manufacturer. The Motor Manufacturer shall provide a representative capable of coordinating the design, testing, and assisting the owner with installation of the motors. The Installation Contractor will install the pumping unit and motor under the supervision and guidance of the Equipment Manufacturer's representative. F. The pumping units shall be operated by operated by solid state reduced voltage soft starters (SSRVS), see Motor Control Center specification. The motors shall be designed to be suitable for use with SSRVS. The Motor Manufacturer shall issue a letter of compatibility with the SSRVS Manufacturer. G. The Installation Contractor shall coordinate a collaborative effort between the pump, motor, and starter manufacturer to achieve a precise mechanical and electrical fit for each component. H. The pump and motor manufacturer shall perform site visits prior to submittal of shop drawings to verify dimensions of floor elevations, pump and motor base elevations, and suction/discharge piping sizes and elevations to develop a recommendation for base modifications once the pump and motor sizes and dimensions are determined. Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 1 1. The Installation Contractor shall perform pump and motor base modifications based off the manufacturer recommendations. Base modifications to include demolition of the existing pump and motor base, grout pad, and anchor bolts and furnishing of new pump and motor base, grout pad, and anchor bolts. I. The Installation Contractor will perform the installation for each pump and motor. J. Attachments A, B, and C at the end of this specification shall be completed and submitted with the bid for evaluation 1.02 ACCEPTABLE MANUFACTURERS A. PUMPS 1. Flowserve 2. Patterson 3. Sulzer 4. Owner approved equal (must be bottom suction). B. MOTORS 1. General Electric 2. Baldor (Reliance) 3. Nidec/U.S. Motors 4. No other manufacturers will be accepted 1.03 QUALITY ASSURANCE A. EXPERIENCE REQUIREMENTS 1. Pumping unit shall be the product of manufacturers who have had at least ten (10) years of successful experience in the design, manufacture, and application of pumping units of the type, size, and performance capabilities as specified. The pump manufacturer shall have at least three similar size pumps of the model, type, and size of pump in service and operational for at least five (5) years. It will be acceptable for the manufacturer to meet the pump experience requirements by referencing installations belonging to the pump's heritage line (previous ownership of the pump by a different company). The pumps referenced for the experience requirement shall be the same pump being proposed and the pump shall not have undergone substantial, material changes in engineering, design, and/or hydraulic characteristics. The assembly shall be an existing design that has been manufactured and is in operation. Prototype pumps will not be allowed. 2. Equipment Manufacturer shall maintain a quality assurance system in compliance with ISO 9001:2015 during the life of the contract. 3. All components of the pump and baseplate shall be supplied, assembled, and warranted by one of the approved pump manufacturers. Pump components shall NOT be acquired from separate entities and assembled as a final product by a manufacturer's representative. Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 2 B. FACTORY INSPECTION AND TESTS 1. GENERAL a. Equipment furnished under these specifications shall be subject to inspection during manufacture by a representative of the Owner who shall be afforded proper facilities for determining compliance with the specifications. b. The Owner may elect to have the factory performance tests witnessed by the Owner, or designated representatives of the Owner. All pump and motor factory performance tests may be witnessed by a representative of the Owner at the Owners expense. c. If performance tests are to be witnessed by the Owner or Owner's representatives, the Manufacturer shall notify the Owner sufficiently in advance (minimum 14 days) of the dates that tests will be made, so that the Owner can make arrangements for his representative to be present. The Owner will pay for the cost of the representative's time, travel, lodging, meals, and other expenses. The Equipment Manufacturer shall bear all other costs for performing the witnessed tests. If a test must be re -run due to failure in meeting the specified requirements, then the Owner representative's labor and travel costs for the re -test shall be borne by the Equipment Manufacturer at standard rates. d. A Manufacturer's technical representative shall be present throughout the testing period to aid the Owner's representative in performing and verifying all calculations. The technical representative shall be fully versed in the testing methods and calculations and shall be capable of certifying test results. 2. PUMPS Pumps shall be factory performance tested using one of the previously tested job motors at the pump factory and certified copies of test data and test curve shall be furnished to the Engineer. The efficiency, capacity, and horsepower requirements shall be determined for not less than ten (10) points throughout the specified head range from shut-off to maximum specified operating capacity. Test procedures, interpretation, and conversion of data shall conform to the latest requirements of the Test Code of the Hydraulic Institute standards, except as modified herein. b. Thirty (30) days prior to the factory test, the Equipment Manufacturer shall submit a test procedure booklet which provides a plan and profile view of the test piping layout including locations of the test instruments. A description of the test shall be included along with the calibration sheets on the proposed instrumentation. Provide example calculations for the wire -to -water efficiency. c. The pump test results shall indicate that the performance of the pump from run -out head to shutoff head is similar to the pump curve submitted with the bid submittal. If the test results indicate that the pump performs substantially differently from the curve submitted with the bid, the Owner, at his option, may accept the unit at a reduced price, or may refuse to accept the unit as a consequence of breach of contract on the part of the Equipment Manufacturer. d. Pumps shall be tested at maximum operating speed. Test pumps at reduced speed as required to meet the specified duty and rated points. Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 3 e. Test results shall show no minus tolerance or margin with respect to capacity, total head or guaranteed efficiency at the specified conditions. Pumps shall have a continuous down slope in the head -capacity curve. Pumps shall be within the following plus tolerance: 1). At rated head: +10% of rated flow capacity 2). At rated capacity: +5% of rated head. f. Perform an NPSHr test on each pumping unit. The test shall include operating the pump at the minimum discharge head condition with the minimum suction head available, as shown in performance requirements herein. The NPSHr test shall verify the pump meets the NPSH margin requirements specified herein. g. Following completion of factory performance tests, the Equipment Manufacturer shall furnish to the Engineer for review and approval certified copies of all test data and test curves for the pump. Test curves shall also show calculated curves for expected performance at 100 percent speed for all pumps. The Engineer shall promptly review test data and, upon determining that the pump meets contract requirements, authorization will be given for shipment. Shipment shall not be made without written approval of test data by the Engineer, except at the risk of the Equipment Manufacturer. h. The Owner, or a representative of the Owner, at his option, may visit the manufacturing site at the time of witness tests or prior to shipping for the purpose of inspecting and verifying the accurate machining and dimensions of the casings, bearings, shaft and other parts. The Equipment Manufacturer shall make available to the Owner, the pump parts to be inspected, and such tools, facilities and labor required to verify the alignment accuracies. The Equipment Manufacturer shall submit machine drawings along with a proposed inspection procedure. Include a description of the inspection table, the instrumentation that will be used, and the acceptance criteria for a good machined part. All costs for re -inspection shall be paid by the Equipment Manufacturer. i. The Equipment Manufacturer shall perform radiographic tests on all casing and impeller castings before assembly. Perform radiographic testing in accordance with ASME Section V articles 2 and 22. Acceptance criteria will be per ASME Section VIII, Division I, Appendix 7. Perform radiographic testing prior to drilling and tapping holes. 1). Cast Steel or Stainless Steel: Perform radiographic test as defined in referenced ASME code sections. 2). Cast Ductile Iron: Perform radiographic test on all critical sections for ductile iron casings. Critical sections include suction flange, discharge flange, casing split flange, and transitions from flanges into the casing. All machined surfaces shall be examined by the magnetic particle or liquid penetrant method. The acceptance criteria will remain as defined in Appendix 7 even though the material is ductile iron. Reference radiographs are to be ASTM E689 (ductile iron). j. The Equipment Manufacturer or his representative shall make metallurgical analysis from coupons cast on the piece of each pour of metal going into the castings and Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 4 shafting, and shall provide certified reports to the Owner, showing that the specified alloys are being furnished, and the materials meet ASTM standards. k. The Equipment Manufacturer shall perform a hydrostatic pressure test on the casing assembly at 1.5 times the shut-off head for a minimum of 30 minutes. 3. 4000 VOLT MOTORS a. All motors shall receive a short commercial test in accordance with NEMA MG1 and IEEE 112, latest version. b. In addition, all motors shall receive a complete test in accordance with IEEE 112, and certified copies of the test data recorded on the appropriate forms of IEEE 112, together with a certified statement of compliance with minimum specified power factor and efficiencies shall be furnished to the Engineer. The recorded data on the forms shall be in sufficient clarity and detail to permit third -party longhand validation and verification of any computer -generated results. Any longhand calculations shall be done in English. c. Tests to be performed on each motor shall include, but not be limited to the following: 1). Reference Resistance per IEEE Std. 112, latest version. 2). Reference Ambient of 25 degrees centigrade. 3). Efficiency using one of the following methods: a). Efficiency using an equivalent circuit with direct measurement of stray load loss per Method F. b). Efficiency at rated voltage and frequency by a dynamometer, Method B (6 point minimum). Dynamometer correction shall be applied. 4). Bearing Loss Stabilization. 5). Locked Rotor Test (two-line method). 6). Slip. 7). Core Losses and Friction and Windage Losses. 8). Power Factor. 9). Load test at rated temperature rise (Stable to 1° within 30 minutes). 10).Speed-Torque and Speed Current Curves. 11).Stator Temperature Rise Measurements by embedded detector and resistance at rated load per IEEE Std. 112, latest version. 12).High Potential Tests. 13).Winding Resistance Measurements. 14).Bearing Insulation Tests. 15).Noise Measurements per IEEE Std. 85, latest version (4 positions). 16).Vibration Measurements 17).Locked Rotor Power Factor Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 5 18).No load amps and power factor. 19).Measured report values of motor weight. Measured values shall be within 5% of stated value. 20).Perform an impact test on one motor of each size. Bolt the motor to a large mass and strike the motor to measure the first and second natural frequency. Furnish a report that compares the measured natural frequencies with the frequencies predicted during the submittal process. If the first natural frequency is not within 10% of the submitted natural frequency, the pump manufacturer shall produce a revised lateral frequency analysis to show how the total unit natural frequency has varied from that predicted during the submittal process. 21).Substitutions for or waivers of the tests and methods listed above will not be permitted. d. The Engineer or Owner, at his option, may witness the tests of all motors. e. Thirty (30) days prior to the factory test, the Equipment Manufacturer shall submit a test procedure booklet which provides a description of the tests to be performed. f. The Owner, or a representative of the Owner, at his option, may visit the manufacturing site at the time of witness tests or prior to shipping for the purpose of inspecting. The Equipment Manufacturer shall make available to the Owner, the fully assembled motors to be inspected, it is acceptable for the main terminal box to be loose. All costs for re -inspection shall be paid by the Equipment Manufacturer. g. Following completion of factory tests, the Equipment Manufacturer shall furnish to the Engineer for review and approval four (4) certified copies of all test data and test curves for each motor. The Engineer shall promptly review test data and, upon determining that the motor meets contract requirements, authorization will be given for shipment. Shipment shall not be made without written approval of test data by the Engineer, except at the risk of the Equipment Manufacturer. C. ASSEMBLY 1. One job motor shall be shipped to the pump manufacturer for testing and alignment with the pumps. The pumps and motors may be disassembled for shipment, but the Equipment Manufacturer shall certify that at the factory, prior to shipment, the units have been completely assembled, each part to each adjoining part and match -marked if appropriate. 2. The pumping units (casings, impellers, pump shaft, and pump bearings) shall be disassembled for shipment, and the Equipment Manufacturer shall certify that at the factory, prior to shipment, the units were completely assembled each part to each adjoining part and match -marked if appropriate. The pumping units (casings, impellers, pump shaft, and pump bearings) can be shipped assembled only if measures are taken to block up the rotating assembly so that it is not riding in the bearings during shipment to and handling at the site. Mechanical seals shall be disassembled and packaged separately for shipping to the job site. Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 6 3. The Equipment Manufacturer shall be responsible for coordination with the Motor Manufacturer to ensure that no undue difficulty in assembly will be occasioned when units are received at the project site. If the motor does not match properly, the defect shall be corrected to the satisfaction of the Owner. The pump and motor base shall be drilled for assembly of the pump and motor and installation onto the foundation bolts. Leveling shims shall be furnished by the Equipment Manufacturer. D. MARKING 1. Pump and motor shall each have a standard Manufacturer's stainless -steel nameplate securely affixed with tapping screws in a conspicuous place, showing the ratings, speed, rotation, serial number, model number, manufacturer, and other pertinent data. E. SERVICE OF MANUFACTURER'S REPRESENTATIVE 1. Pump Manufacturer Representative a. The pump manufacturer shall furnish the services of a competent factory technician, who shall have had a minimum of five (5) years' experience in the installation, adjustment, and operation of the equipment which is being furnished under this specification. This service is to guide the Installation Contractor in installation and adjustment of the equipment; instructing operating personnel in proper operation, maintenance, and care of the equipment; for making operation tests of equipment and making recommendations for obtaining the most efficient use thereof. b. The service representative shall be at the site at any time the Installation Contractor is assembling, setting, aligning, connecting or adjusting and testing the pump and motor assembly, and shall direct such work and certify in writing to the Owner that it has been properly installed and operates satisfactorily during acceptance tests. Installation Contractor shall coordinate with the service representative and the Owner at least 14 days prior to these activities. c. The Equipment Manufacturer shall have total responsibility to see that all connections (mechanical, electrical, and control) made to the installed pumping units are correct prior to start-up and testing. d. The minimum time required to be on -site for 8 hours per day, not including travel time, is as follows: 1). Pump and motor installation 8 days (3 trips minimum) 2). Pump start-up and testing 6 days (2 trips minimum) 3). Troubleshooting 4 days (2 trips minimum) 4). Personnel training 1 days (1 trip minimum) 2. Motor Manufacturer Representative . The Motor Manufacturer shall furnish the services of a competent factory technician, who shall have had a minimum of five (5) years' experience in the installation, adjustment, and operation of the equipment which is being furnished under this contract. This service is to ensure proper installation and adjustment of the motor, instruct personnel in proper operation, maintenance, and care of the equipment, for making operation tests of equipment, and recommendations for obtaining the most efficient use thereof. The motor technician shall be an employee of the motor manufacturer unless otherwise approved by the Engineer. Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 7 b. The service representative shall verify the proper installation, alignment, wiring, lubrication, and connection of all appurtenances prior to start-up. Representative shall be present during testing, and start-up and shall certify to the Owner in writing that the motors have been properly installed and operate satisfactorily. c. The minimum time required to be on -site for 8 hours, not including travel time, is as follows: 1). Check motor installation 3 days (2 trips minimum) 2). Pump start-up and testing 4 days (2 trips minimum) 3). Troubleshooting 2 days (3 trips minimum) 4). Personnel training 1 day (1 trip minimum) 1.04 SUBMITTALS A. BID SUBMITTAL Submit the following information in order to evaluate the bids. 1. General: Furnish a complete description of all equipment offered under these specifications, including catalogs, cuts and pertinent engineering data. Where the Bidder's product differs from the specified requirements and/or catalog description, each point of difference shall be clearly stated. This requirement is set forth to facilitate the review of bids and not to be construed by the Bidder as waiving any of the requirements of the specifications. 2. Characteristic Pump Curves: Characteristic pump curves for the pumps offered shall be submitted with the bid. Curves shall show the capacity, head, minimum continuous stable flow (MCSF), efficiency, required NPSH, and brake horsepower throughout the operating range of the pump from shut-off to maximum specified operating capacity. Submit curves with the above data at 100 percent speed. Characteristic curves shall have the capacity plotted as abscissa and the operating head, brake horsepower, efficiency and required NPSH plotted as ordinates. 3. Data Sheet: Submit information requested on the Data Sheet (for both the pump and motor), included with the Bid Proposal forms. 4. Outline Drawings: Submit outline drawings of the pumps, motors and appurtenances, showing layout dimensions of the proposed equipment and materials to be used. 5. Pump and Motor Testing Information: Provide information on the pump and motor testing facility, location and test method. Provide a testing schedule and plan. 6. Provide a plan and a schedule indicating dates for submittals, manufacturing, testing, and delivery. 7. Provide a list of at least three units in service for at least the last five years and a name and telephone number for an operations personnel reference for each of these installations. Units shall be the same pump model and size. B. PRE AND POST SUBMITTAL MEETINGS 1. Equipment Manufacturer shall include in his bid the cost of attending a one -day pre - submittal meeting and a one -day post -submittal meeting at the office of the Owner in Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 8 the City of Lubbock, TX. Specific location will be determined when the meeting is scheduled. 2. A pre -submittal meeting shall be held before any submittals of the pumping units shop drawings and shall be attended by the Owner, Engineer, Contractor, and Equipment Manufacturer. 3. Representative(s) from both the Pump and Motor manufacturer shall include individuals who have technical knowledge of the equipment and will be responsible for putting together the submittal. A salesperson may attend, but not as a substitute for the individuals indicated above. 4. Upon completion of the shop drawing review by the Engineer, a second meeting with the same parties shall be held to discuss review comments in order to resolve issues and allow equipment to be released for manufacturing. This second meeting may only be waived at the Engineer's discretion. 5. Any shop drawings submitted before the pre -submittal meeting will be rejected and sent back Not Approved, Revise and Resubmit. The Pump and Motor manufacturers shall send a detailed list of the items their submittal will include for the review by the Engineer or a draft copy of the actual submittal prior to the pre -submittal meeting. C. SHOP DRAWINGS 1. ANY DEVIATIONS FROM THE SPECIFICATIONS IN THE SHOP DRAWINGS SHOULD BE CLEARLY NOTED AND IDENTIFIED. 2. Drawings shall show complete physical description and performance capabilities of the equipment, including, but not necessarily limited to dimensions, weights, materials, assemblies, sectional views, performance curves, rated voltage and amperage, wiring diagrams as may be applicable, and on -site storage requirements. 3. Submittal shall include all information requested in the Data Sheet (for both the pump and motor, Attachments A and B) submitted with the proposal. The data sheet shall be updated as necessary. 4. Submit drawings as a complete package of all equipment furnished. Partial drawings will not be reviewed. Shop drawings shall include the following: a. Pump Outline drawings showing all components, anchor bolts, external connections, and appurtenances. b. Pump Sectional drawings with all components identified. c. Characteristic curves showing capacity, head, efficiency, NPSHr, and brake horsepower at 100% operating speed for the range specified. d. Pipe layout drawings for drainage and seal piping. e. Pump speed vs. torque curves for applicable starting conditions. f. Weights, including "wet" and "dry" weights of equipment, shipping weights and dimensions, and center of gravity for lifting. g. Bearings information, cut sheets, plan and section and data sheets and bearings life calculations for pump and motor. h. Identify sequence and tags for terminal strips and wiring. i. Name plate data sheets. j. Oil type and maintenance procedures. Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 9 k. Paint selection chart for factory painting. I. Certified calculations of the Forces and Moment Analysis of the pump. m. Provide confirmation from the motor supplier that the motor is suitable for the maximum backspin speed. n. Submit drawings of lab testing set-ups, test procedures, testing equipment calibration certification, and sample performance calculations o. Provide a description of the components that will be shipped separately, thus requiring field assembly. Provide a general description of the installation requirements, including sequence and installation tolerances. 5. Submit motor documentation as required per this specification as required per paragraph 2.02.1. Incomplete data submitted will not be reviewed and will be returned "Not Approved, Revise and Resubmit". 6. Provide a copy of Pump Manufacturer's quality system registration to ISO 9001:2015. 7. Provide resume' of proposed Pump Supplier's Representative for field services. 8. Provide wiring/interconnection diagram for pump and motor RTDs. Diagram shall clearly identify which RTDs (inboard, outboard) is connected to the specific terminal blocks. 9. Provide wiring/interconnection diagram for motor space heater. 10. Provide alarm and trip temperatures for pump RTDs. 11. Provide a quality control plan that indicates materials and components included in the pump, the quality control procedure, and whether a certified test report will be provided to the Engineer 12. Submit a pump, motor, baseplate installation and precision alignment plan. Plan shall include: a. Appropriate methods and tools necessary to perform a laser precision alignment of the pump and motor. b. Specific installation methods and tolerances for installation of baseplate including checks for leveling of mounting pads along with checks for warping or other out -of - tolerance elements that could induce a soft foot condition. c. Appropriate methods for jacking, shimming, and leveling baseplate along with proper grouting methods. d. Method for correctly shimming and leveling pump along with tolerances. e. Methods for precision alignment of motor to pump along with methods for correctly shimming motor complete with tolerances for all shaft misalignment scenarios. f. Methods for correcting soft foot conditions to within 2 mils. g. Designation of most appropriate tool for each check including laser alignment, dial indicator or feeler gage. h. Methods for performing a "hot" alignment if deemed beneficial by the equipment manufacturer. i. Process for iterative checks of alignment and soft foot to obtain precision alignment. Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 10 D. OPERATION AND MAINTENANCE MANUALS 1. Submit Manuals with instructions for installation, adjustment, lubrication, operation and maintenance of the equipment. 2. Manuals shall be prepared by the Equipment Manufacturer and shall also incorporate appropriate final shop drawings, certified test reports, certified performance curves, and test data. Manual shall include nameplate data including serial numbers. Provide O&M data for all pump, motor, and accessories. Provide set points for vibration sensors, motor thermal switches, and all other protection devices. Manuals may be manufacturer's standard instructions but shall be supplemented as necessary to cover any special feature not included in standard material. Submit preliminary manuals for review prior to delivery of the equipment. Separate or combined manuals may be provided for the pump and motor. E. CERTIFIED TEST REPORTS Submit the following certified test reports for pump and motor. 1. Provide CTR for pump factory performance tests. 2. Provide CTR for motor factory performance tests. 3. Provide CTR for metallurgical analysis of castings and shafting. 4. Provide CTR for stress relieving of components. 5. Provide CTR for pump casing hydrostatic tests. 6. Provide CTR for radiographic tests. 7. Provide CTR (with EIR) for pump field tests. 8. Provide CTR (with EIR) for motor field tests. F. EQUIPMENT INSTALLATION REPORT 1. Submit Equipment Installation Reports from the motor manufacturer and pump manufacturer indicating the equipment was installed in accordance with the manufacturers' instructions and that the equipment was adjusted and aligned to be in the best operating condition. 2. The report shall indicate that the equipment is operating satisfactorily in accordance with the project specifications. 3. Provide photo of inside of RTD box showing how terminal blocks are labeled identifying which RTD is on inboard and outboard bearings. Photo shall be submitted to the Engineer for review. G. All submittals shall be in English with English units. 1.05 STANDARDS The applicable provisions of the latest edition of the following standards shall apply: A. American Water Works Association (AWWA) 1. C210 — Liquid Epoxy Coating Systems 2. E103 — Horizontal and Vertical Line -Shaft Pumps Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 11 B. American National Standards Institute (ANSI) 1. B16.1— Cast Iron Pipe Flanges and Fittings C. American Standards for Testing and Materials (ASTM) 1. A48 — Standard Specification for Gray Iron Castings 2. A276 — Standard Specification for Stainless Steel Bars and Shapes 3. A345 — Standard Specification for Flat -Rolled Electrical Steels for Magnetic Applications 4. A487 — Standard Specification for Steel Castings Suitable for Pressure Service 5. A536 — Standard Specification for Ductile Iron Castings 6. A582 — Standard Specification for Free -Machining Stainless Steel Bars D. National Electrical Manufacturers Association (NEMA) E. Hydraulic Institute Standards (HIS) F. Institute of Electrical and Electronic Engineers (IEEE) G. International Standards Organization (ISO) 1. 1940-1:2003 — Balance Quality Requirements for Rotors in a Constant (Rigid) State — Part 1: Specification and Verification of Balance Tolerances 2. 9001:2015 —Quality Management systems— Requirements H. National Electrical Code (NEC) I. American Society of Mechanical Engineers (ASME) 1. Section V — Nondestructive Examination 2. Section VIII —Pressure Vessels 3. Section IX —Welding, Brazing, and Fusing Qualifications J. American Petroleum Institute (API) 1. 610 — Centrifugal Pumps for Petroleum, Petrochemical and Natural Gas Industries 2. 682 — Pumps -Shaft Sealing Systems for Centrifugal and Rotary Pumps 1.06 DELIVERY AND STORAGE A. Pump assemblies and motors shall be shipped with sealed accelerometer devices (horizontal and vertical) in good working order for determining excessive impact during transit and handling. Devices shall be mounted to the case. Devices shall be read in presence of Carrier, Installation Contractor, Owner, and Equipment Manufacturer. Any readings in excess of 2g or a malfunctioned accelerometer shall result in return of the equipment to the factory for full disassembly, inspection, testing, and repeat of the performance testing as directed by the Owner. B. The Equipment Manufacturer shall be responsible for delivery of the base, pumps, drivers, and accessories, to the job site or to such storage site as may be designated by the Owner in good condition and undamaged. The Equipment Manufacturer shall submit a shipping notice and delivery, unloading, assembly, storage and installation instructions at least seven (7) days prior to shipment. Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 12 C. Unloading and storage of the equipment shall be the responsibility of the Owner who shall inspect the equipment for apparent damage. Equipment which is found to be damaged will not be accepted until properly repaired or replaced by the Equipment Manufacturer. D. The pump, motor, and accessories shall be stored indoors, and the motor space heaters shall be energized. If motors are to be stored for longer than 14 days, the oil reservoirs should be filled. The Equipment Manufacturer is responsible for the supply of this oil. The Installation Contractor shall rotate the motor rotor by hand several rotations each week until the motor is placed into service. E. Pump Manufacturer shall coordinate with the Installation Contractor to confirm anchor bolt size and number of anchor bolts required. Installation Contractor to furnish anchor bolts. Pump manufacturers to coordinate with Installation Contractor in advance of delivery of the pumping units as necessary so that the Installation Contractor may procure anchor bolts prior to delivery of pumping units. F. Spare parts shall be shipped and suitable for long term storage at a location designated by the Owner. 1.07 EQUIPMENT WARRANTY A. Equipment Manufacturer shall warrant the equipment furnished under this Specification for a period of two (2) years against defects in materials and workmanship, equipment design, and operational failure. B. The Installation Contractor will remove and load the equipment on a vehicle provided by the Equipment Manufacturer if it is necessary to return the equipment to the manufacturer for correction of defects during the Warranty Period. Installation Contractor will reinstall the equipment when it is returned to the site after defects have been corrected. The Equipment Manufacturer is to provide all parts, labor, and incidental cost for making repairs, shipping the equipment to the site, and providing startup services. C. The Warranty Period shall be interpreted as the twenty-four (24) moth period following the installation, adjusting and acceptance testing, and the start of actual operation of the equipment, or thirty-six (36) months after delivery, whichever occurs first. 1.08 PUMPING CRITERIA AND DATA A. GENERAL CRITERIA 1. Liquid to be pumped is treated lake water fed with chloramines and caustic upstream of the on -site ground storage tanks. The pump suction will be from on -site ground storage tanks. The pumps and motors will be mounted on a steel baseplate provided with the pumps. Pumps will be started and stopped against a closed pump control valve that will open and close slowly (5 to 15 minutes per cycle) to minimize transient pressure surges in the discharge pipeline. The pump shall be designed for full shut-off head pressures during starting and stopping. The pump control valves also serve as pump station and pipeline surge control devices. The pumps and motors shall be designed for a 130 percent minimum reverse rotation in the event of a power failure to the pump(s). The pump and motor shall also be designed so that no damage occurs from back -spinning at speeds which will be generated by the differential operation pressure in the discharge system of 110 psi. The slow closing of the Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 13 pump control valve is how the surge pressures are controlled. As the pump control valve is closing, the pump is rotating backward while pressures vary from maximum to minimum limits. All components and operations associated with the pumps will be designed and performed to meet or exceed the reverse flow/rotation operating and pressure conditions. 4. The pump and motor shall be compatible for use with solid state reduced voltage soft starters (SSRVS). 5. The top of the pump casing shall have a 2" threaded outlet for an air valve assembly that will release air if the pump is drained and re -filled. The air -valve assembly will be provided and installed by the Installation Contractor. 6. Pump shall operate alone, as well as in parallel with other pumps. The system curves in the System Curve Attachment show the maximum and minimum system heads at which the pumps will operate. 7. The pumping heads tabulated below are total dynamic heads (TDH) under field conditions and are inclusive of all pump losses from pump suction flange to discharge flange. The more explicit definition is "Total Head" as defined by ANSI/HI 14.6-2016. The Total Discharge Head component of the Total Head calculation shall be understood as the total head produced at the discharge flange of the pump as installed in the field plus the suction head at the suction flange. 8. Pumps shall have a continuously rising performance curve from pump run -out to shut-off head with no intermediate flat places. 9. The motors provided under this contract shall be of sufficient size to drive the pumps at the rated head capacity and head. Motors shall be non -overloading over the entire pump performance curve. 10. All wetted materials shall be designed for drinking water contact and shall meet the intent of NSF Standard 61. Leaded bronze materials shall not be used. B. PERFORMANCE REQUIREMENTS 1. Pump Selection - Listed below are the performance requirements for PS4-P3 and PS4-P4 defined as: a. Efficiency Evaluation Point No. 1: The pump supplier shall provide (write-in) the guaranteed wire -to -water efficiency for the Efficiency Evaluation Point in Attachment A and on the Bid Proposal Form. The wire -to -water efficiency shall be for the pump and motor at full speed while pumping at the condition listed in the table below. b. Pump curves for one pump in operation at full speed shall extend sufficiently below the minimum static head system curve shown in the attached System Curve such that one pump can operate (without cavitation) within the pump Preferred Operating Range (P.O.R.). Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 14 2. See Attachment for System Curves. PUMPING CONDITIONS PUMP PS4-P3 PUMP PS4-P4 Efficiency Evaluation Point (head, full speed) 185' TDH 185' TDH Efficiency Evaluation Point (min. flow, full speed) 15 MGD 15 MGD Min. W-W Efficiency at Evaluation Point 78% 78% NPSHa, FT (at Rated Flow) 27' 27' Maximum Shutoff Head, FT 325 325 Motor Voltage 4,000 4,000 Maximum Motor Horsepower, HP 700 700 Maximum Motor Speed, RPM 1800 1800 C. PUMP SETTING REQUIREMENTS PUMP SETTING REQUIREMENTS PUMP PS4-P3 PUMP PS4-P4 Elev. Concrete Support Block To be verified by mfr. To be verified by mfr. Elev. Operating Floor 3172.75 3172.75 Elev. Pump Centerline Approx 3176 Approx 3176 To be verified by mfr. To be verified by mfr. Discharge Diameter (ID), IN Less than or equal to Less than or equal to (TBD by mfr) 24-inches 24-inches Suction Diameter (ID), IN Less than or equal to Less than or equal to (TBD by mfr) 24-inches 24-inches Elev. Max. Water Level (on -site ground storage tank) 3189 3189 Elev. Min. Water Level (on -site ground storage tank) 3178 3178 D. The pump shall have suitable Net Positive Suction Head Required (NPSHr). The NPSH margin, i.e. ratio of NPSHa to NPSHr shall be consistent with the suction energy conditions as defined by the HI standards. Minimum margin shall be 10 percent at BEP, or five (5) feet, whichever is greater. The NPSHr with the margin applied at BEP shall be less than the NPSHa with the minimum suction water level as shown in the pump setting table. For the purposes of calculating NPSHa at the Rated Flow, the manufacturer may assume the total friction and minor losses in the suction piping (ground storage tank to pump flange) to be 0.95 feet from the tank outlet to the pump suction flange for analysis. 1.09 BID EVALUATION A. GENERAL 1. The Bidder shall fill in the blank(s) in the Bid Proposal indicating the guaranteed wire -to - water efficiency of the pumping units at the specified operating heads. The contract adjustment to be assessed in the event of failure to meet guaranteed efficiency and outline dimensions are not to be construed as a penalty, but as a reasonable contract adjustment due to the impracticality and extreme difficulty in calculating actual damages. By submitting a Bid Proposal and executing the Contract Agreement, the Equipment Manufacturer agrees to such contract adjustment assessments. Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 15 B. PUMPING UNITS In comparing proposals, the Owner will take into consideration the guaranteed efficiencies of the pumps at the specified rated head and flow conditions as stated in the bid proposal. For purposes of evaluation, the overall efficiency of the pumping units shall be the average of the guaranteed wire -to -water efficiencies (exclusive of starter efficiency) at the Efficiency Evaluation Point for PS4-P3 and PS4-P4. The total value for all pumps of one (1%) percent in overall wire -to -water efficiency (the average of the two guaranteed efficiency points) shall be worth $25,000. Due consideration will also be given to pump performance at other operating conditions in evaluating the pumping units, in order to select the pumping unit best suited to the operation of the system, in the opinion of the Owner. The wire -to -water efficiency of the pumping units shall be guaranteed at the Efficiency Evaluation Point as specified and stated in the proposal. In the event that the Factory Tests show that the actual efficiency of a pumping units is less than that guaranteed, the Owner, at his option, may accept the unit at a reduced price, or may refuse to accept the unit as a consequence of breach of contract on the part of the Equipment Manufacturer. The price reduction per pump will be based on the difference between the guaranteed efficiency and the actual efficiency times the factor for efficiency evaluation. In addition, if the Factory Test results indicate that the pump performs substantially different from the curve submitted with the bid, the Owner, at his option, may accept the units at a reduced price, or may refuse to accept the units as a consequence of breach of contract on the part of the Equipment Manufacturer. The Owner will also evaluate the NPSH required for the pumps at the various specified pumping conditions. A pump that does not meet the minimum specified NPSH margin may be disqualified. 4. Efficiency is defined as overall efficiency of the complete pumping unit expressed as "a ratio of the energy delivered by the pump to the energy supplied to the input side of the pump driver..." as per the Hydraulic Institute Standards for centrifugal, rotary, and reciprocating pumps, fourteenth or higher edition. The Owner may also consider the size of the pumping unit and motor horsepower in relation to offerings by other Equipment Manufacturers in the equipment selection. C. EFFICIENCY EVALUATION EXAMPLE 1. The following hypothetical example is shown to explain the proposal evaluation factors during bid phase: Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 16 Pump Evaluation Bidder No.1 Bidder No.2 Bidder No.3 Pump Stated W-W Eff. @ Eval Point for PS4-P3 87.S% 87.0% 87.5% Pump Stated W-W Eff. @ Eval Point for PS4-P4 88.0% 86.0% 87.0% Average of W-W Eff. @ Eval Points for PS4-P3 and PS4-P4 87 7S% 86.5% 87.25% Pump Calculated Evaluation Price Penalty (Ea.) $0 $31,250 $12,500 Pump Calculated Evaluation Penalty for 2 Units $0 $62,500 $25,000 Stated Bid Price $1,000,000 $800,000 $950,000 Evaluated Bid Price $1,000,000 $862,500 $975,000 2. The following hypothetical example is shown to explain the contract adjustment during the construction phase should the provided pumps fail to meet guaranteed efficiencies (provided during bid phase) of the pumping units. Description Evaluated Bid Eff. Test Eff. Difference Adjustment Pump Test (PS4-P3) 87.7S% 87.25% -0.50% -$12,500 Pump Test (PS4-P4) 87.75 87.50% -0.25% -$6,250 TOTAL ADJUSTMENT -$18,750 Hence, the contract amount will be adjusted downward by $18,750. In no event will the amount be adjusted upwards, even if the test efficiencies are greater than the bid efficiencies. 2.00 PRODUCTS 2.01 PUMPS A. GENERAL Pumps shall be horizontal, single -stage, split -case, double -suction, double volute, centrifugal pumps with bottom suction and side discharge for pumping potable water. When viewed from the driver end, the discharge shall be on the right-hand side of the pump and rotation shall be counterclockwise. Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 17 2. The pump supplier shall furnish all bolts, nuts, and gaskets for the pumping units, except bolts, nuts, and gaskets for the suction and discharge flanges, which shall be supplied by the Installation Contractor. All bolts, nuts and washers shall be carbon steel. Pumps shall be designed, manufactured, and installed to meet all requirements of the ANSI/HI 9.6.4-2016 standards for Rotodynamic Pumps for Vibration Measurement and Allowable Values except as modified below: Pumps shall have less than 0.095 in/sec RMS unfiltered in the x, y, and z direction when measured at the pump and motor outboard bearings. b. Pumps shall have less than 0.095 in/sec RMS unfiltered in the x and y direction when measured at the pump and motor inboard bearings. These limits shall apply anywhere within the preferred operating region of the pump and at the full rotational speed. The limits shall not be exceeded by more than 30% outside of the preferred operating region but within the allowable operating region. 4. The Equipment Manufacturer shall stress relieve all fabricated components, and pump/motor base prior to final machining in accordance with ASME Code, Section Vill, Division 1; ASME Code Section IX, and API Standard 610. B. CASING 1. Pump casing shall be of ductile iron in accordance with ASTM A536 designed for heavy duty service, double volute design, free of blow holes, or other detrimental defects. The casing shall be horizontally split with the suction and discharge flanges cast integrally with the lower half in order that the upper part may be removed for inspection of the rotating element without disturbing pipe connections or pump alignment. The joint between halves of the casing shall be heavily flanged, bolted, and provided with dowel pins to ensure accurate alignment. The interior shall be smooth and free from surface defects. The diameter and drilling dimensions of suction and discharge flanges shall be ANSI B16.1 drilling and shall be adequate to withstand shut-off pressure plus 50 percent. 2. Casings shall be drilled and tapped for air/vacuum valve, gauge, and drain connections. Suitable lifting lugs or eye bolts shall be provided. Casing shall be tested in accordance with Hydraulic Institute Standards under a hydrostatic pressure of 150% of maximum shut-off head. C. ROTATING ASSEMBLY 1. SHAFT Pump shaft shall be of ample conservative design such that it will be suitable to transmit the maximum brake horsepower required by the pump and be of sufficient stiffness to prevent contact of the wearing rings under any condition of operation. b. The shaft shall be stainless steel, ASTM A276 Type 410 Condition 1 or ASTM A582 Type 416. Keyways in the shaft shall be provided with stainless steel keys. Assemble using anti -seize compound on fasteners to prevent galling. c. The shaft section shall be fitted with stainless steel sleeves in the pump and through the stuffing box area. The shaft sleeve shall be Type 410 stainless steel and shall be minimum 50 points Brinell hardness greater than the shaft. Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 18 2. IMPELLER Impellers shall be of strong dense castings free of structural defects with uniform thickness of vanes and shrouds. They shall be the enclosed type with split vane design, have smooth water passages for high efficiency, and shall be statically and dynamically balanced. Perform a two -plane dynamic balance to ISO 1940-1 Grade 2.5 or better. Thinning of the shroud shall be allowed only when uniform and spread over as wide an area as possible. An engineering evaluation shall be made by the manufacturer as to the amount of thinning which can be done and still preserve the integrity of the casting. In no case shall the thickness of the shroud be less than this value. Impellers shall be of cast stainless steel, ASTM A487 CA-6NM Class "B" containing 13 percent chrome and 4 percent nickel. Welding on the raw castings will be allowed if the proposed repaired defect is within allowable standards and prior to any machining, polishing, and/or balancing. Welding, fillers or coatings for head, flow, and/or efficiency performance reasons will not be allowed. Notify Installation Contractor, Owner, and Engineer prior to making major repairs on the impeller. Major repairs are defined as those that are 1) >20% of material thickness, 2) are 1" (25 mm) or greater in depth, or 3) exceed 10 square inches (65 mmZ). Submit welding procedures and welder qualifications prior to welding on impeller castings. Welders must be qualified to ASME Section IX. d. The Impeller shall be keyed to the shaft and securely held in axial position on the shaft by means of stainless -steel sleeves properly secured to the shaft so that it cannot become unfastened when the pump is reversed. All rotating parts of pumps shall be machined true to ensure rotational balance with the impeller, coupling, and other parts that may be mounted on the shaft, such that the pump shall operate within allowable vibration tolerances specified. 3. WEAR RINGS At the running joint between the suction and discharge chambers, there shall be provided on both the casing and impeller, renewable wear rings with large running surface area and designed for smooth flow areas. The casing rings shall be secured by stainless steel screws or other suitable method. Impeller rings shall be securely attached and so fastened that they cannot become loose when the pump is reversed. Wear ring material shall be 400 series stainless steel compatible with the impeller material. Casing wear ring shall be an alloy with a Brinell hardness of 100 points greater than the impeller wear ring. Wear rings shall have a straight face only, L-shaped rings will not be allowed. D. STUFFING BOXES 1. Stuffing boxes shall be water sealed and shall be designed to ensure tight seal without excessive wear or friction on the shaft sleeve, and to prevent air leakage into the pump under all conditions of operation. 2. The stuffing box shall be fitted with a mechanical seal. Mechanical seals shall be the split - type as manufactured by Chesterton, Type 442. The hardware shall be 316 stainless steel, rotary face shall be silicon carbide, stationary face shall be carbon, and elastomers shall be EPDM. Copper piping for recirculation shall be provided from the discharge side of pump to the seal (API Plan 11). The seal installation shall be inspected by the seal manufacturer prior to testing the pump. Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 19 3. Provide throat bushing, SpiralTrac Version F or approved equal. 4. Drip pockets shall be provided for all water sealed glands and the Installation Contractor shall provide piping to common drains handle leakage. 5. Pump Manufacturer shall verify compatibility of mechanical seal, throat bushing, and seal water system. E. BEARINGS Bearings shall be oil lubricated anti -friction ball type adequately sized to carry radial and thrust loads without the addition of external cooling. Anti -friction bearings shall have a L-10 bearing life of 100,000 hours at the rated head and flow of the pump in accordance with the standards of the Bearings Manufacturers Association. No cast -in bearings will be allowed, so that a spare rotating assembly could be easily installed. Bearings oil baths shall have a constant level oiler. Bearing oil bath shall be designed for adequate lubrication at maximum forward and reverse speeds. F. BEARING TEMPERATURE SENSORS Each pump shall be equipped with four 100-ohm platinum RTDs to detect bearing temperatures. RTDs shall be mounted on the inboard and outboard bearing, and not the bearing oil bath. The RTDs leads shall terminate in one electrical box on barrier type terminals with stainless steel screws. Terminations to the terminals shall be with ring type connectors. Terminal blocks shall be 600V, NEMA rated. Leads shall be suitably marked and identified with heat shrink markers. Accessories terminal boxes shall be located on the same side of pump as motor terminal box. Accessories boxes shall have phenolic nameplates, white with black lettering, attached with stainless steel screws. The nameplates shall say "PUMP BEARING RTDs." Accessories boxes shall be bottom or side entry. Conduit shall be rigid aluminum, and conduit location shall not interfere with pump maintenance. Accessories box shall be sized to accept 1" conduit for bearing RTDs. Boxes shall have a NEMA 4X rating and be 316 Stainless Steel. Inside accessories box provide tagging clearly identifying which RTD (inboard, outboard) that the terminal blocks are wired to. Provide picture of proposed tagging scheme for Engineer review and comments. G. COUPLING AND GUARD Flexible couplings shall be the heavy-duty type, designed so that the pump shaft may be removed without disturbing the position or adjustment of the driving unit. Coupling shall be all stainless steel, Kop-Flex Fast's gear coupling as manufactured by Emerson Power Technologies or approved equal. Minimum factor of safety of 1.5 times shaft strength shall be used. Horizontal surface of the coupling shall be machined parallel to the axis of the shaft, and faces shall be machined perpendicular to the axis of the shaft. Provide an appropriate coupling guard, acceptable to OSHA, securely attached to the pump base with stainless steel bolts and nuts. H. PUMP AND MOTOR BASE Pump and motor shall have a common one-piece base. The length and width of the base shall be of suitable size for the equipment to fit within the limits of the concrete block pump support as shown on the drawings. The base shall be fabricated steel of sufficient strength and depth to ensure rigidity and so designed as to make a good appearance and provided with adequate grout holes. The base shall be heat induced stress relieved, at the factory prior to shipment. The base shall be provided with planed supports or bearing pads for the pump and motor. Base shall be drilled to receive a suitable number of foundation bolts. Base shall Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 20 have a minimum of eight heavy duty jacking bolts welded to the base, positioned around the motor base to aid in alignment. Stainless steel foundation bolts complete with sleeves, washers, nuts, etc., shall be furnished for each pumping unit by the pump manufacturer. The pump and motor shall be mounted on the supports or bearing pads with full faced stainless - steel shims. The Equipment Manufacturer shall furnish foundation bolts, sleeves and a steel template for setting anchor bolt and sleeves and shipped ahead of the pumps as necessary to meet the schedule of installation by the Installation Contractor. PUMP PAINTING All exterior surfaces, including the pump base, shall be painted with two coats of manufacturer's standard exterior machinery enamel. The prime coatings shall be shop - applied prior to shipment and the final coat shall be shop -applied with color to match adjacent piping. Between the prime coat and intermediate coat, apply a separate strip coat on all angles, edges, welds, and bolted connections where coating film build will be reduced. 2. Coat interior of pump casings with a ceramic epoxy coating. Prepare surface to SSPC—SP- 10 minimum, or as recommended by the coating manufacturer. Prime and finish coat shall be 10 mils each DFT Belzona 1341NSF efficiency enhancement coating system for potable water. Perform a holiday test and correct all defects. Interior coating shall be applied prior to factory testing. Interior coating shall be smooth for efficiency. Holiday test coating using high voltage spark testing at a maximum voltage of 125 volts per mil. Wet sponge holiday testing will not be acceptable. 2.02 4000 VOLT MOTORS A. GENERAL Motors shall be horizontal, air cooled, solid shaft, copper wound stator, NEMA design B, random wound, copper bar rotor construction, squirrel cage induction type. Motor shall be designed for use with either an across the line soft starter or by solid state reduced voltage soft starters (SSRVS). It is anticipated that the motors will most frequently be used with a SSRVS, but they should be designed so that they could be used with an across the line starter. 2. Motor shall be of a premium efficiency design and rated for inverter duty in accordance with MH-1, Part 31. The pump driven by this motor will be operated for extended periods of time at 100% of rated motor speed. Horsepower nameplate rating of the motor, at the 1.0 service factor, shall be equal to or greater than the total horsepower requirement of the pump when operating at any head between the maximum and minimum specified operating heads. Motor shall have a service factor of 1.15 and shall be designed and manufactured in accordance with applicable provisions of the latest NEMA Standard Publication for Motors and Generators, MG-1 Part 20, subject to modifications and additions as herein set forth. 4. The locked rotor torque and breakdown torque shall not be less than shown in NEMA MG-1 20.10 5. The locked rotor KVA/HP shall not exceed NEMA Code Letter F, 5.59 KVA/HP. 6. Motor shall have a sound power level of no more than 85 dBA average at 1 meter (3.3 ft.) distance when measured per IEEE Std. 85 "Test Procedure for Airborne Measurements on Rotating Electrical Machinery'. Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 21 7. Rotor shall be precision balanced to within an amplitude, peak to peak, in accordance with the requirement of NEMA MG-1. 8. Rotor bars and end rings shall be copper or copper alloy (no substitution). The rotor bars shall be swaged. The end rings shall be joined to the rotor bars by high frequency induction brazing. The rotor cores shall be held together by through -bolts and end plates. 9. The stator shall have all connections brazed with silver brazing alloy. The stator shall be braced and supported to eliminate any detrimental winding movement. 10. Motor shall be rated at 4000 volts, 3-phase, 60 hertz. 11. Motor efficiency shall not be less than 95% and power factor not less than 85% uncorrected when operating at full load and rated voltage and frequency. The SSRVS manufacturer will provide power factor correction capacitors to correct the power factor to 95%. 12. Motors shall be capable of bringing the pumps up to speed with a closed control valve and 80% of rated voltage. 13. The motor leads shall have the same insulation level as the motor. 14. Motors shall be painted in the factory with two (2) coats of manufacturer standard exterior enamel. Furnish five gallons touch-up paint for OWNER'S use. Motor color shall be selected by the OWNER and shall be as closely matched to the pump as possible. B. Motor Enclosure: 1. Motor enclosure shall be Weather Protected NEMA Type I in accordance with NEMA MG-1. Arrange air discharge louvers to direct air in an upward direction. Arrange air discharge louvers to direct air in a downward/outward direction. 2. Provide adequate circulation for all operating speeds and loads. C. INSULATION 1. Motor windings shall be full Class F insulated. Motor leads shall have the same insulation class as the windings. After stator assembly, the stator assembly shall be sealed vacuum - pressure impregnation (VPI) of epoxy resin. The stator shall receive two VPI treatments, each treatment consisting of a dip followed by an oven bake. After the final cure, the stator assembly shall receive a final (third) coating of a durable epoxy varnish to further protect against dust, moisture, and chemical degradation. The windings shall comply with the latest applicable provisions of NEMA MG-1, and end winding coils shall be braced to limit displacement to no more than 5.0 mils under any condition of starting or running. 2. Motor shall operate continuously while driving the specified pump at rated voltage and frequency (6 to 60 hertz) at 50°C ambient temperature, with a temperature rise not to exceed both: a. A Class B rise (700C), per NEMA MG-1 20.8, measured by resistance at a 1.0 service factor when operating at 100% of the nameplate rated horsepower. b. A Class B rise (800C), per NEMA MG-1 20.8, measured by embedded detector (RTD) at a 1.0 service factor when operating at 100% of the nameplate rated horsepower. 3. Insulation shall be capable of preventing failure as a result of common mode voltages. Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 22 D. BEARINGS 1. Bearings shall be ring oiled, split -sleeve type. Bearings shall be insulated to prevent shaft - bearing -frame current. Insulating means shall also be provided for any oil -supply connections and monitoring equipment to prevent electrical bypassing of the bearing insulation. Provide grounding brush on shaft as required for the elimination of the circulating currents. E. MOTOR TERMINAL BOX 1. Motor terminal box shall be of adequate size to accommodate stress cones to make up cable terminations of 5000 volt shielded cable. Motor terminal box shall be suitable for terminating 1 set of 3 #_, #_G. in a 4" Conduit without exceeding minimum bending radius per National Electrical Code. Terminal box shall be provided with standoff insulators and suitable for terminations using a NEMA two -hole long barrel compression lug. The minimum vertical distance from the bottom of motor terminal lugs to the bottom of the box shall not be less than 26". 2. The box shall be located on the left side (NEMA F1) of the motor when viewed from the connecting shaft. Terminal box shall be designed for bottom entry and shall have removable sides to allow for easy access. Terminal box shall be adequately insulated to prevent excessive vibration. Terminal box shall be supported by motor frame. Terminal box dimensions, size, position, and layout shall be submitted for Owner's approval. F. ACCESSORIES TERMINAL BOXES 1. Motor shall have accessory leads from space heaters, RTDs and vibration sensors terminated in separate boxes. Leads for space heaters and RTDs shall be terminated on barrier type terminals with stainless steel screws. Terminations to the terminals shall be with ring type connectors Leads for bearing and winding RTDs shall be brought to the same box. Leads shall be suitably marked and identified with heat shrink markers. Accessories terminal boxes shall be located on the right side (NEMA F2) when viewed from the connections shaft. Terminal box dimensions, size, position, and layout shall be submitted for Owner's approval. 2. Accessories boxes shall have phenolic nameplates, white with black lettering, attached with stainless steel screws. The nameplates shall say "SPACE HEATER", "BEARING RTD'S", "WINDING RTD'S", "VIBRATION SWITCHES", etc. Accessories boxes shall be bottom or side entry. Terminal blocks shall be 600V, NEMA rated. Provide nameplates on terminal blocks in RTD accessories box clearly identifying what each RTD is associated (ex: Winding Phase A, etc. and Bearing Drive end, Non -Drive end). 3. Accessories boxes shall be sized to accept conduits of the following sizes: a. Winding/Bearing RTDs: one (1)-2" conduit b. Motor Space Heater: one (1)-1" conduit c. Vibration Switches: one (1)-1.5" conduit and one (1)-1" conduit (for future use) 4. Accessories boxes sizes, position and layout shall be submitted to the Engineer for approval. 5. Terminal boxes shall be bottom or side entry for all field cabling. 6. Terminal boxes shall be bottom or side entry for all internal factory routed cabling. No top entry into the terminal boxes is acceptable. Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 23 G. GROUNDING MEANS Provide a grounding lug threaded into the motor frame, within the motor terminal box and other motor conduit boxes. Lug shall be similar and equal to Burndy KC Servit. Provide two NEMA 2-hole stainless steel grounding pads on diagonally opposite corners of motor frame. Ground pads shall be stainless steel and suitable for terminating #4/0 ground conductor. H. Appurtenances: 1. All wires and electrical connections shall be copper. All wiring penetrating motor frame shall be protected against chaffing with a rubber grommet. 2. Space Heaters: Motor shall be equipped with space heaters for operation on 120 volt, 60 hertz, single-phase. They shall maintain the internal temperature above dew point when motor is not operating. Space heaters shall not be located directly in the access holes where they may pose a danger of burn or shock to servicemen. Space heater wiring shall be routed to prevent wire being between the frame and the space heater. 3. Temperature Monitors: Motor shall be equipped with nine 100-ohm platinum resistance temperature detectors (RTD), three per phase, spaced around the motor windings and located at the hot spots of the stator. In addition, each bearing shall have a 100-ohm platinum RTD installed for sensing bearing temperature and integral to the bearing housing. 4. Vibration sensors and switches: Two (2) vibration sensors (transducers) shall be located on top of the pump motor X and Y axes and wired back to the vibration switches (one switch for each axis) located in a NEMA 4 junction box located on the motor. All control wires shall be brought to the junction box. Junction box shall be termination point for vibration sensors' control cable. All vibration sensors shall be provided with integral cable of sufficient length to be routed to the junction box located on the motor. Motor vibration sensors shall be factory mounted to the motor, and cable installed in conduit from the sensor to the junction box. Vibration switches shall be provided with a 4-20mA output for remote monitoring. Vibration switches shall be provided with mechanical relays with isolated contacts for external alarm and shutdown purposes. Relay shall be SPDT and rated for 10 amps. Vibration switches (X and Y axes) shall have their normally open alarm contacts wired in parallel and their normally open shutdown contacts wired in parallel in the junction box to be used by OWNER for remote indication of common alarm and common shutdown. An external terminal strip shall be mounted in junction box for terminating field wiring for common alarm and common shutdown signals and also the 4-20mA signals. Any wiring between the vibration switches and the terminal strips is the responsibility of the vibration switch/ motor supplier. Terminals shall be NEMA rated 600V. Cable for wiring of 4-20mA signals shall be shielded, twisted pair, 600 Volt rated. d. Vibration sensors (transducers) shall be PMC/Beta, Model 160A or approved equal. Vibration switches shall be PMC/Beta, Model 440DR or approved equal. Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 24 e. Installation of vibration sensors and switches and all wiring for vibration sensors and switches shall be done by motor manufacturer at the motor manufacturing factory. No Exceptions. 5. Conduits a. Liquidtight flexible metal conduit shall be UL Listed and shall be Anaconda Sealtite, Type HTUA by Anamet Electrical, or equal. Fittings used with liquidtight flexible metal conduit shall be of the screw in type with insulated throat by Thomas & Betts Co.; no equals. b. Rigid aluminum conduit, couplings, factory elbows, and fittings shall be 6063 alloy by Allied Tube & Conduit Co., or approved equal. Conduit hubs shall be insulated throat by Crouse -Hinds. c. Liquidtight strain relief cord and cable connectors shall be Series LS by Crouse -Hinds, or approved equal. d. Design neat layout of conduit from sensors to the accessory terminal boxes. Submit a detailed layout Drawing to the Engineer for review. e. All conduits and wire shall be routed and installed in an identical fashion for like motors. f. Minimum conduit size shall be 3/4-in. g. Top conduit entry into accessories terminal boxes is not acceptable. 6. Mounting Hardware —All mounting hardware including, but not limited to strut channels, clamps, etc., shall be 316 stainless steel. 7. All appurtenance boxes shall be laid out to avoid overlap and access limitations to the boxes. Appurtenance boxes shall be secured with stainless steel screws. I. DOCUMENTATION: 1. Motor Manufacturer shall supply documentation for the motors as follows: a. Complete dimensional data including the following: i. dimensional outline drawings ii. maintenance clearances iii. locations and sizes of lubrication connections, vents, drains, etc. b. Data Sheet: Fill out and submit with the Shop Drawing submittal the information requested on the Motor Submittal Data Sheet (Attachment B). c. Complete nameplate data. d. Allowable time periods between starts. e. Sub -transient reactance and X/R. f. Speed -torque curve at 100% and 80% of rated voltage. g. Speed -current curve at 100% and 80% of rated voltage. h. Acceleration time at 100% and 80% of rated voltage. i. Thermal damage curve (Izt). j. Locked rotor withstand time. k. Rotor inertia. Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 25 I. Schematic and interconnection diagrams. m. Bearing descriptions. n. Motor weights. o. Motor equivalent circuit diagrams with parameter values. p. Alarm and shutdown values for temperatures of the winding and bearing RTDs. q. Alarm and shutdown values for vibration switches (in./sec.) r. Detailed conduit layout for motor. s. Dimensions and layouts of terminal box and accessories terminal boxes. Final dimension and location are subject to approval by the OWNER. t. Motor insulation voltage rating. u. Vibration monitoring data, cut sheets, project specific wiring diagrams, bill of materials, etc. v. Motor bearing cooling system. w. Written confirmation that motor is suitable for maximum backspin speed per requirements of paragraph 107 A(2). x. Measured locked rotor current and torque and locked rotor power factor. y. Motor no load data (i.e. amps, power factor, etc.). z. Maximum kVar allowed for power factor correction. Maximum kVar shall be included on motor nameplate as well. aa. Motor insulation voltage rating bb. Bill of Materials with manufacturer's cut sheets for all major equipment, RTDs, bearings, terminal blocks, etc. Clearly identify on cut sheets the exact model number being provided. cc. Instruction manual. dd. Results of tests. a. Updated speed -torque curves, speed current curves and acceleration time curves at 100%, 80% and 75% of rated voltage after motor test has been completed. 2. Note: All documentation listed above shall be supplied with the motor's initial submittal with the exception of the motor test results, photographs, and instruction manual which shall be furnished later in the project. Incomplete submittals will be returned "NOT APPROVED, REVISE AND RESUBMIT" 2.03 SPECIAL TOOLS Furnish with the equipment, one (1) set of any special tools or devices required for the assembly, operation, and maintenance of all equipment furnished, including but not limited to an Altek RTD calibrator. 2.04 LUBRICANT Furnish with the equipment, oil of the recommended type and grade, in sufficient quantity for initial filling, operation during acceptance tests, and as listed in Section 2.05 - SPARE PARTS. Advise Owner of type and available sources of lubricants. Manufacturer shall specify ISO 4406 contaminant code cleanliness requirements of oil. Oil shipped to site provided to owner shall be Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 26 pre -filtered to meet recommended ISO 4406 cleanliness requirements. Manufacturer shall provide oil sample analysis demonstrating compliance with the ISO 4406 requirement. 2.05 SPARE PARTS A. Provide spare parts as follows: 1. One complete set of mechanical seals (one mechanical seal per pump supplied) 2. One complete set of wear rings (one wear ring per pump supplied) 3. All lubricants and other consumables necessary for first year of operation for all the pumps supplied or 2000 hours per pump, whichever is greater. 3.00 EXECUTION 3.01 GENERAL A. The Equipment Manufacturer's Representative, including Motor Manufacturer, have responsibilities in the installation and field testing of the equipment as described in this section. Installation of equipment shall be performed by the Installation Contractor who shall be required to assemble the equipment and install it in accordance with Installation, Operation and Maintenance instructions which shall be furnished by the Equipment Manufacturer, the installation drawings for this project and applicable Installation Instructions of the Hydraulic Institute Standards. B. The Installation Contractor shall schedule the service of the Equipment Manufacturer to assist in the assembly installation, lubrication, adjustment, testing and acceptance of the equipment. C. The Installation Contractor shall furnish all labor, tools, equipment and machinery necessary to receive, inspect, unload, store, protect, and install completely, in proper operating condition, the equipment. The Installation Contractor shall protect and store the motors indoors and as recommended by the manufacturer, keeping bearings lubricated and the motor space heaters energized during storage and until they are put into service. D. The Installation Contractor shall also furnish such incidental items not supplied with the equipment, but which may or may not be described in the Plans and Specifications, for complete installation, such as welding, drain lines, gaskets, flange bolts for suction and discharge piping, connecting piping, wiring, conduit, ducts, mounting brackets, anchors and other appurtenances as necessary. 3.02 FIELD QUALITY CONTROL A. GENERAL 1. The Equipment Manufacturer shall inspect and determine that the motor base has been installed correctly and field verified to the recommended tolerance prior to installation of the pump. This determination shall be made prior to grouting with the base properly welded or shimmed. Before placing the grout scarify the adjoining concrete and pour a non -shrink epoxy grout. After properly curing, remove the temporary wedges or shims and hand pack voids with grout. Then torque the anchor bolts to the appropriate values. A second inspection shall be made after the base has been completely grouted in place, but prior to installation of the pump. Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 27 2. Calibrated testing equipment shall be provided by the Equipment Manufacturer to measure setting, alignment, speed, noise, temperature, and vibration of the pump. B. PRELIMINARY OPERATIONAL TEST 1. After the pumps have been installed, including all piping connections, and electrical system construction is complete, and after the piping has been tested, the Owner, with assistance from the Equipment Manufacturer, shall perform preliminary operational tests over a period of not less than two 10-hour tests or one 24-hour test. 2. The pumping units shall be operated as needed by the Owner's water operations, recording data including suction pressure, pump discharge pressure, pump speed, flow rates, water levels, motor voltage and current, power factor, vibration, noise, deflection, pump and motor bearing temperatures, and winding temperatures, as applicable. This information shall be properly documented and included in the Equipment Installation report. The unit must perform in a manner acceptable to the Owner before Final Acceptance of the installation will be made. 3. Vibration shall be no greater than the Rotodynamic Pumps for Vibration Measurement and Allowable Values as defined by the Hydraulic Institute Standards, except as modified by this specification above. Vibrations shall be measured in the x, y, and z direction on the outboard pump bearing and motor bearing. Vibrations shall be measured in the x and y direction of the inboard pump and motor bearings. 4. The Equipment Manufacturer shall furnish calibrated testing devices to measure setting, alignment, speed, noise, and vibration of the pump. Vibration data shall be recorded with a Vibscanner as manufactured by Pruftechnik or approved equal. The Equipment Manufacturer shall supply calibrated pressure gauges on suction and discharge of pump for use during testing. 5. Conduct a backspin test of the installed pumping unit. Allow reverse flow from the discharge piping at full operating head and measure speed and vibration of the pump and motor. Speed and vibration shall not exceed manufacturer's recommended limits. 6. The Equipment Manufacturer shall be responsible for recording and submitting the necessary data from the test. All information required above shall be properly documented and included in the Equipment Installation Report. The units must perform in a manner acceptable to the Owner before Final Acceptance of the installation will be made. 7. The Equipment Manufacturer shall submit to the Owner an Equipment Installation Report certifying that the equipment is properly installed, lubricated, is in accurate alignment and is free from undue stress from connecting appurtenances, that it has been operated under full load conditions and that it is operating satisfactorily. The Owner shall provide copies of the report as required by this specification. 8. The cost for power required for the preliminary operational test shall be borne by the Owner. Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 28 C. SYSTEM OPERATIONAL TEST 1. After the preliminary operational test is complete and prior to final acceptance of the project, the Owner shall conduct a 30-day system operational test. The Owner will be responsible for operating the equipment and recording data during this test. The Equipment Manufacturer and any subcontractors will be responsible for assisting the Installation Contractor in troubleshooting and adjustments to the equipment during the test. The 30-day test is required to achieve Substantial Completion — the purpose of the test is to demonstrate and check the ability of the pump to operate continuously as the system requires. 2. The cost for power for the System Operational Test shall be borne by the Owner. Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 29 ATTACHMENTS ON FOLLOWING PAGES ATTACHMENT A PUMP DATA SHEET — HORIZONTAL SPLIT -CASE PUMPING UNITS Submit the following data for the Pumping Unit: Pump Data 1. Make and Type Design 2. Full Speed 3. Impeller Diameter and Material 4. Shutoff Head 5. Suction/Discharge Diameters (inches) 6. Impeller Specific Speed 7. Maximum Backspin Speed 8. Suction Specific Speed 9. Maximum Brake Horsepower 10. NPSH Required at Efficiency Evaluation Head 11. Wire -to -Water Efficiency at Efficiency Evaluation Point 12. Flow and Head at Efficiency Evaluation Point Weiehts (indicate dry and wet 1. Pump 2. Motor 3. Complete Unit (including Mounting Base) Miscellaneous Information 1. Motor Factory Test Location (City, State, Country) 2. Pump Factory Test Location (City, State, Country) THIS FORM MUST BE RETURNED WITH YOUR BID Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 30 ATTACHMENT B MOTOR DATA SHEET — HORIZONTAL SPLIT -CASE PUMPING UNITS Submit the following data for the Pumping Unit: Motor Data Manufacturer Frame Type Voltage Starting Method Shaft Size Insulation Class Full Load Amps Locked Rotor Amps Locked Rotor Torque Locked Rotor KVA/HP Motor HP Enclosure RPM Phase Hertz Rotor WK2 (lb-ft2) Duty No Load Amps Locked Rotor Torque Breakdown Torque NEMA Design Service Factor Inrush Current (% of Full Load) Max Safe Stalled Time (seconds) Number of Safe Starts Per Day Number of Consecutive Starts *Full Load Temp Rise, in Degree Celsius over 50 Celsius Ambient (at 1.0 S.F.) *Service Factor Temp Rise, in Degree Celsius over 50 Celsius Ambient (at 1.15 S.F.) *Limiting Temperature Rise Resistance (at 25' C): Bearings: Type/Size _ Exhaust Air (CFM): _ Efficiency 1.15 S.F. Load 4/4 Load 3/4 Load 1/2 Load 1/4 Load Life Lubrication: Exhaust Air Temp Rise (°F): Power Factor Current Vibration Alarm and Trip Set Point RTD Types and Mounting RTD Alarm and Trip Set Point Motor Sound Power Level Maximum KVAR allowed for power factor correction without overexciting the motor Space Heater Voltage Wattage Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 31 THIS FORM MUST BE RETURNED WITH YOUR BID ATTACHMENT C PUMP AND MOTOR MANUFACTURER QUALIFICATIONS STATEMENT Bidders must submit documentation, with their Proposal prior to the Proposal opening, of their and their pump and motor suppliers' qualifications and experience with projects similar to this project involving pumps with horsepower, speeds, heads and NPSH requirements similar to the pumps being proposed. Provide additional copies as necessary for multiple Pump Proposals. Provide the information required below and that required by the individual technical specification sections. Attach additional information as appropriate. A. Offeror: 1. Name: 2. Address: B. Pump Manufacturer: 1. Name: 2. Address: C. Motor Manufacturer: 1. Name: 2. Address: D. Qualifications and Experience: Please attach information. 1. Firm's years of experience as manufacturer 2. Firm's years of experience under present name E. Firm's local sales representative: Attach for each supplier/manufacturer. 1. Name: 2. Planned Role: 3. Qualifications: 4. Experience: F. Firm's local service representative: Attach for each supplier/manufacturer. 1. Name: Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 32 2. Planned Role: 3. Qualifications: 4. Experience: G. Firm's plan to subcontract the Work. State planned role in project along with Subcontractors' qualifications and experience. Attach additional information and sheets as appropriate. 1. Name: 2. Planned Role: 3. Qualifications: 4. Experience: H. List up to five major projects currently in progress on this date. State owner, architect or engineer, and construction contractor. Project Contractor Engineer I. List up to five major projects with pumps completed in the past five years. 1. 2. 3. 4. 5. Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 33 J. List names, address, and telephone number of a reference for each project listed under I above. 1. 2. 3. 4. 5. K. List name and construction phase experience of the individuals of your firm who will be assigned as office and field representatives. L. Attach detailed resumes of individuals of your firm or your subcontractor(s) who will perform the key duties of this project, including project manager, field representative, and systems checkout/startup/testing specialist. THIS FORM MUST BE RETURNED WITH YOUR BID END OF SECTION Horizontal Split -Case Centrifugal Pumping Units LUB19278 — Replacement Pumps, Motors, and Starters for Pump Station No. 4 43 23 21.13 - 34 500 450 400 350 300 = 250 E a 200 150 100 50 N Attachment: PS4 Pumps P3 & P4 (Low Head D) System Curve .POP' • • • • . • . . • . . . 0 5 10 Ex. System Slip Line Low Pressure Line ♦ Efficiency Evaluation 15 20 Pump Flow (MGD) Low Head 24in System Curve • • • Low Head Slip Lined System Curve 25 30 APPENDIX A 4160V MCC ONE -LINE DIAGRAM, ELEVATION AND SSRVS PUMP CONTROL SCHEMATIC No Text