Loading...
HomeMy WebLinkAboutResolution - 2011-R0043 - Contract - North Houston Pole Line - LAH Water Supply Project, Transmission Line - 01/27/2011 (5)Resolution No. 2011-R0043 January 27, 2011 Item No. 5.10 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, Contract No. 9854 for Lake Alan Henry Water Supply Project 69kV Transmission Line per RFP 11 -014 -MA, by and between the City of Lubbock and North Houston Pole Line of Houston, Texas, 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 January 27, 2011 TOM MARTIN, MAYOR ATTEST: Rebec a Garza, City Secretary II APPROVFD AS TO CONTENT. Marsha Reed, P.E., Chief Operations Officer APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vwxcdocs'RES.Contract-North Houston Pole Line January 11, 2011 CITY OF LUBBOCK SPECIFICATIONS FOR LAKE: ALAI WNRY WATER SUPPLY PROJECT 69kV TRANSMISSION LINE CONTRACT II-2 RFP 11 -014-MA Contract # 9854 Capital Improvements Project 92187 Plans & Specifications may be obtained froin www.bidsync.com and THE REPRODUCTION COMPANY http://pr.thereproductioncompany.com Phone: (806) 763-7770 261! - Rooy3 CITY OF LUBBOCK Lubbock, Texas CITY OF LUBBOCK SPECIFICATIONS FOR LAKE ALAN--HENRY-WATER SUPPLY PROJECT 69kV TRANSMISSION LINE CONTRACT H-2 RFP 11-014-MA Contract # 9854 Capital Improvements Project 92187 Plans & Specifications may be obtained from www.bidsync.com and THE REPRODUCTION COMPANY http://pr.thereproductioncompany.com Phone: (806) 763-7770 city of ubock TEXAS CITY OF LUBBOCK Lubbock, Texas .f Paae Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP # 11-014-MA Before submitting your proposal, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed: Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL form. Proposal Submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. In case of discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken." Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. Carefully read the BASIS OF PROPOSALS and SELECTION CRITERIA in paragraph 32 of the General Instructions to Offeror's. Ensure ALL criteria are addressed in your submittal. 2. ✓ Include PROPOSAL BOND or CASHIER'S OR CERTIFIED CHECK as your proposal surety. Failure to provide a proposal surety WILL result in automatic rejection of your proposal. 3. ti'r Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. / This must include the signature of the agent or broker. Contractor's signature must be original. 4. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with the questionnaire. 5. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 6. V Complete and submit the "CONTRACTOR'S STATEMENT OF QUALIFICATIONS". 7. V Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. 8. Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. 9. Ensure your proposal is RECEIVED by the City of Lubbock Purchasing and Contract Management prior to the deadline. Late proposals will not be accepted DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL SUBMITTAL. JLk &00A POk LJ-AR (. (Type or Print Company Name) _= City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for t z RFP # 11-014-MA ( Before submitting your proposal, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed: 2 9 5. 6. Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL form. Proposal Submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken." Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. Carefully read the BASIS OF PROPOSALS and SELECTION CRITERIA in paragraph 32 of the General Instructions to Offeror's. Ensure ALL criteria are addressed in your submittal. Include PROPOSAL BOND or CASHIER'S OR CERTIFIED CHECK as your proposal surety. Failure to provide a proposal surety WILL result in automatic rejection of your proposal. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with the questionnaire. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. Complete and submit the "CONTRACTOR'S STATEMENT OF QUALIFICATIONS". Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. Ensure your proposal is RECEIVED by the City of Lubbock Purchasing and Contract Management prior to the deadline. Late proposals will not be accepted DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: -11 10. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL SUBMITTAL. (Type or Print Company Name) Page Intentionally Left Blank INDEX I NOTICE TO OFFERORS Po 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS LOCAL GOVERNMENT CODE § 271.116 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. 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. GENERAL CONDITIONS OF THE AGREEMENT 11. DAVIS-BACON WAGE DETERMINATIONS 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank NOTICE TO OFFERORS RFP # I 1-014-MA Sealed proposals addressed -to --Marta Alvarez Director of Purchasing and Contract Management, City of P p � g g � Y Lubbock, Texas, will be received in the office of the Purchasing Manager, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 4:00 p.m. on January 5. 2011, 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 following -described -project: LAKE ALAN HENRY WATER SUPPLY PROJECT 69kV TRANSMISSION LINE CONTRACT H-2 After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written. Proposals are due at 4:00-n.m. on January 5, 2011, and the City of Lubbock City Council will consider the proposals on January 27, 2011 , at the City Hall, 1625 13th Street, 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 proposer 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 $ l 00,000 and the successful proposer 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 bond must be in a form accepted by the City Attorney and must be dated the same as the Contract Award date. 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 proposer 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 PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer'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. There will be a non -mandatory pre -proposal conference on December 16, 2010 at 1:00 pm, at City Hall, 1625 13th Street, Room 101, Lubbock, Texas. Offerors may view the plans and specifications without charge at the office of Parkhill, Smith & Cooper, Inc. 4222 851" Street, Lubbock Texas 79423 (806) 473-2200 or at www.bidsync.com. PLANS AND _y SPECIFICATIONS MAY BE OBTAINED FROM THE REPRODUCTION COMPANY for a refundable deposit of $100.00 per half-size set and $150.00 per full-size set. Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE REPRODUCTION COMPANY. All persons wishing to _ purchase hard copies are required to register on www.bidsync.com. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages (based on a hourly rate time 8 hours per day minimum) included in the contract documents on file in the office of the Purchasing Manager 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. 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. This Contract is contingent upon release of funds from the City of Lubbock. 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 Director of Purchasing and Contract Management Office at (806) 775-2572 or 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 AND CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Paae Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE The..City of Lubbock is seeking written and sealed competitive proposals to furnish LAKE ALAN HENRY WATER SUPPLY PROJECT, 69kV TRANSMISSION LINE, CONTRACT H-2, per the attached specifications and contract documents. Sealed proposals will be received no later than 4:00 am on January 5, 2011 , at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "IMP 10-0140-MA, LAKE ALAN HENRY WATER SUPPLY PROJECT, 69kV TRANSMISSION LINE, CONTRACT H=2" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope- or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing Contract Managers Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 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 meeting will be held at December 16, 2010 at_-1:00 nm at City Nall, 1625 13th Street, Room 101, City Council Chambers, Lubbock, Texas, 79401. All persons attending the meeting are required to identify themselves and the prospective proposer they represent. It is the proposer'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. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. 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. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents _j may request an interpretation thereof from the Purchasing Manager Office. At the request of the rd 5 tj A proposer, or in the event the Purchasing . Manager- Office 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 will be available over the Internet at http://www.bidsync.com 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 Managers Office no- later than seven (7) calendar days before the proposal closing date. 3.3 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 Managers Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer 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. _ 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer 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. 4.2 Before submitting a proposal, each proposer 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 proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing Manager and a clarification obtained before the proposals are received, and if no such notice is received by the Purchasing Manager prior to the opening of proposals, then it shall be deemed that the proposer 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 proposer does not notify the Purchasing Manager 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 seven (7) calendar days prior to the opening of proposals. PROPOSAL PREPARATION COSTS 5.1 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. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 2 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and-c-ommer-Gial-or financial information, clearly identify those portions. 6.2 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(b) 6.3 Marking your entire proposal CONFIDENTIALIPROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES 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. 9 CONFLICT OF INTEREST 9.1 The proposer 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. 9.2 By signing and executing this proposal, the proposer 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. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in but not limited to the General Conditions, Special Conditions, and Supplementary Conditions.. 10.2 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. 11 PLANS FOR USE BY OFFERORS 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. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 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 Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the 3 13 14 15 101 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 no later than seven (7) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER 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 SEVEN (7) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: City of Lubbock Marta Alvarez Director of Purchasing and Contract Management 1625 13`h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: malvarez@mylubbock.us Bidsync: www.bidsvnc.com TIME AND ORDER FOR COMPLETION 13.1 The Work covered by the contract documents shall be completed within 175 CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 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. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. AFFIDAVITS OF BILLS PAID 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. MATERIALS AND WORKMANSHIP 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 4 }; provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 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 two (2) years 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). 17.2 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. 17.3 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. 17.4 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. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of ten 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 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. ,, 5 M 21 22 23 25 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. PROTECTION OF SUBSURFACE LINES AND STRUCTURES 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. BARRICADES AND SAFETY MEASURES 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. 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. CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer 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. 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,__o.-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. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND ENGINEERS (PARKHILL, SMITH AND COOPER, INC., AND SGS ENGINEERING, LLC.,) AS A -PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AND ADDITIONAL INSUREDS. IT SHALL BE THE CONTRACTOR'S RESPONSI.BILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONtiL INSURED ENDORESEMENT SHALL INCLUDE PRODUCTS AND COMPLETED OPERATIONS. 26 LABOR AND WORKING HOURS 26.1 Attention of each -proposer 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 proposer' 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 proposer'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 Sunday 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 _ 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 engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall 7 28 29 -s contain the name of each employee, his classification, the number of hours worked_.on.each._day,xate_of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be -made from the wages paid as shown thereon. 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. PROVISIONS CONCERNING ESCALATION CLAUSES 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 proposer without being considered. PREPARATION FOR PROPOSAL r 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. 29.2 If 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 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name. 29.3.2 Proposal for the Lake Alan Henry Water Supply Project, 69kV Transmission Line, Contract H-2. 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. 29.5 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. i i 8 i 30 31 BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (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 proposer for his inspection in accordance with the Notice to Offerors. 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. QUALIFICATIONS OF OFFERORS The proposer 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 proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer'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 proposer 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 proposer. (c) The quality of performance of previous contracts or services. (d) The safety record of the Contractor and proposed Sub -Contractors (e) The experience and qualifications of key project personnel (f) Past experience with the Owner 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 i 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 rl supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized Legislature and further defined by Texas Local Government Code Section 271.116. criteria used to evaluate each proposal includes the following items and weighting by the Texas The selection 4 factors. The 1 Maximum Point value is 100 points. The weight factor is 60% for Price, 30% for Contractor Qualifications, 5% for Safety Record, and 5% for Construction Time. 32.1 60% 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 weighting factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Weight Factor = Price Score 32.2 30% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points/Maximum Points X Weight Factor = Score) with a maximum of thirty points allowable. Each evaluator assigns points based upon the responses the Offeror provides in the "Contractor's Statement of Qualifications" and any past experience with the Offeror. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points/Maximum Points X Weight Factor = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Rate. The Offeror shall submit this rate and supporting information with his proposal as part of the Safety Record Questionnaire. Contractors with an Experience Modification Rate greater than 1 will not be considered. The City may consider any incidents 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 will base their rating primarily upon the type of offense, location where the offense occurred, final disposition of the offense, and the penalty assessed as well as the Experience Modification Rate. 32.4 5% CONSTRUCTION TIME: This criterion is also more subjectively evaluated and the _ formula is as follows: (Points/Maximum Points X Weight = Score) with a maximum of five I points allowable. Each evaluator assigns points based upon the responses the Offeror provides in 10 y the Contractors Statement of Qualifications and any follow-up information obtained from reference contact persons or organizations. 32.5 EVALUATION PROCESS: Evaluators will independently review and score each proposal. The committee will meet, during which time the Committee Chairperson will total the individual scores. If the individual scores are similar, the Chairperson will. average the scores then rank offerors accordingly. If the scores are significantly diverse, the Chairperson will initiate and moderates discussion to determine the reasons for the differences and ensure that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. The estimated budget for the construction phase of this project is $ 1,600,000. Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 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. 33.2 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. 33.3 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. 33.4 In 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. 34. ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, 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. 34.2 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 offeror's proposal.. 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-Amds�-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 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Proposers shall use the Davis Bacon wage rates attached herein for Lubbock County. 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 35.5 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. I 12 TEXAS LOCAL GOVERNMENT CODE & 271.116 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (a-1) In this section "facility" means an improvement to real property. (b) The governmental entity shall select or designate an engineer or architect 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. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify ahem in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors 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 successfal offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price chalge associated with the modification. If the governmental entity is unable to negotiate a 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. (g) 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. Paae Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank 17 PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT f DATE: PROJECT NUMBER: # qZ{g'� - Lake Alan Henry Water Supply Project, 69kV Transmission Line — Contract H-2_ _ Proposal of (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 construction of a Lake Alan Henry Water Supply Project, 69kV Transmission Line — Contract H-2, 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 below. The price to cover all expenses incurred in performing the work required under the contract documents shall be included in this proposal. The price in this submittal form includes Owner Furnished Material as shown in the Supplemental Bid Documents to form a complete proposal. ITEM NO. DESCRIPTION UNIT EST. QTY UNIT LABOR PRICE UNIT I MATERIAL PRICE EXTENDED I LABOR & MAT. PRICE A SECTION 2 - STRUCTURE ASSEMBLY UNITS 70C TC-69G EA 24 -L Q78 ,43 S 34I I. 3(c b 99 75C TC-69G EA 35 s a09 , 3 5" S "1 y5 . -4 j p(o IS. ZO 80C TC-69G EA 9 - 039.13 {n 149 ,3 42 qG (9 75C TC-69GB . EA 2 3 S9 , 4 J kul,31 N &ZIM 90C TC-3GA EA 1 039.13 $ lb"►(6 , 45' J J I 1�-, S 80CTC-5G EA 3 slg. o?S- ,3$!, U{r 5b;�gq, IS' 80CTC-5GA EA 1 1$ 95 90C TC-5GA-76 EA 1 519 . .ZS qI , 90C TC-5GA-77 EA 1 I "A $- D 3q i , q ti 0q, 7 SUBTOTAL ITEM A �23 `i 3 B SECTION 3 - CONDUCTOR ASSEMBLY UNITS #4 0 AWG, 6/1 Str. ACSR KFT 128.331 a �IZ$.3 J 50tia2.9 3i(, �72`d , S 3 8" HSS 7 Str. KFT 42.868 j $(04.OZ SUBTOTAL ITEM B r' 0 01b+ j I ITEM NO. DESCRIPTION UNIT EST. OTY UNIT LABOR PRICE UNIT MATERIAL PRICE EXTENDED LABOR & MAT. PRICE C SECTION 6 - MISCELLANEOUS ASSEMBLY UNITS TM-106 EA 77 Z. 55 39S. (0 (0q0. {�S TM-20A EA 2 W oo TM-20B EA 6 Z -1 TM-20C EA 37 D, : q-431 TM-20D EA 111 g0,00 47 0qq,o3 TM-2DD EA 3 Wo c� TM-4E EA 1 150, ° ° i - S (o I SI (� TM-9C EA 1 77 150. 3 ° 11.56 ! 1 a.3 Zl I W. TM-52 EA 7 1. S 3, 4D 5(,. ` 0 SUBTOTAL ITEM C 165 f 3b,17 TOTAL AMOUNT BID (ITEM A + ITEM B + ITEM C) Offeror's Initials Offeror's Proposed Time of Construction: Q days after Notice to Proceed -b orb NvAA;Ai S - 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 complete the project within 175 One hundred seventy-five) CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $4,000.00 (Four -Thousand Dollars) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. 2 The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror- will enter -into- a- contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check for 14L ��d �a►V�, ��,PC_ Dollars ($ Ub or a Proposal Bond in the sum of (� 9co "� T Dollars 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(a), 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) ATTESTIN ecretary Offeror acknowledges receipt of the following addenda: Addenda No. 1_ Date 11 1. U Lo Addenda No. Date Addenda No. Date Addenda No. Date M/WBE Firm: --�—b'L C_ GaAarfl (Printed or Typed Name) �Jbi-Ah r- ushbn�Ve Lii. Companj AI�e�,_�—,�i A dress City, County IcXA.S , -71M State Zip Code Telephone: _ - . 63 K - Fax: TTL - IQ- Rogy Email: c1Adrnv.6) nLnlr_ Cann FEDERAL TAX ID or SOCIAL SECURITY No. I %Al A I Woman 1 AA I Black American I wlib I Native American I No Text �r 0HUBB GROUP OF INSURANCE COMPANIES Stile* D0pattmenl,16 Mountaln View Road pt) Bog 1616, Warren, NJ 07081-18tS Moe: (608)110W5 - Facsimile: (ON) SM61% F80EIIAL INSURANCE COMPANY BID BOND Bond No. Bid Bond Amount $ 5°i6 Know All Men By These Presents, That we, North Houston Pole Line, L.P. 850 AldinwMall RMA0i QWQn,_TX 77437 (hereinafter celled the Principal), as Principal, and the.IFEDERAL INSURANCE COMPANY, Warren; New Jersey, a corporation duly organized under the taw# of the State of Indiana, (hereinafter called the Surety); as Surety, are held and f rmly bound unto City of Lubbock 1625 13th Street, Room LY04, Lubbock, TX 79401 (hereinafter cail+sd the Obligee, jr) the sum of Five Perbent.bf Amount Bid Dollars ($ 6% y ; ), for'tho payment of Which we, the said Principal and the said Surety, bind ourselves, our heirs, exe4UtoWadhitnistrators, successors and assigns, jointly and severally, firmly by these- presents. Sealed with our seals and dated this 5th day of January, 2011 WHEREAS, the Principal has submitted a bid, dated January 5, 2011 for Lake. Alan Henry Water Supply 69kV Transmission Line Project, RFP 1 "l40-MA Contract H.-2 Nft, THEREFO THE CONDITION OF THIS OBLIGATION- IS SUCH, that.if the Obligee shall accept the bid of the PrincI1501 Arid the Rrttjgjpal shall 601:60 into it bohtftt with the Obligee in accordance wlfh such bid and give bond with good end .suftattV.suretti for the faithful performance. of such contract, or in the event of the f 4ilure of thq .ftcipal 10. erool into: . aonitoctjm0 gtve..such bond, if the. PrirlciRai,..shall pay to the Obligee the. dderenoe, not . to exceed the p ns ll y)t.Q, between the amount spsciif sd in so(0 bfd and tho after t for which the 'Obligae 'nty legally c;ntrapt Wlth-ahothdr, party to perform tho Walk Covered by said pits, n the latter amount be in exCeas of the fW.Mft then this obligation shall be null and void, otherwise to remain in full force and effect. North Houston Poi ,e, L.P, rl d k t rr , �'E E INSUN #; BY= ` r C. ac urrr ttornerlh-Pam ; ' ; �_,� RaA;taax000xtr++�a�ssr No Text POW= r; 'I�� Chubb Surety ATT6 L.- it 'C*KAww 06W,Ah 6y.Vimp PMO* JW fADEPA4 WOR49CE 001 INDENNffY COMPANY. aWb=5r4Wpo(sftl4d**0Chhw* Company wouptairl view fto&4 lftd"nity co"y lftoti11y NJ 07050 Gloria C. Blackburn as #1* Ous 00 WM Afth* W Fad to enct" WAW *xb dqsvodm Im M& acmes *0 io aft OWt wpxxts coals to and d*W fat OM an Ui* WO as surety Surety wwNmbw :Bid Bond -City of Lubbock And Ow -ow w"'W4 QR lb 08ball as Vx* 0**" or dhWAM www b owporaw gGA in Qtrceu _40p of 6W are. N�.by.vjqhAq=.* tn- frog in ftCompwV$ tlp*0del My*wQd*vww AWWAV apse pre &N". RMCMCOMPANY. w4PACMMtMWFYCOMPAWMOeach exeaWand aftsW 4w-ArAel# Asoistaot "arstur StAT's Of No MW On U& ge day of November: tWlk before me, a Notary PWAo of NdwjKso% pwsonallyt INSUAAN09 COMPANY. VIGLAW INSURANCa COMPANY, and PACIFIC COMP wW Kometh M WwAsk b*q Oy rho &4'"vh-4. (Od 0- 4" 4 "y*14 Is Arta COMPANY; PA WOMUM c'0000 WWIr�vwCwpW0 t*k*A I and were th,SI=WAbwhois lwMNdwdA.wwWowshimb A=Pa 04swcoml Notarial We" seal 17. hu iL2013 tddmcd A: Oulliv, ftee ft"idont 16 me known to d"oMnNpnrft 444� Notary Public CZATn7cAftol1 MdmdfiM OWE* ton OfFWERAL UWkANCE COMPANY, VIGLW RMPMOICOMPAN4 and Wft WDEPANRYCOMPANY.1 ;A*= d$r a V law . 00mo. ate S*Atufe 9"Uch ofilms " bis eNW4 pftW or Mhogm The signa"Of each 04*1" V109 emweA any **CMUq' any As =aW.ft seal d bo b com by ftca� W paW of OKW4 or to any " Vol owift 0aft bwifi iW wftd*Vai sW 6 "Okste m'bft 6web dppAft M*WA SWeWles or'Abme* 6 Fad for purposes wOW ob0p*W dw rahftdWw(wW'arty such powot Iv."'Ma company by such bcdff& gqnktue sad 601mls Od thd be WN WA W" upch the Cott arty 0 Wwsdok Assam cofF9U0'W8# d6mpAxy, vidr iNguROxaCOMPANYt w4 OAcM iNDMrry COMPANY Om M*(*rqft0*W4j0*aV6Laws 9(dwcow Is UV6 wd COM04 do 60401i" do d* d and to bw"d omiy Wdnm In so so oft o U*d G'W" o(Amedn and IM DWft of CohmWs and gn iwor6jtr the 0A TMM Dvwfnw* tow. FedeM and Vlgftt ors0pQwW k Puwb fto and6s UA Wp6 lslsrrda wW FedwW Is lftw6d In WMWAN Myfi"w4$Gft*f$wC*mwh'$&tWwrw%Wd4 5th dayor January, 2011 41 IV IrY US or W OTUR HATUR, 0 'ills jft".jf6V 018� 10. I*Tift des Q* A tikji4 VEW2 To AOTM=4;lTlr gr Tan BO-Up OR HM PXUU CWn�,? 93 AT AbD" US= A8M. OR Bit.Telephone (900 903- 3403 To (2091 3656 *-U"Ir 8".4tO CW*.Mq 7=7 PROPOSAL SUBMITTAL FORM UNIT PRIC—R-PROPOSAL-CONTRACT DATE: PROJECT NUMBER: # - Lake Alan Henry Water Supply Project, 69kV Transmission Line — Contract H-2 Proposal of (hereinafter called Offeror) f" To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) t 41" Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a Lake Alan Henry Water Supply Project, 69kV Transmission Line — Contract H-2, 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 below. The price to cover all expenses incurred in performing the work required under the contract documents shall be included in this proposal. The price in this submittal form includes Owner Furnished Material as shown in the Supplemental Bid Documents to form a complete proposal. ITEM NO. DESCRIPTION UNIT I EST. QTY UNIT LABOR PRICE UNIT MATERIAL PRICE EXTENDED LABOR & MAT. PRICE A SECTION 2 - STRUCTURE ASSEMBLY UNITS 70C TC-69G E7A 24 75C TC-69G EA 35 80C TC-69G EA 9 75C TC-69GB EA 2 90C TC-3GA EA 1 80C TC-5G EA 3 80C TC-5GA EA 1 90C TC-5GA-76 EA 1 90C TC-5GA-77 EA 1 SUBTOTAL ITEM A B SECTION 3 - CONDUCTOR ASSEMBLY UNITS #4/0 AWG, 6/1 Str. ACSR KFT 128.331 3/8" HSS 7 Str. KFT 42.868 SUBTOTAL ITEM B ITEM NO. DESCRIPTION UNIT EST. CITY UNIT LABOR PRICE UNIT MATERIAL PRICE EXTENDED LABOR & MAT. PRICE C SECTION 6 - MISCELLANEOUS ASSEMBLY UNITS TM-106 EA 77 TM-20A EA 2 TM-20B EA 6 TM-20C EA 37 TM-20D EA 111 TM-2DD EA 3 TM-4E EA 1 TM-9C EA 77 TM-52 EA 7 SUBTOTAL ITEM C TOTAL AMOUNT BID (ITEM A + ITEM B + ITEM C) Offeror's Proposed Time of Construction: days after Notice to Proceed Offeror's Initials 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 complete the project within 175 (one hundred seventy-five) CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $4,000.00 (Four -Thousand Dollars) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. 2 The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete-the--work-on which -he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable -surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10 days after notice of award -of the contract to him. P Y q ) ) Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Dollars ($ ), 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(a), 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. (Sea] if Offeror is a Corporation) ATTEST: Date: Authorized Signature (Printed or Typed Name) Company Secretary Address Offeror acknowledges receipt of the following addenda: City, County Addenda No. Date State Zip Code Addenda No. Date Telephone: - Addenda No. Date Fax: - Addenda No. Date Email: FEDERAL TAX ID or SOCIAL SECURITY No. M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) 4 CONTRACTORS STATEMENT OF QUALIFICATIONS Individual contractors and joint ventures submitting a proposal 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 proposal submittal. Failure to submit the following Proposal Evaluation information may result in the OWNER considering the proposal non -responsive and result in rejection of the proposal by the OWNER. Offerors 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? �tS C. SAFETY: Does the organization stress and support safety as an important function of the work process? *e D. OUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? Its (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". Yes (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". ye-; 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? Y' S- 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 proposal, which in its judgment is the lowest and best proposal, to reject any and all proposals, to waive irregularities in the proposals, or to reject nonconforming, non -responsive, or conditional proposals. In addition, the OWNER reserves the right to reject any proposal 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 proposal 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: v •• .. �. ., gym. �. 1 �y,� Contractor's General Information Organization Doing Business As lm t.-j Wr kin NAP Business Address of Principle Office 90 -7709 Telephone Numbers - Main Number Fax Number 3Z . qv - 9* Web Site Address N c xo-n Form of Business (Check One) If a CU-rporation Date of Incorporation L I A Corporation A Partnership An Individual 19g State of Incorporation Chief Executive Officer's Name - A C . u ' President's Name 6-VA G-, AV31WA Vice President's Name(s) S c- C C7ari a•.d Secretary's Name Treasurer's Name Date of Organization N i cowl �1- QW State whether partnership is general or limited IndividualIf an Name (,,�M;t Business Address over - organization . .. Average Number of Current Full cpo _ Average Estimate of Revenue �so� Time E m-ployees for the Current Year 6 .., +" �,,. ,.._ „� f""''_"-.gyp .�,. �.. —•a ., �«,�� (i Contractor's Organizational Experience Organization Doing Business As bmdtd a4ntrt,{ t 4.- Business Address of Regional Office So Name -of Regional Office Manager Telephone Numbers Main Number Fax Number Web Site Address nia WL(-. Co► % Organization List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies p ently doing business: Names of Organization From Date To Date A List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Construction -Experience Years experience in projects similar to the proposed project: As a General Contractor oo j I As a Joint Venture Partner Has this or a predecessor organi ation ever defaulted on a project or failed to complete any work awarded to it? b 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 ears? N 0 If yes provide full details in a separate attachment. See attachment No. 00 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? ND If yes provide full details in a separate attachment. See attachment No. p Is this organization or your proposed surety currently in any litigation or contemplating litiation? NQ If yes provide full details in a separate attachment. See attachment No. No Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? If yes provide full details in a separate attachment. See attachment No. NO 7 NHPL Organization Chart City of Lubbock ROLES AND RESPONSIBILITY Senior Vice President -Joe Garland -Responsible for overall leadership and management. Vice President Operations- Rick Garland- Responsible for overall project leadership, and management. Project Superintendent- Frank Ingram -Responsible for overall construction work for all operations and subcontractor work. The Superintendent will ensure that the project execution will meet all of the customer requirements including quality, safety, schedule, performance, reliability, and accuracy. This position will be the second point of contact for the project and main point of contact for field representatives. Foreman- Responsible for oversight of individual task. Material Manager- The material manager will be overseeing the receiving and inventorying materiaN, Safety Manager- On site safety training, compliance, and monitoring. AqW gUAMASM�� City of Lubbock Project Experience 1.0 CONSTRUCTION/MODIFICATION EXPERIENCE & CAPABILITIES A. Qualification Summary North Houston Pole Line was founded in 1970 to primarily perform overhead distribution work in Houston Texas. Over the past 40 years we have seen Houston's utility demands grow and our valued customer's needs change. Just as those needs have change and the utility demands have grown, so has -our scope of services: As a -result, NHPL has grown into one of - the largest construction contractors in the southwest providing a wide array of services and working in rural, urban and geographical areas. With the additional acquisitions that Quanta Services has made, additional companies have been included to North Houston Pole Line's corporate umbrella allowing us to offer additional services and providing additional resources to our customers. NHPL takes prides it our long term relationships that have been developed and maintained over the years. The relationships continue to grow due to the service that is provided to our customers. In our 40 year history, NHPL has never paid liquidated damages and never been in a legal proceeding with a customer. Please reference our qualification section for customers and references. We currently have a good relationship with all the utilities listed in our reference section and currently have multiple crews on their property at this time. All employees certified in performing overhead electrical construction maintenance have obtained a Journeyman Certification from the JATC Apprenticeship program, T.E.K.S. or equivalent and are considered skilled electrical lineman in which they are certified by the U.S Department of Labor. All employees are skilled in pole climbing and are required by NHPL to be able to perform such duties upon the project requirements and at NHPL supervisor requests. All our Foreman and Supervisors we are considering working on this project have at least ten years of experience as a Journeyman Lineman and has been foreman currently for North Houston for multiple years. All NHPL employees operating heavy machinery undergo crane training classes and are certified to operate such machinery having multiple years of experience performing overhead utility work around live line overhead distribution facilities. We feel that we can easily supply fully equipped trained and operational crews without a problem. We have the capability to pull manpower from all over the United States to fulfill any manpower requirement at our Owners requests. B. Construction The case studies in this section were selected to illustrate NHPUs ability to effectively respond Experience to challenges and requirements similar to those outlined in this RFP. OG/Ee OGE Windspeed 345 kV Transmission Line Project Owner: Oklahoma Gas and Electric Location: Selling, OK Project Scope: Construct a new 345 kV steel monopole line on self supporting drilled pier foundations. The line length is a total of 120 miles with NHPL constructing 50 miles. Current Status: Complete North Howton Pole Line Corp. RFP 01-1006-SR9 1-1 850AkiieA dP0.b Huion 7X77037 R 832448bi092-k832448M l I r A gUAWA SEMM CONVAW City of Lubbock Project Experience 1.0 CONSTRUCTION/MODIFICATION EXPERIENCE & CAPABILITIES Schedule: Start January 2009; Finish November 2009 Key Notes: NHPL is doing the west -portion -of this -line which runs from Woodward, OK to Oakwood, OK. Bums and McDonnell is the owners engineer on the project. fifi NHPL has worked, along with their subcontractors a total of 174,680 man-hours without a safety incident. Environmental compliance and reclamation has gotten high marks from both BMCD and OGE throughout the project. The project is scheduled to finish on -time and within budget even with some of the ROW acquisition dates that have caused skips and delays. Man-hours To-date:174,680 References: Jeff Chastain, BMCD Site Manager 816-507-3208 Melissa Goeditz , BMCD Environmental Manager 816-333-9400 Todd Solliea, BMCD Safety Manager 225-772-8622 FPLE Horse Hollow — Kendall 345 kV Transmission Line Owner: Florida Power and Light Location: Kerrville, TX Project Scope: Construct a new 227 mile 345kv line on an assortment of structure types which include; self embedded concrete and st€el poles, self supporting drilled pier foundations and vibrated caisson foundations. NHPL's stringing portion of this line was 70 miles. Current Status: Completed Schedule: Started in December 2008 and finished the end of August 2009. Key Notes: NHPL was part of making history with this job �y helping complete the 227 miles line in 9 months t; wiffiout a safety incident. NHPL did the southernmost third of this 227 mile line which was the most difficult section due to the extreme hilly terrain of the "Hill "Country" from the Omega Sub -Station located in Comfort, TX and ended just North of Harper, TX. NHPL performed many other operations in the other contractor's segments to help meet the deadline of September 1st, which includes installing all of the 47 foundations on this project. {- Nodh Hm*n Pole Line Corp. RFP 01-1006-SRU 1.2 850Ak OMafflafa Haulm, TXTW R 8��148.5�92-F.832-W8-�OB4 A UAWA 561TWIM COWMY City of Lubbock Project Experience 1.0 CONSTRUCTION/MODIFICATION EXPERIENCE & CAPABILITIES Man-hours To -Date: 235,775 References: Joe Marchese, FPL Director of Construction, 561-691-2398 David Tenan, FPL Construction Manager 620-338-0262 I - Jim Ward, FPL Field Inspector for NHPL segment - Ajo — Zorillo — Sarita 345 kV Transmission Line . Owner: American Electric Power _ Location: Santa, TX Project Scope: Construct a new 26 mile 345 kV transmission line on steel monopoles. All foundations were vibratory and hammered caissons. Current Status: Complete Schedule: Start May 20, 2008 — Nov. 2008 Ks Notes: NHPL self -performed all the work associated Y p with this project. The project took place on the Kennedy Ranch in Sarita, Texas. Helicopters were used for stringing sock line in the marsh areas. The project was completed with no safety incidents. Man-hours: 41,822 References: John Pulay Port Acres Bulk 138 kV Transmission Line S'EnteW Owner: Entergy INS POWIN Of f[OPLI " Location: Beaumont, TX Project Scope: Install new 138 kV transmission line into and Exxon mobile plant. The new line was 12 miles in length and utilized all vibratory foundations and steel monopoles. t North Houston Pole Line Corp. RFP 01.1006-SRU 1.3 850Aki*MdPh& Homix IX77037 P 832.448M-F.•83244&M C A PUAWA SNAVM CONVA" Cityof Lubbock Project Experience 1 r ' 1.0 CONSTRUCTION/MODIFICATION EXPERIENCE & CAPABILITIES Current Status: Complete Schedule: Start March 2008, Finish November 2008 Key Notes:. The majority of the project was in wet areas and required marsh equipment and helicopters. Erickson Aircrane was utilized to fly in the vibratory hammer for driving caissons and for flying in steel poles. Equipment mounted on pontoons assisted in the construction. A Hughes 500 was used for flying in lead -lines. The project was completed on schedule and within budget without a safety incident. Man-hours: 53,992 References: Dean Adams, Area Construction Manager, Phone 409-347-5131 Bryan Texas Utilities Jack Creek — Kurten — Tabor 138 W Rebuild Owner: Bryan Texas Utilities Location: Bryan, TX Project Scope: Rebuild 22 miles 138 W from wood poles to steel poles. The line was double circuit with bundle conductor on one side and single on the other. Foundations were drilled pier and direct embed with concrete backfill. Current Status: Complete Key Notes: NHPL self performed all foundation work. The project was completed ahead of schedule. Man-hours: 55,962 Reference: Stan Boase, Phone: 979-224-0546 CenterPoint Energy — North Houston Pole Line Alliance NHPL has been providing electric services to CenterPoint Energy since the 1960s and 1970s). Services initially comprised design and construction for substations and construction of overhead distribution lines. As CenterPoint's needs evolved over time to include addressing rapid growth and an increasing pressure to control costs, NHPl2s success and consistent focus on safety, quality, productivity, collaboration and innovation resulted in a increasing scope and volume of work awarded to them by CenterPoint. CenterPoint now looks to NHPL to do the majority of their electric construction/installation, maintenance and repair of overhead and underground L Nodh Housbn PobU*Corp. RFP Of-100E-SRM 14 850AMfmMa1Rout Hazion 1X77V37 P. 83244MM—P. 832448-M CtYh H o tt N i Ao/e. l,it�m .9 — City of Lubbock Project Experience 1.0 CONSTRUCTIONIMODIFICATION EXPERIENCE & CAPABILITIES distribution lines, duct lines, streetlights, joint underground residential distribution (including electric URD, gas, telephone and cable TV). ConWPoWEno W'e service arse CenterPoint and NHPL together developed,, innovative and industry -leading programs, L practices, contracting arrangements and _ V NMI working relationships (that both CenterPoint and NHPL now characterize as a strategic alliance). As an example, the CenterPoint- NHPL URD Joint installation Program started in 1998 for electric and gas. The program has since grown to include all utilities (electric, gas, cable and phone) and saves participating 3 utilities approximately 30 percent on installation costs. Third -party damages have w, been virtually eliminated and safety has improved. The program is recognized as industry leading and has been presented by CenterPoint at industry conferences and in trade journal articles. The success of this program and others has led CenterPoint and NHPL to develop a broader strategic alliance ensuring resource availability and cost savings to CenterPoint and longer - term volume and pricing certainty to NHPL. The agreement included innovative annual open - book work unit price adjustment mechanisms and work -mix -normalized performance metrics to align objectives and minimize contract administration burdens. NHPL was recently selected by CenterPoint to provide all physical installation services (including meter change -outs, substation cell relay installs and other communication infrastructure) for one of the largest and most advanced Smart Grid initiatives in the country (and world). The project has highlighted NHPUs ability to work collaboratively with multiple parties including Itron, GE and major electricity users and load centers such as Exxon Mobile, Shell, Calpine and the Houston Ship Channel. By consistently focusing on safety, quality, productivity, collaboration and innovation in meeting their customer's needs, NHPL have grown from a handful of crews and technicians to over 600 people working each day on key CenterPoint projects and programs. American Electric Power— North Houston Pole Line Alliance Over the last 8 years NHPL has continued to grow our relationship with AEP. We currently keep maintenance crews working on their property. Our services include but are not limited to live line work, maintenance work, transmission, distribution, and substation work. The work performed is both under T&E contracts and hard bid contracts over a four state area. NHPL is one of the largest service providers for AEP based on monthly man-hour reports. AEP is an industry leader in safety initiatives and NHPL is proud to remain one of their contractors of choice. L. NoMHwdmPole l.ineCO1p. W 01-10*SRM 1.5 W0AhheA,fe P0k F xdx TX7W R' 0 44UM-F..04489W L . �L A UA#M samaw City of Lubbock Project Experience 1.0 CONSTRUCTIONIMODIFICATION EXPERIENCE S CAPABILITIES Clinton Substation Owner: American Electric Power - Location: Clinton, OK . Project Scope: Construction of green site 138 kV substation to include, steel work, bus installation, control cables, enclosures, breakers, and other work associated with construction. Current Status: Complete Schedule: Start 5/11/09 Finish 6/22/09 Man-hours:13,080 Reference: Tommy Vannoy, Phone: 918-599-2889 Seven Substations and Multiple Transmission Lines Owner: Beta Engineering E N Q I N EE R I N a Location: New Mexico Project Scope: Build 7 substation sites and multiple transmission tie lines. Current Status: Complete Schedule: 2006 and 2007 Man-hours: Various Reference: George A. Brashear, P.E., Executive Vice President, Ph: (318)767-5544 Alvin Auto Substation . Owner: American Electric Power Location: Alvin, TX t 1 Project Scope: Transformer installation and containment barrier. Current Status: Complete Man-hours:13,050 Reference: Jesse Martin, Phone: 713-945-5990 C. Simultaneous Projects At any given time, NHPL will have multiple large transmission line construction projects going. We currently employ enough project supervisors and project managers to manage and execute this volume of work. A recent project for FPLE required us to provide a workforce of almost 200 transmission line workers without disrupting the overall company portfolio of work. This workforce was provided and other operations continued on without disruption. Because of our reputation, we do not have problems acquiring competent resources to accommodate large resource peaks that are sometimes encountered. A project log with dates can be provided to show at any point in time the ability to execute multiple projects at one time. L Noah Hw*n Pole LM Corp. RFP 01-IOW SRH 1-6 8WAklneA OPOA Fasb'4 TXTW P. 0-448W-F-W24488084 I ag��COW City of Lubbock Project Experience ` 1.0 CONSTRUCTION/MODIFICATION EXPERIENCE & CAPABILITIES D. Equipment NHPL owns many specialized pieces equipment to perform transmission projects in all types of environments. These units include the latest technology in wire stringing operations. Recent purchases include a condux four bundle puller and tensioner. All of the technology is digital and other units can be programmed to run simultaneous to allow us to perform six bundle work. We also bought the second 100-ton mantis off of the assembly line for setting heavy poles in terrain that demands tracked equipment. The equipment fleet also includes over 40 pieces of swamp equipment. Overall the transmission department has over 800 pieces of rolling stock rt equipment to cover all aspects of construction. E. Safety One of the Energy Industry's most critical challenges is protecting the safety of our field personnel while constructing electric transmission, distribution, substation and generation projects. Risk is an inherent part of the business, and our job is to mitigate or eliminate that risk. North Houston Pole Line works hard to achieve and maintain one of the best safety records in the industry. Our OSHA incident rate is consistently lower than the industry average. That level of safety excellence doesn't happen by chance. its the product of a highly effective, proactive safety program. We are committed to providing a safe work environment for its employees as well as ensuring the safety of the public on project -related work. Our philosophy of "Zero Accidents" is the most important objective of our organization. We work to prevent and eliminate all accidents by using upstream factors such as safety culture, exposure control, and management systems. No job or service performed by an employee Is so Important or urgent that it cannot be performed In a safe manner. NHPL Safety Record NHPL does not have any OSHA citations or violations, legal proceedings, or project terminations that any federal, state, or local regulatory agency or department, or corporation or individual. We do not have any citation issued to the firm, or any employees of the firm, while the employees were performing work for the firm. We take pride in our safety record and meet all the applicable safety standards required by the federal, local and state governments. We have in place drug testing policy and program that exceeds customer requirements. Please reference attached Safety Plan. ` F. Quality Control North Houston Pole Line Quality Control Program states, "North Houston Pole Line is dedicated to the satisfaction of our customer's needs. NHPL is committed to providing services and products that meet or exceed the quality requirements of our customers. This emphasis on quality and continuous improvement is essential to the longevity of our company and is committed to at all f levels of our organization to assure a viable Qualify Control Program." A QA/QC plan is utilized when NHPL is responsible for execution and administration of the QA/QC plan. When a plan is not required to be in place, quality control takes place at the Quality Control Process supervision and foreman level. These positions work closely with customer representatives to North Houslon Pob Un Corp. RFP 01-1006-SRM 1-7 850A "MdRo* HuiA 1x710.?7 t R 832-448M-F.832.448-M AUANTA SUNM COWANY Cityof Lubbock Project Experience l (( 1.0 CONSTRUCTION/MODIFICATION EXPERIENCE & CAPABILITIES 1' ensure that all quality expectations are being met. If a quality concern arises, the supervisors and foreman will correct them upon notification. Please note the company QA / QC plan below for the instances where NHPL will be responsible for the administration of a formal plan. QAIQC PLAN Quality Control Plan Overview The NHPL Project Team will develop a detailed project specific Quality Control Plan (QC Plan) that meets all requirements of the Contract Documents and reasonable detailed Customer Requests. This QC Plan will address both Vendor Quality Control activities and Field Quality Control activities. NHPL will implement this plan to ensure that NHPL itself, plus all selected vendors and subcontractors, implement the Quality Control policies and procedures that pertain to their scope and document their achievements. Vendor Quality Control Construction of a quality project begins with supplying quality products. NHPL's QC Plan includes supplier quality control oversight, if applicable; ensuring quality requirements are included with all procurement contracts, and source evaluation and monitoring are in place to ensure that specified supplier quality requirements are met. Field Quality Control NHPL uses a team approach to field quality control with the QC Project Manager leading the team. This approach is based on the policy that each member of the project team is responsible for the quality of their work; the person performing the worts also performs the initial inspection of the work product. The Foremen provide the first level of Quality oversight and monitoring overall construction quality. The QC personnel regularly monitor pertinent construction activities and will work closely with the Owner, management, engineering and construction personnel to establish and maintain the quality of workmanship and materials required by the contract specifications and the Owner's standards. The QC staff will have the power to reject and, if necessary, stop any work not meeting the required specifications and standards. NHPL utilizes an established QC Plan that is customized to fit each Projects requirements. NHPL's QC Plan summarizes the overall approach and procedures to check compliance with the contract documents. The QC Plan presents guidelines that are to be followed and identifies personnel, procedures, instructions, records, and forms that are to be used. Quality Control Plan The QC Plan becomes the "Operations Manual' for each and every member of NHPL's construction team. This formalized document includes inspection of construction and i North Mo to Pole UW Corp. RFP Of-IOMSRM f-8 HmknIX770 R 832448M-F. M2-448,%N t_ A UAWASBRVMCOMPANY f Lubbock Project � City jExperience o b � 1.0 CONSTRUCTION/MODIFICATION EXPERIENCE & CAPABILITIES procurement of materials. A major component is the development of construction engineering design control procedures. Other procedures include document and data control, reliable and documented receipt of materials, control of owner -supplied material, inspection, testing, handling, storage and delivery. Subcontractors and NHPL material suppliers will be required to meet the Projects QC Plan requirements. NHPUs Project Manager will evaluate subcontractors and suppliers to ensure they are in compliance with the Projects QC Plan. Special Process Control When the final quality of a product or installation cannot be directly measured, special processes may be used to meet the Project Quality requirements. The Project Engineer will be responsible for identifying these special processes and issue instructions to construction personnel to provide knowledge of these processes. The Project Manager will be responsible for issuing instructions for inspection, testing and monitoring of these special processes, and auditing to verify training for and control of special processes including the work of subcontractors and suppliers. The Project Manager will ensure that incoming materials and equipment are inspected and verified as conforming to specified requirements, as required by the QC Plan. NHPL will l_ establish and maintain documented procedures for inspection and testing activities to verify that specified requirements for the project have been met. Inspections and tests will be performed as defined in the QC Plan through the design, procurement, construction and I installation phases. t Inspection, Measuring and Testing NHPL will conduct independent QC field inspections, tests and source inspections as necessary. These source inspections will focus on those critical items posing the greatest risk to overall project quality, schedule or cost. The Project Manager will create an Inspection and Test Plan detailing the onsite testing activities and will coordinate scheduling these inspections and tests as required to ensure that the Owners representatives can witness all desired design qualification (type) and production tests. The Inspection and Test Plan will identify, at a minimum: • Individuals or groups responsible for performing the inspection or test • Items to be inspected • Location of the inspectionhest (On or Off site) • Identification of characteristics to be inspected or tested • Description of the method of inspection or test • Acceptance criteria NOM Houston Pole U* Corp. RFP 01-1006-SRU 1-9 Hasa7X77W7 jf P 832d4B=-F.•832.4*M A PUAWA IIR"CH COWAW Ci#y of Lubbock Project Experience 1.0 CONSTRUCTIONIMODIFICATION EXPERIENCE & CAPABILITIES Required procedures, drawings and specifications • q P � 9 Frequency of the required inspection or test Where mandatory inspection or tests are required-, the specific hold points are Indicated in the appropriate inspection documents. The hold points are placed until proper releases is received and documented, unless consent to waive is received from the appropriate party. Consent to waive specked hold points is recorded on documentation related to the hold point, and included the identification of the Team representative or Owner's representative consenting to ( waive, prior to continuation of work beyond the designated hold point. l A combination of inspection, testing and process surveillance is performed in a systematic manner to ensure compliance with the specified requirements for the control of the process and (' the quality of work throughout the project. Final Inspecton and Testing Prior to final inspections and tests, the Project Manager will review the deficiencies found during the in -process inspections and tests to verify that corrective action has been completed, verified and documented. The final inspections and tests will be conducted in accordance with the QC Plan and will demonstrate the conformance of the item to specified requirements. A punch list will be furnished to the Owner showing corrective action. Inspection and Test Records NHPL will establish and maintain records documenting that all required inspections and tests - have been made in accordance with the QC Plan. Records will indicate whether items had passed or failed the inspections and tests, and a record of nonconformance control will indicate where nonconformance is identified. Documentation will be provided for correction of nonconforming work. Control of Inspection, Measuring and Test Equipment NHPL will establish and implement documented procedures to control, calibrate, and maintain inspection, measuring, and test equipment. Inspection and Test Status NHPL will identify the status of inspection and test'activities either on the items themselves or on documents traceable to the items. The Project Manager, if applicable, will perform or witness the inspection of tests to ensure that the required inspections or tests had been performed and that the results were satisfactory. The status review also will ensure that items that have not passed required inspections and tests are not inadvertently installed, used or operated. SPECIFIC IMPLEMENTATION OF THE QUALITY CONTROL PLAN North Hambn Pole Line Corp. RFP 01-1006-SRM 1-10 850AI MAC RD* P 832448=-F.•832448,M APWWAS"aSCO Cityof Lubbock Project Experience � 1.0 CONSTRUCTION/MODIFICATION EXPERIENCE & CAPABILITIES Quality Control Inspectors Crew foremen and supervisors are responsible for both onsite quality control and monitoring of supplier quality issues. The crew foremen and supervisors have the authority to act in all QC Plan matters and to make prompt changes iri construction procedures if and when necessary to assure the quality specified in the Contract documents. Personnel who perform inspection or testing will be experienced in power line transmission and distribution construction and trained and instructed in the technical objectives of the Contract drawings and specifications, the requirements of Owners standards and procedures, the requirements of applicable codes and the inspection and testing criteria to be followed. Quality Control Awareness NHPL's employees and Subcontractors will be trained in the purpose, scope, implementation of the QC Plan, the procedures and documentation requirements. The Project Manager will provide oversight of the training program to ensure appropriate training, instruction and record keeping. The training sessions will emphasize and reiterate that the QC Plan, procedures and instructions are mandatory requirements, which are supported and enforced through the authority of the highest levels of company management. These quality requirements are an essential element of each employee's job responsibility and are a factor in evaluating work performance. Reconstruction Meeting and Inspection Phase A Preconstruction meeting will be held prior to beginning work on each definable feature of work. This meeting's primary purpose is to establish acceptable ground rules for all parties concerned and to assure that NHPL and its Subcontractors understand the complete job requirements and expectations. This meeting sets the parameters of the construction relationship and coordinates the work to produce a completed job in a minimum amount of time, with a maximum economic gain, and in harmony with other interested parties. This meeting is usually held after Award of Contract and the Notice to Proceed for construction is issued. �- Construction Quality Control Coordination Meeting Conducted by NHPL, the purpose of this one-time meeting is for NHPL to present the QC Plan to the Owner's representative and/or representatives. The meeting may be a part of the pre - construction meeting, or it may be conducted separately at the mutual agreement of NHPL and the Owner. Items to be discussed and agreed upon include: Identification of the Project Manager • Identification of crew foremen and supervisor inspectors • Parameters for coordination and acceptance of tests, evaluation and review NoM Hw*n pole Line Corp. RFP 01-100$-SRM 1-11 850AA**M Pat F mb% IXTM7 R 832-448=-F.•0-4489W SEXVM Cit Y ouf Lbbock Project Experience 1 1.0 CONSTRUCTION/MODIFICATION EXPERIENCE & CAPABILITIES • Inspection procedures and administration • Results reporting procedures and administration • Parameters for resolving nonconformance -conditions reports (NCR) _ • Submittal requirements and administration • Development, submittal, review and acceptance of the QC Plan • Other items as may be appropriate Quality Control Construction Inspection Procedures The Project Manager, crew foremen and supervisors are responsible for verifying that the work package accepted for construction is complete prior to construction. The work drawing will be reviewed to ensure that all information has been included or completed. Work Package Review The Project Manager, crew foremen and supervisors will perform quality control audits on construction services and will sample both work in progress and completed. Inspections will include fieldwork, materials used, methods, workmanship and compliance with standards, safety and end product. They will complete a QC Inspection Report, documenting the inspection and the results. A copy of the QC Inspection Report will be included in the completed job package. Minor deficiencies, if found, will be discussed with the crew involved and corrections will be made. Major deficiencies, if found, will be documented on a nonconformance form, the deficiency will be discussed with the crew involved and corrections will be made. A completed copy of the nonconformance report, indicating that an approved correction has been made and confirmed by follow-up inspection, will be forwarded to the Project Manager, the Owner's representative, and a copy will be included in the job package at job completion. NHPL will use only Owner approved materials and equipment during performance of the work. NHPL and its' Subcontractors will handle, store and install the material in a manner that meets the Manufacturer's and Owner's standards and specifications. NHPL will not use material or equipment for any purpose other than what was intended or specked unless authorized by the Owner. Unless otherwise specified, materials and equipment furnished for permanent installation shall conform to applicable standard specifications and shall be new, unused, and free from defects and imperfections. Shortages or overages will be noted. Prior to construction, materials and goods received will be inspected for defects or damage. NHPL will follow requirements for reporting and returning damaged goods. Damaged or inferior goods will be returned to the Vendor. Materials Management The Project Manager is responsible for verifying that work package submittals are complete. During the progress of the work, NHPL will verify that any changes have been recorded that are described by field orders, required by field conditions or any other modifications required to North Houston Pore Lin Corp. RFP 01-1006-SRU 1-12 850AHW WROL6 HuinIX770 P. 8321148M-P. 832-4A8.W VW C VAWA 1 City of Lubbock Project Experience 1.0 CONSTRUCTION/MODIFICATION EXPERIENCE & CAPABILITIES complete the project in conformance with the drawings and specifications. Quality Control Reports The Project Manager is responsible for ensuring that all activities performed on projects are given due attention in the area of Quality Control. This attention will be in accordance with the parameters of this plan, and may range from review at the foreman level with a short checklist on the as -built sketch, up to a combination of daily, weekly, monthly reports on large construction projects. Specific report requirements will be determined by mutual agreement between NHPL and the Owner on a project site and job specific basis. Monthly Status Reports The Project Manager will prepare and submit a monthly status report that summarizes work to date. The report will be customized to the project requirement but it may include: • Tasks completed since the previous report • Tasks planned to occur prior to the next report • A discussion of Nonconformance issues and remedial actions taken Summary of NHPL's and NHPL Subcontractors QC performance • An inventory control report A discussion of change orders including field modifications Test reports Additional information may be added to this report as time and experience dictate Pre -Installation Inspection Phase Pre -installation inspection will be conducted, multiple times throughout the course of the contract as necessary, for each new definable item of major work effort. The Project Manager reviews the project scope, contract drawings, working drawings, approved submittals and specifications to determine the specialized inspection that will be required to assure the quality of work to be performed. The Project Manager will then develop inspection instructions sufficient to meet the quality and safety requirements of the contract specifications, standards and design requirements. In -Process Inspection Phase Conducted multiple times during the course of the construction effort, as necessary to ensure the work in progress is being performed in accordance with the Owner's standards and design for the project. Inspection results may be in form of memorandums or may be in the form of standard checklists. Adjustments to control procedures may be required based upon the results of this phase and control testing. Reports of the results of this phase are included in the NOM F wsbn Pole UN Corp. RFP 01.10*SRM 1-13 850Aki MIROA _ Huitat 7X7W P. W2448bW-P.W2448MN aIR City of Lubbock Pr91ject Experience N 1.0 CONSTRUCTION/MODIFICATION EXPERIENCE & CAPABILITIES daily QC reports as appropriate. Items to be reviewed during this phase include and are not limited to the following: - - •- Inspections shall be performed as soon as the work on -the particular item begins,. and _ continues throughout the performance of work until finished • Inspections and examination of the work, workmanship and materials shall be made a matter of record in the QC documentation Review and submit QC reports from all personnel involved • Insure that as built documents are kept in a current condition • Coordinate tests and inspections as required with Owner's representative, local government officials, independent testing agencies and others as necessary • Review job hazard analysis to ensure safety of personnel and procedures • Note as needed and report any work deficiencies, utilizing the nonconformance report process Results of the in -process inspections will normally be recorded in the Daily QC report wherein a current listing of all active definable areas of work is noted on each report Additionally, special reports may be developed as needed during the course of the construction effort. Procedure for Nonconformance Conditions Report Material and Work In Progress (WIP) shall be inspected and approved by the Project Manager and staff. Additionally, the Owner's representative and/or inspectors may conduct inspections and audits of both WIP as well as completed worts (Post Audit) within the requirements of the contract documents. The material, work in progress and work completed shall be sampled and tested as required by the specifications. The Project Manager, or his designee, shall record the inspection or test results and notify the appropriate supervisors or crew on site of any deficiency needing correction. The supervisor will assure the deficiency is promptly corrected. If the problem is acknowledged and corrections are made, a formal noncompliance will not be necessary. If the deficiencies are not corrected as agreed upon, the Project Manager will issue a Noncompliance Report (NCR) to the local supervisor. Each NCR will be reviewed, investigated, and a course of action will be determined. The supervisor shall respond to the Project Manager with a written proposal describing the corrective action that will be taken and when. If the deficiency is not corrected within the stipulated time as specified in the Contract documents, the Project Manager shall then issue a Stop Order, which shall not be lifted until after the deficiency is corrected to the Project Manager's satisfaction. In the event of a dispute regarding an NCR, the Owner's representative will be the final authority, within the requirements of the contract documents. f NCR Rejection of Work { Crew foremen shall notify field supervision and the Project Manager immediately of all defective work. The supervisor shall submit a proposed remedy for the defective work to the Project Manager for approval. The Project Manager shall approve the proposed remedy and North Mous6 Pole a* core. RFP 01-1006-SRU 1-14 W0Ak6eAfdPb* Fb zkq IX707 P M244851792-r-0-448.9GB4 A�UMTAMVMCOM City of Lubbock Project Experience 1.0 CONSTRUCTION/MODIFICATION EXPERIENCE & CAPABILITIES t notify the supervisor of any objections. Costs incurred by the Owner for repetition of testing shall be recoverable from NHPL in accordance with the Contract Documents. Final Inspection Phase The Project Manager will schedule final inspection of the project conducted at completion of the work, when the work is agreed to be substantially complete by both NHPL and the Owners representative. Results of this inspection effort will result in either an agreement that work is complete or in a punch list of items which must be corrected by NHPL before the project is considered to be complete. A final inspection will be performed at the completion of any definable feature of work and will generally check the following areas: • Review work for completeness and compliance with contract documents • Review as built drawings for completeness • Provide a punch list of incomplete or nonconforming work with established date of correction • Include all parties having an interest in the completed work to participate. G. Environmental NHPL is committed to the protection of the environment wherever we conduct business Management activities. Our objective is to continuously monitor our environmental performance, to instill a sense of environmental responsibility in our employees, and to be recognized as an environmental leader in our Industry by our peers, the public and applicable regulatory agencies. All employees are expected to comply with environmental laws and regulations, and are expected to manage environmental performance in a manner consistent with the health and safety performance of the corporation. We have in-house staff capabilities to provide environmental permitting and compliance for all EPC projects. Our environmental investigation experience covers a range from land use, recreation/wilderness, visual resources, soils, geology, water resources and floodplains to wetlands. We believe that no firm can offer all potential biological, vegetation and cultural resource experts that may be needed for field studies for every geographic region; when the need for additional resources is identified (mostly Threatened and Endangered Species and cultural resources) we outsource field surveys to a member of our highly qualified consortium of specialist firms experienced in the geographical area of concern. NHPL and has successful experience with sensitive ecosystems ranging from woodlands and wetlands to deserts and mountains. We offer unique in-house environmental permitting, mitigation and compliance services based on extensive field experience, supplemented by alliances with leading environmental consulting, engineering and technology firms. These services include: • Development of environmental plans and establishment of environmental controls • Identification of environmental , cultural and public safety, permit requirements, assigning responsibilities for preparation of deliverables, oversight and implementation • Permitting process tracking North ftSIDn Pole Line Corp. RFP 01-1006-SRM 1-15 850AUWMalftid Huiy%1X77037 P 832448=—F.832498. O II i l- 1 A UAWA SEMM COWAWCityof Lubbock Project Experience 1 1.0 CONSTRUCTION/MODIFICATION EXPERIENCE & CAPABILITIES • Identification of deliverables supporting permitting/compliance process • Corporate environmental monitoring programs We have prepared, negotiated and implemented -a significant number of environmental mitigation plans. Through this experience along with our understanding of the planning, construction and operation of electric utility plants, stations and transmission lines, our team is able to avoid a majority of critical environmental, biological and cultural resource areas. Where instances do occur that avoidance is not feasible, our strong working relationships with local, state, regional and federal area agencies provide an excellent foundation for developing a solution that is amenable to all parties involved. Examples of project specfic environmental management plans are available on request H. Experience North Houston Pole Line's experience includes substation, switchyards, and transmission line construction up 500 kV voltage levels. With the current market forecast for large transmission line projects taken into consideration, NHPL has been purchasing tools and equipment to accommodate these larger transmission projects. Everything from bundle stringing blocks, specialized wire stringing equipment, and larger cranes have all been an investment made by our company. We believe it is better to prepare now for the future than to encounter resource constraints when the work arrives. ` u ton I. References r Centerpoint t PO Box 1700 Houston, Texas 77251 f! Entergy 7701 Frasier Pike Little Rock, Arkansas 77206 Oklahoma Gas and Electric 1200 East 1240 Service Road, BLDG B Oklahoma City, Oklahoma 73149 Texas New Mexico Power I_ 702 36th Street North Texas City, Texas 77590 American Electric Power 212 East Sixth Street Tulsa, Oklahoma 74019 Bums and McDonnell 1700 West Loop South Allen Valicek Jed Duvall 501490-3732 Mike Stepp 405-553-4876 Wayne Blaylock 409-948-8451 Dorothy Renault 918-599-2731 i Richard Tagle 713-448-0112 Houston, Texas 77027 ' City of Public Service San Antonio Adam Marin 145 Navarro Street 210-353-2476 North Houston Pore Lk* Corp. RFP 01-1006-SRU 1.16 f adn 7X77037 P. 0-448M-F.832448-M �a AgUAW� � Cityof Lubbock Project Experience 1 ` 1.0 CONSTRUCTIONIMODIFICATION EXPERIENCE & CAPABILITIES ( San Antonio, Texas 78296 ~— I ( Brazos Electric — — — Gene Hoegenauer — 1 2404 LaSalle -Street 254-750-6500- - Waco, Texas 76706 Bryan Texas Utilities Stan Boase 205 East 28th Street 979-224-0546 Bryan, Texas 77805 Grand River Dam Authority —Nita Wade PO Box 409 918-256-5545 Vinita, Oklahoma 74031 Florida Power and Light Joe Marchese — 561-691-2398 Beta Engineering George Brashear 4725 Hwy 28E 318-767-5544 CPineville, LA 71360 1 L . t, t- North Houston Pole We Corp. RFP 01-1006-SRM 1.17 850AtfiV 1Rak Hasb%TX77W R 83248-9092-P.832.448M Contractor's Proposed Key Personnel Organization Doing Business As bM;}cJ jJQ1 Proposed Project Organization Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the tide and names of key personnel. Include this chart as an attachment to this description. See attachment No. Z;'r- V1;.L Ttwat•V 5i , L S�.e b� C *�i- �-des u+ �I-rta Pq (`rl" - pr tro UtkAt IS> l7 e>V'4 t - RvJed- MGrw.cTK— 'TASOn G (1 M �ArJl Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include the title and names of proposed key personnel and alternates. Include this chart as an attachment to this description. See attachment No. 'cagy -Grp — buer5r��t �aban f�flnn — Wo2K. dVe�-si�'1" ExperiencePersonnel 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 SCn►a Project Superintendent,,. n Project Safety Officer Quality Control Manager CCF u p 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. 8 Proposed Project Managers Organization Doing Business As Primary Candidate Name of Individual I Lir"VtA R4W562 N"V SC�rIS Years of Experience as Project Manager 2. Years of Experience with this Organization 1 Number of similar projects as Project Manager (� Number of similar projects in other positions M,,WFI a Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name ALWA Name Title! Position Tide/ Position Organization Organization Telephone - 69- Imp Telephone E-mail E-mail Pro ect Project Candidate role Lon Protect �•M• CandidateAlternate Name of individual Candidates role on Pro ect MFA Years of -Experience as Project Manager Years of Experience with this Organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Referenc ontact Name Information (listing names indicates approval to contacting Name the names individuals as a Title/ Position rifle/ Position Organization Or anization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 9 Proposed Project Superintendent Organization Doing Business As Primary Candidate Name of Individual rAtiILJ,'A1 rA:M Years of Experience as Project Superintendent 10 Years of Experience with this Organization- at,f5 - - - - - Number of similar projects as Superintendent Number of similar projects in other positions Tcw Ma s Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 5y, nru• bit L 5 `4 A01 Zctt Aa Z5 Y. 16KI 'bd Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name MArir4 fltotJ Name I o Title/ Position Title/ Position Organization m �(IDJ Organization Telephone 35- AIM Telephone 3w. gor-US-1 E-mail Q r E-mail kjad&AS c. Orfl Candidate role I baOL. on Pro ect Sw crWv-,AA* Alternate Candidate Name of Individual Candidate role on Pro ect Years of Experience as Project Superintendent Years of Experience with this Organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Name Informaf—ion (listing names indicates approval to contacting Name the names individuals as a Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 10 Proposed Project Safety Officer Organization Doing Business As CandidatePrimary Name of Individual Years of Experience as Project Safety Officer Years of Experience with this Organization - - - - Number of similar projects as Safety Officer uo Number of similar projects in other positions Gov} Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date A"u,n is t• 4 znn U4 ubV- ` %- 2S %, Z z' I k Reference Contact Information (listing names indicates approval to contacting the names Individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone 3-33 Telephone E-mail E-mail Project All 5& Pro ect Candidate role on Pro ect OVVX(W b� S Alternate ...- Name of Individual Candidate role on Project Years of Experience as Project Safety Officer Years of Experience with this Organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact• Name •(listing names indicates approval to contacting the namesindividuals Name Title/ Position Tite/ Position Organization Organization Telephone Telephone E-mail E-mail Project I Project Candidate role on Project Candidate role on Project 11 Proposed Project Quality Control Manager Organization Doing Business As Primary Candidate Name of Individual Years of Experience as Quality Control Manager S Years of Experience with this Organization - - Number of similar projects as Quality Manager Number of similar projects in other positions loot Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date ti SCOU zS /. Ref rence Contact Information (listing names indicates approval to contacting the names individuals as a reference Name rfAOIL Name Title/ Position W,Ad t Title/ Position Organization WFL Organization Telephone Telephone E-mail ift(A'► E-mail Project Project Candidate role on Project AlternateCandidate Name of Individual I VCandidate U role on Proled Years of Experience as Quality Control Manager Years of Experience with this Organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates approvaf-to contacting Name the names individuals as a Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 12 Contractor's Project Experience and Resources Organization Doing Business As LIMA AA W'�V Provide a list of major projects that are currently underway, or have been completed within the last five ears on Attachment A Provide a completed Project Information form (Attachment B) for. projects that have been -completed in the last five years which specifically illustrate the organizations capability to provide best value to the Owner for this project. 3�1- rm ttachment B) for projects which illustrate the experience Include a completed Project In ormatioLO&T. of the proposed keypersonnel. Provide a description of your organizationd approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety ?. Managing changes to the project 8. Managing equipment Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own B Will Lease 0.1 6 n + t Ii tlb DivisionJW of • between Organization an• Subcontractor What work will the or anization complete using its own resources? 4 es v` watt Witt, OLAA-ow^ pt bN-'t_1 , What work does the organization propose to subcontract on thisproject? 13 No Text Organization Doing Business As 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 Comment iL— 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- do Provide a list of major equipment proposed for use on.this project. Attach Additional Information if necessary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install Other North Houston Pole Line Transmission / Substation I Foundations Organization Chart No Text o t ♦' yq Ao C AqVAIM�COK� RESUME PROPOSED POSITION General Manager SUMMARY Mr. Ingram has more than 30 years' experience in the electric industry, with key responsibility for new construction as well as critical modification and storm restoration projects. RELEVANT EXPERIENCE - - - - - Nextera Horse Hollow Transmission Line (2008 — 2009) Subsidiary of Florida Power & Light Responsible for construction of 75 miles of three bundle, 345 W line. This project was constrained by many factors (ie: time, terrain and easement) utilizing a 180-man workforce to finish on time with five months of actual construction, minimal incidents and no recordable accidents. Entergy Storm Restoration (2008) Louisiana Restored 4 miles of 500 W In 40 days. Project consisted of removal and installation of 24 lattice towers and 22,000' of 1272 ACAR conductor in Baton Rouge, LA. Entergy, CenterPoint and Brazos Multiple Projects (2007) Brazos Power Upgrade Transmission Line (68 W to 138 W) (2006) Hillsboro, 7X Responsible for 22 miles of 69 W to 138 W line, utilizing a 30-man crew for the removal of 4/0 ACSR on single wood poles, and the Installation of single concrete poles and 795 ACSR conductor. Project managed concurrently with Safford, AZ, project for Beta Engineering. Beta Engineering New 69 W Transmission Line and Nine Substations (2006) Safford, AZ Served as Project Manager responsible for the construction of 17 miles of new built 69 W and nine 69 W to 13.8 W substations utilizing a 40 man crew. Project managed concurrently with transmission line upgrade for Brazos Power. City Public Service of San Antonio Tower Modifications (2005) San Antonio, 7X Structural modification of 219 energized 345 W, double -circuit lattice towers. Progress Energy Storm Restoration (2005) Florida Storm restoration in the Florida Panhandle after Hurricane Dennis. Entergy Storm Restoration (2005) New Orleans, LA 90 days of storm restoration after Hurricane Katrina. City Public Service of San Antonio Tower Modifications (2004) San Antonio, 7X Structural modification of 87 energized 345 W, double -circuit lattice towers CenterPoint Energy Tower Modifications (2003) Houston, TX Raise and reconductor two 2484 30' triple circuit bundle 138 W towers at the Houston ship channel. AEP Reconductor Transmission Line (2002) Henrietta, OK Rebuild and reconductor 30 miles of 69 W tol38 W transmission line. L ` NxM H= bo*V core. Ingram - f t_ No Text RESUME EMPLOYMENT HISTORY North Houston Pole Line Construction Superintendent �} Houston, TX General Foreman 2002 — Present L.E. Myers Responsibilities included delegation of daily tasks for 40-man crew, the acquisition of all permits and 1999 - 2001 - clearances necessary to perform work-in- the City of Houston, -TX, ensuring -the -completion of quality - multi -million dollar projects. • Re -conductor of ten miles of 345 kV. Double -bundle to tri-bundle using new ACSS conductor. • Installation of twenty miles of new 345 kV - 959 ACSS conductor in tri-configuration. • Removal of twenty miles of double -bundle 345 kV. • Various maintenance projects including two Houston ship channel crossings. Henkels & McCoy Foreman 1990 -1999 Responsibilities include coordination of customer, engineers, subcontractors, vendors, manpower, and equipment. • Park-N•View - Construction of telecommunications systems nationwide (1998). • City of Liberty, TX - Construction of 13.8 kV substation (1997). ■ Entergy, New Waverly, TX - Construction of 138 kV switch station (1996). • U.S. Department of Energy - Relocation of double circuit 230 kV. transmission line (1995). • SWEPCO, DeQueen, AR — Rehabilitation of 29 miles of wood H structure transmission line (1994). Jobline Construction Co. Foreman 1987 -1990 Responsibilities include all aspects of wire stringing, with emphasis on helicopter work. Chapman Construction Co. Lineman 1979 -1987 Responsibilities include all aspects of transmission line construction. EDUCATION & TRAINING High School Graduate -Vinton County High School, McArthur, Ohio I.. IYaffi Har WPbbL h* C&p. Ingram - 2 No Text t Page 1 Richard Lee Garland 601 Kost Road Alvin, Texas 77511 281-331-3044 - - - - rgarland@nhplc.com- . Experience: North Houston Pole Line, LP October, 2001 850 Aldine Mail Route, Houston, Texas 77037 To Present VP of Operations Transmission, Substation & Major Duct Work December 1979 L E. Myers Construction To October 1, 2001 General Foreman 'Transmission Construction Positions Held Groundman 2 Years Apprentice 4 Years Lineman 24 Years Total 30 Years Work Description Distribution: 12 KV and 34.5 KV maintenance, feeder construction -rebuild and reconductor Rubber glove and hot stick work. Transmission: 69 KV 138 KV 345 KV 500 KV rehab work, reconductor and rebuild also new construction and energized transmission Project Work Performed: Install 345 KV two circuit steel pole lines, pole height ranging from 189 feet to 249 feet. Install 2-wire bundle using 2 million AAC and 3-wire bundle using 959 ACSS. Raise 138 KV and 345 KV lattice towers for reconductor work. Reconductor work performed, removal of 795 AAC and 795 ACSR wire ,install 1272 ,1590 ACSR , 2 million AAC,795ACSS , 959 ACSS, 1433 ACSS wire. Single conductor, two wire and three wire bundle. Wirework including 1-mile projects to 28-mile projects. Various energized crossings, distribution and transmission. Water crossings including rivers and ship channel crossings. Highway crossings also. Page 2 Transmission work performed for: CenterPoint Energy, Houston, Texas; City Public Service, San Antonio, Texas; OG & E Oklahoma City, Oklahoma; PSO, Tulsa, Oklahoma, American Electric Power, Oklahoma and Texas locations; Sam Houston Electric Coop,- Livingston, Texas ,Lower Colorado River Assoc., Austin, Texas, Burns & McDonnell, Houston, Texas; Florida Power & Light, W. Palm Beach, Florida, Oncor Electric, Ft. Worth, Texas. Recently Completed Projects: Burns & McDonnell/OG&E-• Windspeed Project, 52 miles new 345 kV Steel Pole Line, 2 wire bundle 1590 ACSR. Florida Power & Light - Horse Hollow Gen Tie Project, 227 miles of 345 kV Steel & Concrete Poles, 3 wire bundle 795 ACSR, completed in 7 months by 3 Quanta Companies, NHPL, Irby & Dillard Smith. NHPL portion 80 miles with 180 men. URD Work: Rehab and new construction 12 KV and 34.5 KV Sub Station Work: South Texas Project Bay City, Texas Gibbons Creek Iola, Texas Education: February 1981 Joint Apprenticeship Training Committee To 1984 Achievements: Represented Local 66 in the Apprentice of the year contest, placed second in our district. Worked as a lineman, Foreman and General Foreman in transmission, distribution and URD. Before my departure to North Houston Pole Line, I worked for L.E. Myers for 22 years. The past seven years, I was in charge of all transmission operations for Pasadena District. My duties included management of various projects new construction and rehab. I managed of over 130 employees and over 140 pieces of equipment. Fall 2002 Quanta Services bare hand and hot stick training. Have energized work experience on 69KV, 138KV, 345KV and 500KV lines. Page 3 Recently promoted to VP of Operations for Transmission, Substation and Major Duct Work. - Reference: - -Joe Garland - Earl Austin Alan Valicek North Houston. Pole Line _ -- 713-202-9360 North Houston Pole Line 713-691-3616 CenterPoint Energy 713-305-1018 No Text A qUAM SU MCOWAW RESUME Lee Jones PROPOSED POSITION Senior Project Manager SUMMARY Responsible for estimating, contract review and risk analysis, bid and contract negotiations and proposal writing. Upon contract award, focus turns to Project Management utilizing detailed cost and revenue forecasting -and development of detailed project construction_ - schedules that are resource and cost loaded for accurate tracking on many levels as well as communication with the Project Owner, Project Superintendent(s). SPECIALIZED SKILLS - Primavera Contract Manager RELEVANT EXPERIENCE Entergy Oklahoma Gas and Electric / Burns and McDonnell Puget Sound Energy • Primavera P3 and P6 • Microsoft Project • Microsoft Office Tools • Multiple Accounting / Job Cost Tracking Softwares • 8 Years Estimating Experience ■ 10 Years Scheduling Experience Contraband - Casino — Lake Street Transmission Line Project Gulfway — Kolb Reconductor Project Lake Charles, LA and Port Arthur, TX Role: Project Manager Windspeed 345kV Transmission Line Project (2009) Selling, Oklahoma Role: Project Manager Multiple EPC Projects (2008) Washington State Role: Involved with the bidding, negotiating, and project execution of multiple EPC transmission line projects. Tri-State Generation Tularosa Tap to Carrizo Canyon 115kV Transmission Line Project (2008) Tularosa, New Mexico Role: Project Manager PNM Resources Various Transmission Projects, EPC Projects (2007, 2008) New Mexico Role: Regional Manager: Developed alliance with customer, bid / negotiated projects, and responsible for overall management of contract. Georgia Transmission 115kV Transmission Line, Concrete Poles (2007) Company Athens, GA Role: Project Manager Puget Sound Energy 230kV Transmission Line, Lattice Steel Towers (2006) Vantage, WA Role: Project Manager Chelan County PUD 230kV Transmission Line, Steel Monopoles (2006) "HmaW Fb U* Corµ Reswie Jones -1 fir+- ..,p „,,,...,,�,� �,w,.�..,,».,.,„,p �.,.., .....y ,.«. .....,, ..., .�. P' P^"»...«.,,`^n H"'^'^ ..,,.,. «.".,.,.....„,; t...,�...,„.d 6y� 6p,..�.,,�wm' � � �, per,...:, � ..-. _._. .�......,�...:.� ,., a_...._-,� � �,:�.. ...,, AgummsommmmPAw RESUME Wenatchee, WA Role: Project Manager ` Entergy Koontz, LLC 115kV Transmission Line, Wood H-Frame (2005) Los Alamos Nuclear Lab, NM Role: Project Manager Bonneville Power Various Transmission Line and Fiber Projects (2005 - 2008) Administration Washington, Idaho, Oregon �_• Role: Project Manager Entergy Transmission Alliance Contract (2002 - 2005) Arkansas, Mississippi, Louisiana, Texas Role: Project Controls Xcel Energy 345kV Transmission Line Rebuild (2005) Colorado Springs, CO Role: Project Controls Sierra Pacific Power Falcon to Gonder 180 mile 345kV Transmission Line (2002 - 2003) Central Nevada Role: Project Controls EMPLOYMENT HISTORY North Houston Pole Line Project Manager / Estimator Houston, Texas 2008-Present Wilson Construction Company Regional Manager / Project Manager Canby, Oregon 2005- 2008 Irby Construction Company project Controls /Estimating Jackson, Mississippi 2002-2005 LICENSES & - Contractor License - Commonwealth of Virginia CERTIFICATION . Contractor License - State of Alabama- 0 Contractor License - State of Arkansas Primavera P6 Certification AFFILIATIONS - Project Management Institute, Member since July 2003 - PMI College of Scheduling ' EDUCATION / TRAINING Master of Science in Engineering Technology Emphasis: Construction Management The University of Southern Mississippi Bachelor of Science in Business Administration Emphasis: Banking and Finance The University of Southern Mississippi IJ0M H0 a(on PokUe Core. Resume Jones - 2 No Text l C • CompProjects and Pro Attachment A Current leted within the last 10 Yeas 7 p L_ Project Owner Project Name I WiAJ.5w_Ln General Description of Project 140 P414 01P 316 V Project Cost 50 M I Date Project Completed 17, ZAIO Key Project Personnel Project Manager Project Su rim ndent Safety Officer Quality Control Mana Name &� =1A I Kid L4AA ifte_�S_bfkts INS El 5 4J MA V qrl Reference Contid Inibrmaboh (listing names indicates approval to contacting —1-0kh-alsas a reference) Name Title/ Position Organization Telephone E-mail Owner ME 3W-t—omrtck VG. O - $ 4 Designer Rprd I MVL Jh6 -D+rAa r- V, Construction Manager _- 0- Project Owner Project Name General Description of Project i m-Itf 0 Project Cost KO W, I I Date Project Completed Key Project Personnel Project Manager Suject nt Safety Officer 11 y Contro Manlit l Name ewe MjE A A 0 Reference Contact Iriformation (listing names indicates approval to contacting the names individuals as a ref C Name Title/ Position Organization Telephone E-mail Owner rta,a _ 3 Designer PPE r"AtP16A P ' Construction Manages Project Owner 1 Project Name , General Description of Project: d Project Cost to Project Completed Key Project Personnel Project Manager Project Su ntendent Safety Officer Qualit Control Man er Name FN b Reference Contact Information (listing names indicates approval to contacting the names individuals as reference) Name Title/Position Organization Telephone E-mail Owner . !8 - VNE777ip+^ Designer Construction Manager p i Project Owner L% 1I Project Name General Description of Project h Project Budget Hist Schedule Performance Amount % of Bid Amount Date Days Bid 13K,1111161% PAO Notice to Proceed Change Orders f4d, Contract Substantial Completion Date at Notice to Proceed Owner Enhancements A Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total g p. (I,pb Actual / Estimated Substantial Completion Date Final Cost /w, UAd, PersonnelKey Project Name Percentage of Time Devoted to the Project - Actual / Estimated Final Completion Date Project Manager Project Sup scok1 S via, tX!° p Sat Officer Quality Control Manager �r • r Proposed for this Project 1. ob 1 ' r Did individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for change. Reference Contact Information (listing names indicates Name approval to contacting the Tide/ Position names individuals as a reference) Organization Telephone E-mail Owner ZAV_ _ Designer Construction Manager n m q- PTWL "Efthpka TO S Sure Issues / Disputes Resolved of Pending Resolution by Arbitration.Dispute Number of Issues Total Amount involved in .1 Resolved At, Resolved Issues N Review Boards Number of Issues Total Amount involved in O � Resolved Issues i i 16 1. CONTRACTORS -STATEMENT OF QUALIFICATIONS Individual contractors and joint ventures submitting a proposal 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 proposal submittal. Failure to submit the following Proposal Evaluation information may result in the OWNER considering the proposal non -responsive and result in rejection of the proposal by the OWNER. Offerors 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. OUALITY 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 proposal, which in its judgment is the lowest and best proposal, to reject any and all proposals, to waive irregularities in the proposals, or to reject nonconforming, non -responsive, or conditional proposals. In addition, the OWNER reserves the right to reject any proposal 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 proposal 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 attorneys fees for collecting such costs and damages. Complete the following information for your organization: 5 Contractor's General Information Organization Doing Business As Business Address of Principle Office Telephone Numbers Main Number Fax Number Web Site Address Form of Business (Check One) A Corporation A Partnership An Individual Date of Incorporation State of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) I Name Business Address Average Number of Current Full Time Employees 6 Average Estimate of Revenue for the Current Year Contractor's Organizational Experience Organization Doing Business As Business Address of Regional Office Name of Regional Office Manager Telephone Numbers Main Number Fax Number Web Site Address • .. List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies p sently doing business: Names of Organization From Date To Date List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Years experience in projects similar to the proposed project: As a General Contractor I I As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? 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 ears? 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? 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? 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? If yes provide full details in a separate attachment. See attachment No. 7 Contractor's Proposed Key Personnel Organization Doing Business As -... -.-.- e._nizatioh 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 as an attachment to this description. See attachment No. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include the title and names of proposed key personnel and alternates. Include this chart as an attachment to this description. See attachment No. 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 Project Superintendent Project Safety Officer Quality Control Manager 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. 8 Proposed Project Managers Organization Doing Business As Primary Candidate Name of Individual Years of Experience as Project Manager Years of Experience with this Organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates approval -to contacting the -names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Alternate Candidate Name of Individual Candidates role on Project Years of Experience as Project Manager Years of Experience with this Organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 9 Proposed Project Superintendent Organization Doing Business As CandidatePrimary Name of Individual Years of Experience as Project Superintendent Years of Experience with this Organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact-tnformation (listing names indicates approval to contacting the names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project 'Alternate Candidate Name of Individual Candidate role on Project Years of Experience as Project Superintendent Years of Experience with this Organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 10 Proposed Project Safety Officer Organization Doing Business As CandidatePrimary Name of Individual Years of Experience as Project Safety Officer Years of Experience with this Organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Alternate Candidate Name of Individual Candidate role on Protect Years of Experience as Project Safety Officer Years of Experience with this Organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Proposed Project Quality Control Manager Organization Doing Business As Primary Candidate Name of Individual Years of Experience as Quality Control Manager Years of Experience with this Organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates approval -to -contacting the names individuals as a reference Name Name Title/ Position Title/ Position Organization Or anization ` Telephone Telephone E-mail E-mail Project Protect Candidate role on Project Alternate Candidate Name of Individual Candidate role on Project Years of Experience as Quality Control Manager Years of Experience with this Organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name Name Title/ Position Title/ Position Organization Or anization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project ZIA .e and Resources AS acts that are currently underway, .or have been completed within the last five .iject Information form {Attachment B) for projects that have been completed in ;h specifically illustrate the organizations capability to provide best value to the Project Information form (Attachment B) for projects which illustrate the experience personnel. .on of your organizations approach to completing this project to provide best value for Jing a description of your approach in the following areas: administration ament of subcontractor and suppliers management control Aity management oject site safety lanaging changes to the project Managing equipment AUN .de a list of major equipment proposed for use on this project. Attach Additional Information if assary luipment Item Primary Use on Project Own Bull Lease 1151piffiffl.r. ME.- s .. .. What work will the organization complete using its own resources? What work does the organization propose to subcontract on thisproject? 13 Contractor's Subcontractors and Vendors �Q Q�o1gc cac<o�s ��s\C 00 Organization Doing Business As Pr6ie6t Subcontractors Provide a list of subcontractors that will provide more than 10 percent of the work (based on co amounts Name Work to be Provided Est. Percent of Contract CommeNe �e \r 0 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 Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install Other 14 Attacnment A Current Projects and Project Completed within the last 10 Years Project Owner I Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Project Owner I I Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail. Owner Designer Construction Manager Project Owner I Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager 15 ii-roject intormation EProject Owner Project Name I General Description of Proiect Budget History Schedule Performance Amount % of Bid Date Days Amount Bid Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date —Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost --I-Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Quality Control Managerl Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for chance. 12 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror and Agent Must be submitted with Proposal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have ' beeri reviewed by me with the below identified 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 proposal. Original Signature) 7�, c, &rl czl � Contractor (Print) CONTRACTOR'S FIRM ADDRESS: 950 ,dl�l� N QOO AgentBro r: Jbkn L. (,.lie ho,.^, So,, L• 1"' gent / Broker (Signature) Address of Agent/Broker: � L _ (y&W, " :5Dn • L.P. City/State/Zip: tip LQOA I:Cans Agent/Broker Telephone Number: (-7LS ) - 33UG Date: ( 6 1 to 11 NOTE TO CONTRACTOR 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 Purchasing Manager for the City of Lubbock at (806) 775-2163. PROPOSAL# - Lake Alan Henry Water Supply Project, Treated Water Line — Contract G1 1_ CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT II To Be Completed by Offeror and Agent I Must be submitted with Proposal 1, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me with the below identified Insurance Agent/Broker. If 1 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 proposal. 1_ Contractor ( Original Signature) 11, 1 CONTRACTOR'S FIRM NAME: (Print or Type) CONTRACTOR'S FIRM ADDRESS: Name of Agent/Broker: Agent / Broker (Signature) Address of Agent/Broker: City/State/Zip: Agent/Broker Telephone Number: { Date: Contractor (Print) I NOTE TO CONTRACTOR 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 - Purchasing Manager for the Citv of Lubbock at (806) 775-2163. PROPOSAL# - Lake Alan Henry Water Supply Project, Treated Water Line — Contract G1 Page Intentionally Left Blank N .... . i ` 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. C. Convictions of a criminal offense within the past ten (10) years, the offense of 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 three (3) 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 NO_V__ If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, a summary listing of the citations and the following information with respect to each such citation: l_ Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. Offeror's Initials 1 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, suspensiontrevocations 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 , 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. QUESTION 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 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. Provide your company's Experience Modification Ratio and supporting information: ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK .87 — zooI Y3�Z00i 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 misrepres tations omi 'o cause my proposal to be rejected. pAMCiA O FOR" ignature 2 -900 13000000❑ 000' �{ --1900 ❑000000❑ 1300-1—+e • r=1900 130000000 000.E $ e000❑000000 000.1., mm Mat F t t t t t 1 �Anal item O m m m m m m m O m is m 41 y $� �g JIMm 0000000m00o' a �a it ®_ s# llIll4 ili i i i I I 01 : if f . 9 Y i -z s Q y iv rQ000ao00000'0*011€ 41 it mO000000MOO 00311 fir r 000000 00000 0❑+g rfit � filE rirrrr8�= .�! �•�e I}r ri i ri•rr rrl�� m ® m, m•.m m fg.a m -mew'' -t ao❑oo 00000000 00: I coo 00000000Do* �-+:� I 00000000 000 inow ---�913D 00000000 0130 RI�0 0 0 0 00 0 0 0 0 0o 0 0 g �r��rrrrrrr=rrrr � , S s x smm ®OOOD000000 41 lisaAli # 0 0 0 0 0 00 00 0 0 0 0 d JIa00 00000000D00 a g4 All b all all �� 11111 o�s� �� flli.11lli� co II `R fr D 000130oOOOD 0019 Hill r Omm00130000❑ mWxi �# jr D❑ O O O O O B O❑❑ 0 0■ t11, "s;s BDOMMMMOM®® DO=l�;' 7 3a I �•l-rr-r r I- I-r r 1-2 :9-- .00D 00000000 0❑8.nr. 3='00000013000013132" f� 13 O D❑ O 00000 0❑ 0 Dam- i :��0 0 00 0 O 0 0 ❑O ❑ ❑ 0 ❑ate { 11 �I pa �IIIlII�IIr4IL Wit 7 3 r❑ oil ❑❑❑ ❑Do❑ 0031 $; ooD0000D❑aa aaaIa� r DD❑❑❑D D❑DD❑ ❑D* log RA Omm®mmmmmmm mMgt IV i: is I-I-r r r r r r r r r r tq a r r r rz . S owl" mm mm1961E1mmm 0D0 00000OD0 0Oa'�' OSHA's FOM 300 "Paw vt 41 mob .13 -0- '13 U.,C] _A04 -wow Din Jaen. A^bRimm"Immemw 13 -U** '-A*" 0 Q CI.: 'M o as nerRz %aw i► Oww"d IVA% -4, A-9 ow Johan FAWA"Pidhb-p. p 0-Aar -liov-ra ma x , man C3 la D. 13 -A" la 13 (3 0,'13 13 Lam wto .'Jamarm -.t3 tl .0 -13. U 13 O'b'"Mi taal JCge"-um*Now U. la IT 0 -13 C3 "U.'13.*,' ' ipw.". Ar th O,SHA's ForM 300 Loq of�Work=Related •Inj ptj" aad:M tlsr ,ri�igw9nr JAI�IM 'awQ t�MwO�a+�bilreM Dw� !b "RAW Er MY A.Mam wn�r raft" taa ria n■ai 1`M IA 1 M ��M�wN.Lr imp. KI ,M�hWM1�tIRM�1rWM�YY 1�1► . �.J C °t,""IL'..,.':` I Yser.2�i . .AW- OSHA's Form 300A ow nm q AadDIW WHOM s � g_ Summary of Work -Related ►gluries and Illnesses ENntR7 Tan4INVOWTO � Ar.rrw...a...aAM+�.�eirCwrYr►.wlq�la!Alw,oww.waapararr-w�a-M�arrrr, wr..ra/wwvaray Y�+9'deMMM�waMY�f«wwMMrMYr�Mr�rR w�:--a'�ir"�sraMwrwr�-nriar-raYPat Arr�Yr�YY�t�dYlwM��MyeWrir/�Mwgl�M�lirp►M� r�~�MCTlM,f104�i01MIw�1�wRYM�YYAIIY b10/Pw�lrMi�Yr{WY7Y�dOYMA�f11 Topwrmowd Toldawdrrd Twd mnbrd yaw d draft *« wm wp aw"wm!t aNMrneeiYdr aaw *cmrak br�Mrwnatblon awr lai N (0 (A T*W wAwd&paq Tom aiaw6arofdiiradpb Aawwik NUM 00 (N TO��,Wq MATAWOU (1) kAL 34 (N PobMkW MekidM011 0 (0)FM«NIM O. MRMpYabgiCantNUOiw a (0)Moiw Z POrtfftkmwwyP@Pftmfwbr wi:*ApfSOBOWY$wlbhmtwftpw gMidlyNM pfll� rir«arwr.ar..r—WMNWJ$M POLL L� pry JAMMAR[iAMAIRIMI py w2mRH so U- ap Tmm_ "Fi ns FVtion O6�L R —`-- Y.eAwYa.— aft Y M0pXW r y aria 2-17130 dirl�o�wwt6lrnaNer R,.w,...�y..«« rrrr.a.YrdrrNa.rrr� wwr- Iftft dsq w. 858 twr-ar.iyr-w.rrry- 2,270.726 eAww Knob* Y++hYy 1!Y dewmnrtaw nwll b a ear .mmdagay aru.- ar eoa��aawMarY r M M �ifS o�gYYYY P 0 0 0 0 El C3 0 E3 E3 El 13 13 0 0 11 es 13 M 0 E3 0 13 11 0 13 0 13 13 0 613 0 0 El 130 0 0 0 0 13 0 0 AMWna is ".w. a 13 13 0 ❑13 ❑13 ❑E3 ❑13 ❑0 0 0 00 0 N J oz "Sm 19 19 M M IS M (9 M M IS M 12 z 09 c Ass Jac 3 m to m 151 C9 19 Pa 1!9 m m m 110 0000000000000 Ali 4WD M to 13 00011000 13 El IS) Im Is Bill 10 0 13 13 0 0 0 0 0 000 0 C4 Jul IIIH 11 all ll{�iill,I11i!iIli1I1i ac�a �� o F list li ' O❑ ©❑ 0 0 0 0 0❑ 00❑ Q+ter Q j•��.. 013 00000000 000p.�,a,,� ❑ O ❑ 0 00 ❑ ❑ 0 0 000 a�•c s= .ti800 ❑❑❑Q0000 000�Ia a®m ©ama©o©t9 mmta Q � f �� o }e, c oq 0 y 0 0 * 0 0 •y o Q R, e oil snJ:. 0 ` ti � � a ..., z6 Y6 zfi Yfi gZ xs 111I.A11.411111-11 1114 C' i { o v...nw.w ❑❑ ❑❑OO❑❑O❑ ❑O❑oIM,eVUHC" Cp "WHO C14 L_ z s►�+e ❑ O ❑ ❑ O ❑ ❑ ❑ 0 O ❑ O ❑ ol�g� og ©mtl®12M51M00❑O❑�I z . Z$b -- cis ��,:; o '€mO O00©0®013000 s A 1 wl,lr 1 c ( �.. all 0I 11l SI 9I fill! 1111111 It 11 It 4.11919 • --x� 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. C. Convictions of a criminal offense within the past ten (10) years, the offense of 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 three (3) 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 NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, a summary listing of the citations and 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. Offeror's Initials __t l 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 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. QUESTION 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 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 Ratio and supporting information: ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have l 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 Title 2 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. , COMPANY NAME: NO +Il\ f jv`b'ry A FEDERAL TAX ID o Signature of Company Printed name of comps Date 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. 1, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. I_' COMPANY NAME: FEDERAL TAX ID or SOCIAL SECURITY No. Signature of Company Official: Printed name of company official signing above:_ Date Signed: r Pase Intentionally Left Blank ompany Name 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. PROPOSED LIST OF SUB -CONTRACTORS Location Services Provided Minority Owned Yes No ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: KL� flous+ (PRWT NAME OF COMPANY) No Text I 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. ]I. 12. 3 13. PROPOSED LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No ❑ ❑ 0 ❑ ❑ 0 ❑ 0 ❑ ❑ ❑ ❑ 0 0 ❑ 0 0 ❑ ❑ ❑ ❑ ❑ ❑ ❑ 0 ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: (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 Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS Pap-e Intentionally Left Blank (:ompany Name 1. 2. 3. 4. 5. 6. 7. g. 9. 10. 11. 12. 13. 14. 15. 16. FINAL LIST OF SUB -CONTRACTORS Location Minority Owned Services Provided Yes No ❑ ❑ 'Cl ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: INT NAME OF COMPANY) Company Name 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. U. 12. 13. 14. 15. 16. FINAL LIST OF SUB -CONTRACTORS Location Services Provided Minority Owned Yes No ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: (PRINT NAME OF COMPANY) Paae Intentionally Left Blank t AYMENT BOND Pap.e Intentionally Left Blank lk2 - Bond No. 82201496 / 906000015 §T Oj? W.PAYA119NT 11OND PURSUANT TO' SECTION 2253.02-1'(4) .OF THE TEXAS GOVERN il�� (OONTk" TV pW THAN $50,000) KNOW L w_ AYTRESEP that. North Houston Pole Line, L.P. NTS, �a (Mrein44 b-Oe -tl* PIin pa a$,pn­nojpgj(o,aa. Federal Insurance.Company/ Liberty Mutual Insurance Company 15 Mountain View Road, Warren, NJ 0170591075 Berkeley, Street, Boston, MA 02116 (hereinaftec called the,:Surety(s), as * .5wety(s),are lield.and-iR-mfy.boun&unt*-ttleCity 'iDfLubboc-k---(.b:eicliiaft --affb&-thd O61ij?,qd)i. in: thei:amoUt of One Million Two Hundred Eighty*.. Dollars ,(S,jjqg_883.00)'laWUnibfieyof-the United 81ates fbr the p ttr:dof, the said and .Surety bijnif, th - My ::aiid their: heirs; adminIstraturs.. t bffi RF-AS, the Principal b as entered into, a certain written Pali i A vdth.Al Q: bi Ig 0 e dated- f I,& f RFP 11-014-MA Contract #9854 Lake Alan HenryWater Supply Project 69kV Transmission Line Contract H-2 mo said Pdncipal under rieq-tilre& bpfqre. coimiriencirigtha.uork provided fbr- said contract to execute -a bond 1h thelaniourA of -sold ftedtoA-d d hereof as. jWy-4ndfo. the. same extent, As:,i# opi-d -NOW, THEREFORE TBE- CONDITION -OF T1119.0BLIGATION is SUCH,: - A ciannatifs 4upplyipg jaborandmaterial to. him or a-s6b-coritiactor inthe prosectiftou of th Wo- _qVI. said e; zlpr F Ill. colt ct,.then,lhts'ol?Itgatio -btvoi �yise , D tem I aiwn f 61ha t V11 fbrc6 and effb&, PROWIDJD, HC?WE tIER tbat this bond-is-mectiterpLrsuafit-fo the pyovisJu­s d 251O2--1t ofthe Govermuent Code, Arid fill jjibifltiin oii ilus tiQnci s1ra11 be tletetmiined in accordance -vith th&_- visioi>s aft said ktkle:to the samecxtcft'asr 'IN W1TN,-%WM--REOvi th&- ha) Q sigap : and.: S, sdAl PH4 (s) and $ (j). d, and led- this: instiument this: _day of Federal Insurance Company/ North Houston Pole Line, L.P. Liberty Mutual Insurance Company .850 Aldine Mail Route, Houston, TX 77037 sur0ty �' I I - - *Six Thousand Eight Hundred Eighty Three and 00/100 By.; ramw 1--61 Uitle) No Text inlexas -9 livr6bV.- Tlie undersigned surety companyepxesenis: that it is ilitly qualified designates-GloriaBlackburn* an -agent resideniinlubbock; CCould.to\Vhbflih1)-Y'r requisite-fiotkes hi4 OR "ed. iC :grid -on');vho-in .-. service- - ofprocess .m.aY be had -Ili matters- arising -out pf- such stirdYW7 Federal Insurance Company *15305 North Dallas Parkway, Suite 1100 Liberty Mutual Insurance ComSurely Addison, TX 75001 .;R Approved as:fb. cif Att - FRI jgXwq. -d y an qjfi*ai j4g__nretyCon there Inust beoivneia certifkd extract byan` Attorney in Fact; a copyiofpoNvcr. ofattornty shill beiprovided to the City:of Lubbbtk. 2 No Text r 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 (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 Two Hundred Eighty -Six Thousand, Eight Hundred and Eighty -Three Dollars ($1,286,883) 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 the 21tb day of January. 2011, to. 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 2011. Vi' l40"-s 4--YX e@ L-- L-L'.?. Surety (Contractor Name) * By: By:ot.c (Title) (Printed Name) (i ature) 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 M. (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 Yattorney for our files. PERFORMANCE BOND Page Intentionally Left Blank Bond No. 82201496 / 906000015 STATUTORY -PERFORMANCE BUNK PURSUANT TO SFCTT0N 2251021(a): d:THE lr;XA 0(p CqO_ft�N-MORKTHA5100 . 000); North Houston Pole �BYTFWSE:PRESENT,S, t - ca-Ir -166 Thici­ 1(s), ifid KNOW ALL INEN jj�f Line, L.P. k.h6eltiaft d&th� Pi _p.al(sj, as..P P� Federal Insurance Company / Liberty Mutual Insurance Company 15 Mountain View Road, Warren, NJ 07059 /.175. Berkeley Street, Boston, MA 02116 'Oereinaffer-tAlled.the-9bret 'S5 as-q4reiY(s) re r, . , ate heid, and -firmly boutid:unto. the, City of L-ubbo'ek (fie hiafte called. the- ....-Y.( Obligeee)L in the amount of .. -One Million Two HundredEigh money of�4W, I jhkd States the . for . pvyMeA., Whqp9t the.said.Pr, tfiicJpA! and bifidjhea-1s61v&, wid their heirs,a0i-mwshgws - -ors.. a'nd- A'ss! jointly 0d:s tWe ptesp gm jo Ob . 1i .' dated the, _d of NVBEjH1A% the. Principal :liar entered jhjtp,a WW ittjtteft:,66fitnf6 4ith th E -S' i lia' City of Lubbock 14P�l 1-014-MA�Conot'ract 4#9854 Lake Alan Henry Water Supply Project 69kV Transmission Line Contract H-2 in:the:am011nt of -said contiac-tvfich contract is hereby referred to. and -mad . ff a parthere6f as fishy. and io, the same extent: as ifcopiedat. length.herein. I - - Ahesad- - - shall. NOW TMEVog—iz THE ovTms oniGATio!4IS -SUCK that if 1 -Pfhicipal faithfully perf-brmiffiewort h! accot-dana.with-ffie pjam.;TecifWatigins tand obligation s'l%fl be PRQVIPED.,;HOWEVER; : that tbig: bond -Is- dx0outed-p4rSow to the of Section 2253A21ay-&-tifie Texas Gbimiftialxf Wei, arid:dljjiabi ities on tli§;b'6Ad.:and.If be d6fermiWiii acwraaniie tiuitit the pruvi'dons of said article to th& same d.-de-ht-as-, if R' were cibpiM at length herein.. IN-NVITNF REM the -:Pflncipal (s) a . lid this iristrurtiei thin "7z- SS Wn said day of. Federal Insurance C6mpang Liberty Mutual Insurance Con)p5rny-) North Houston Pole Line, L.P. Mutual "'u" ""Y (Company Name). :itie e Y . Ile - um DiLy u mey-in-Fact anted Na�ii> vp (Title). *Six Thousand Eight Hundred Eighty Three and 00/100 No Text The :undersigned surety' company reps oats `ttiat it. is duly -qik ad; to do business sa Texas, :.and -ltereby- dcsis ates Gloria C.Blackburn* .... .... aiagentresident hi Lubbock Countyto�v��oiii_znyregiisatenoticesiiiay.= be detivered and ori; it qni service of process nnay be iiad tit'riiatters arismg:6u# 6f such' "suretyship; Federal Insurance Company / *15305 North Dallas Parkway, Suite 1100 Addison, TX 75001 Apgroved_as;to Form Cit}^vf By. — .0ty Attorney i�fiote Tf signed by an officerof the'Suret}F i ompany, #hei e must b� on file a cerned extract from the by-lam_sfiotiing that this.person has authority to sign suc)1 obll�ation; If signed by =an Attorriey hi Fact, a: copy:of'potiti�er of aitonie}� sliali= be provided to the City of Lubbo* z; No Text PORTER Federal Insurance Company Attn: Surety Department Chubb or Vigilant Insurance Company 15 Mountain View [toad ic Surety ATTORNEY Pacific Indemnity Company Warren, Ns 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporator, do each herebyeonstdute and appoint DiLynn Guem as their true and lawful Attorney- In- Fad to execute under such designation in their names and to affix their corporate seats to and deliver for and on their behalfas surety thereon or otherwise, the following Surety Bond: Surety Bond Number 82201496 / 906000015 Obligee City of Lubbock And tine execution of such bond or obligation by such Attorney- in- Fact in the Companies name and on its behalf as surety thereon or otherwise, under its corporate seat in pursuance of the aufhorlty hereby conferred shaft upon delivery thereof, be valid and binding upon the Company. In Witness Whereof, said FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seats on this 2e day ofNovember, 2008. Kenneth C. Wendel, Assistant Secretary STATE OF NEW JERSEY se. County of Somerset J Richard A. Ciullo, Vice President On this 2e day of November, 20D8, before me, a Notary Public of New Jersey, personally cane Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wnndet being by me duty sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seats aftbced to the foregoing Power of Attorney are such corporate seats and were thereto affixed by authority of the By- taws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by lice authority; and that he Is acquainted with Richard A Clullo, and knows him to be Vice President of said Companies; and that the signature of Richard A. Gull% subscribed to said Power of Attorney is in the genuine handwriting of Richard A. Clufio, and was thereto subscribed by authority of said By- taws and in deponents presence. Notarial SlAL „a,,,,,,. ;s WE�IEWALSFI Peen NoinryhrbX& ODS451MJartray ; ; + CWaMnion mires April 19, 2013 Notary Public CERTIFICATION Extract from the 8P Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'AD powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President Jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following ofice= Chairman. President, any Vie President any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to arty power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- In- Fact for purposes only of executing and attesting bonds and undertakings and other wn'Unp obCgatory in She nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shaft be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' t Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies") do hereby certify that (i) the foregoing extract of the By- Laws of the Companies Is true and correct (it) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin istands, and Federal Is licensed In American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (ill) the foregoing Power of Attorney is true. correct and in full force and effect. Given under my hand and seats of said Companies at Warren. NJ this day of `�5uai NCE ♦ t �/ /C A 4w�r s+scoKs "Ew `roar C Kenneth C. Wendel, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY OS OF ANY OTHER BATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (909) 903- 3656 *-mail: surety0 dJ)b.com Form 15-10- 0164B-SurePath (Rev.11- 08) CORP CONSW No Text 2510164 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for mortgage, note, loan, letter of credit, bank deposit, currency rate, intent rate or residual value guarantees. To confirm the validity of this Power of Attorney call 610-832-8240 between 9:00 am and 4:30 pm EST on any business day. LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint, ........ D!LynnemGu ............................................................................... its true and lawful attorney -in -fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any location within the United States, the following surety bond: Principal Name: North Houston Pole Line, L.P. Obligee Name: City of Lubbock LMS Surety Bond Number: 82201496 / 906000015 Bond Amount: See Bond Form That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XIII - Execution of Contracts: Section 5- Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys4n•fact, as may be necessary to act in behalf of the Company to make, execute, seat, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attomeys-in-fact Pursuant to Article XIII, Section 5 of the By-laws, Garret W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attomeys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 281s day of MARCH , 2009. LIBERTY MUTUAL INSURANCE COMPANY By Garret W. Elliott, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 28th day of MARCH , 2009 , before me, a Notary Public, personally came Garret W. Elliott, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seat of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONx-1ktIERflF;have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above wrftty ::> =` rr ` .. �; COMMONWEALTH OF PENNSYLVANIA x �•, �.�:Y 1 t3ctariat.Ssal i�'•. Teresa t'ast0s,.NcatarYRubtie g y ct'R� ' :' v_ s Ptyrtcw I fir., taecgomz�}oount}_ Teresa Pastella, Notary Public CERTIFICATE' 3 "?-�MY L'cmmisskvn Ex ras March =L, 20?3 t',r':rrf Ww-t4e,oemsyvawaAssoombnnirtisaiaw. I, the undersigned;'Assistdnt Secretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attomeys-in-fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection vdth surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this day Of r4AWUa-¢ \( �`"c=' David M. Carey, Assistant Secretary No Text STATUTORY PREFORMACE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, (hereinafter called the F 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 Two Hundred Eighty -Six thousand, Eitht Hundred and Eighty -Three Dollars ($1,286,883) 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 the 27 h day of January, 2011, to 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. ^ 0 ull IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _ day of 2011. Surety * By: (Title) (Contractor Name) By: "Snr- t ( , f`c. (Printed Name) gnature) 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 i 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. CERTIFICATE OF INSURANCE Paee Intentionally Left Blank CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: 2/ 16/2011 P.O. BOX 2000, Room 204 RFP 11-014-MA LUBBOCK, TX 79457 North Houston Pole Line TYPE OFPR03ECT: Contract #9854 THIS IS TO CERTIFY THATLP, . 1608 Margaret, Houston, TYN ame 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 Drovisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICYNUMBER EFFECTIVE EFFECTIVE LIARTS DATE DATE GENERAL LIABILITY a Commercial General Liability MWZY588 73 8 / 1 / 10 8 / 1 / 11 General Aggregate$ 5 , 000 , 0O0 O Claims Made Products-Comp(Op AGG S N Occurrence Personal & Adv. Injury $ & 00 Each Occurrence $ 50 ❑ Owner's & Contractors Protective ❑ �--� , Fire Damage (Any one Fire) $5.s00 000_ Med Fxp (Any one Person) excluded $ AUTOMOTIVE LIABILITY R Any Auto MWTB21029 8 / 1 / 10 8 / 1 / 11 Combined Single Limit $ 5 , 000. 000 R All Owned Autos Bodily Injury (Per Person) S Scheduled Autos Bodily Injury (Per Accident) $ X Hired Autos Property Damage $ N Non -Coned Autos ❑ GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident S ❑ Other than Auto Only: Each Accident S Aggregate $ R BUILDERSRISK 100% ofthe Total Contract Price MBR5423663 8/1/10 8/1/11 $ See Attach R Id INSTALLATION FLOATER OQ $ EXCESS LIABILITY ❑ Umbrella Form Fach Occurrence $ Aggregate ❑ Other Than Umbrella Form $- ----- I YORKERS COMPENSATION AND EAIPLOYERS' LIABILITY MWC 116 7 24 00 8 / 1 / 10 8 / 1 / 11 The Proprietor/ 19 Included Statutory Limits 1 QQQ QQQ Each Accident $ s Partners/Executive ❑ Excluded Officers are: Disease Policy Limit $r Disease -Each Employee $_,�0 , flip OTHER ed The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received vvritten notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. Old Republic Insurance Co. FIVE COPIES OF THE CERTIFICATE OF INSURANCE Zurich Ame scan Insurance Co. �at�iAil n, L.P. MUST BE SENT TO THE CITY OF LUBBOCK by J W m L.L. General By: partner Title:Mike ghl, Managing Director THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND THE ENGINEERS (PARKHILL, SAIrM AND COOPER, INC. AND SGS ENGINEERING, LLC) AS PRhNlARY ADDITIONAL LYSUREDS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, AND THE ADDITIONAL INSUREDS IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEh1ENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. **General Liability: Additieftai i1ft$ured when required by written contract but only as respects liability arising "out of'named insured's work for additional insured. Auto Liability: additional insured when required by written contract.but only with respect to legal responsibility for acts or omissions of the named insured. General Liability & Auto Liability: primaryy and non-contributory with any similar insurance maintained by them when required by written contract. General Liability, Auto Liability, Workers' Compensation: Waiver of subrogation when required by written contract. NAMED INSURED: North Houston Pole Line LP DATE: 2/16/2011 CERTIFICATE HOLDER: City of Lubbock Installation Limits: Policy # MBR5423663-00 $25,000,000 - Per Project $ 5,000,000 - At Any Temporary Storage Location $ 5,000,000 - Any One Occurrence As Respect Horizontal Drilling Projects $ 2,000,000 - In Transit Any One Conveyance $ 1,500,000 - Debris Removal $ 1,000,000 - As Respect Expediting And Extra Expense Policy Aggregates: Flood - $10,000,000 Any One Occurrence/annual Aggregate Earthquake - $10,000,000 Any One Occurrence/annual Aggregate Coastal Named Windstorm - $15,000,000 Per Occurrence/annual Aggregate Contractor's Equipment — Policy #MCP3548287-05 $25,000,000 - Any One Occurrence $ 2,500,000 - Any One Item Borrowed, Leased Or Rented Items (SHORT TERM) $ 1,000,000 - Any One Occurrence As Respect Riggers Liability Real Property, Business Personal Property, EDP Hardware & Media, Extra Expense/Rental Expenses $25,000,000 - Any One Occurrence $ 500,000 - Extra Expense and Rental Expenses $ 500,000- Unnamed Locations $ 500,000 - Personal Property in Transit Policy Aggregates: Flood - $10,000,000 Any One Occurrence/annual Aggregate Earthquake - $10,000,000 Any One Occurrence/annual Aggregate Coastal Named Windstorm - $15,000,000 Per Occurrence/annual Aggregate Valuation: Installation - The Cost To Repair Or Replace The Property Lost Or Damaged At The Time And Place Of Loss With Material Of Like Kind And Quality. Contractors Equipment - Owned Equipment - The Lesser Of The Cost To Repair Or Replace With Like Use, Kind And Quality Valued As Of The Time Of The Loss Or Damage Or The Stated Value For Any One Item Insured As Shown On The Schedule On File With The Company. Borrowed/leased/rented Equipment - The Cost To Repair Or Replace With Like Use, Kind, And Quality Valued As Of The Time And Place Of Loss Or Damage Or The Named Insureds Liability As Set Forth In The Lease Or Rental Agreement. _ Real Property, Business Personal Property EDP Hardware And Media - Replacement Cost Extra Expense and Rental Expenses - Actual Loss Sustained Certificate Holder Is Included As Loss Payee As Their Interest May Appear. THIS FORM DOES NOT APPLY IN: NM, OR, MT COMMERCIAL GENERAL LIABILITY CG 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) I I Or Oraanization(s): Location(slOf Covered Operations All persons or organizations as required by contract or agreement The locations as specified in the written contracts or agreements I Information required to complete this Schedule, if not shown above will be shown in the Declarations. I A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. CG 20 10 07 04 B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. © ISO Properties, Inc., 2004 Page 1 of 1 CLIENT CODE: 10QUANTSER (HOU) Sandy Moore 2/16/2011 1:41:28 PM Page 4 of 5 THIS FORM DOES NOT APPLY IN: NM, OR, MT COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Ornanization(s1: I Location And Description Of Completed Operations All persons or organizations as required by contract The locations as specified in the written contracts or or agreement agreements Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section 11 — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products - completed operations hazard". CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 CLIENT. CODE: IOQUANTSER (HOU) Sandy Moore 2/16/2011 1:41:28 PM Page 5 of 5 THIS FORM DOES NOT APPLY IN MA POLICY NUMBER: MWTB 21029 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: Countersigned By: Named Insured: Quanta Services, Inc. Authorized Re resentative SCHEDULE Name of Person(s) or Organization(s): Any persons or organizations whom you have agreed to include as an additional Insured under a written contract, provided such contract was executed prior to the date of loss. Insured's Name: Signature Line: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section Il of the Coverage Form. John L. Wortham & Son, L.P. By J. Wortham�L.L.C., General Partner By ~ Brian R. Welch, Managing Director CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 Policy Period: 08-01-10 to 08-01-11 POLICY NUMBER: MWZY 58873 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Blanket where required by contract or as evidenced by certificate of insurance. Insured's Name: Signature Line: Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 O Insurance Services Office, Inc., 2008 Page 1 of 1 Quanta Services, Inc. Policy Period: 8-1-10 to 8-1-11 IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM SCHEDULE Name of Person or Organization: All persons or organizations as reauired by contract or agreement (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The Transfer Of Rights Of Recovery Against Others To Us Condition is changed by adding the following: We waive any right of recovery we may have against the person(s) or organization(s) shown in the Schedule because of payments we make for injury or damage. This waiver applies only to the person or organization shown in the Schedule. PCA 024 03 06 Quanta Services, Inc. MWTB 21029 Policy Period: 08-01-10 to 08-01-11 z- 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 of the standard policies used by this companv. the further hereinafter described. Excentions to standard nolicv 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) $ $ Mdd 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 $ C= Non -Owned Autos C GARAGE LIABILITY Any Auto Auto Only - Each Accident $ G Other than Auto Only: Each Accident $ Aggregate $ 0 BUILDER'SRISK Dt 100% of the Total Contract Price $ ❑ INSTALLATION FLOATER $ EXCESS LIABILITY C Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ H'ORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER i 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. r FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By. Title: THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND THE ENGINEERS (PARKHILL, SMITH AND COOPER, INC. AND SGS ENGINEERING, LLC) AS PRIMARY ADDITIONAL INSUREDS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, AND THE ADDITIONAL INSUREDS 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. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORINSURANCE CRE.CKLIST 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 i 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 y 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 AND THE ENGINEERS (PARKHILL, SMITH AND COOPER, INC., AND SGS ENGINEERING, LLC) AS PRIMARY ADDITIONAL INSUREDS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, AND THE ADDITIONAL INSUREDS 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 THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. 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 i-- (8) 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. Page Intentionally Left Blank CONTRACT Paize Intentionally Left Blank CONTRACT # 9854 r STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 2f day of January, 2011 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 r _ do so, hereinafter referred to as OWNER, and North Houston Pole Line of the City of Houston, County of Harris i and the State of Texas hereinafter termed CONTRACTOR. WTINESSETH: 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: PROPOSAL No. 11-014-MA - Lake Alan Henry Water Supply Project, 69kV Transmission Line — Contract H-2 and all extra work in connection therewith, under the terms 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. North Houston Pole Line's proposal dated January 5. 2011 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: By: P NAME: TITLE: COMPLETE ADDRE S: j j Company. � C"t1� Q l.t vu- G4-) Address SG 1"MI ROLL City, State, Zip :17c —n U 3 ATTEST: 1 CITY OF LUBBOCK, TEXAS (OWNER): By: MAYOk ATTEST: Q , -- 3� City Se tart' �3 A40VED AST CONTENT: APP E S T ORM: City Attorney CONTRACT# STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this day of , 20 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 of the City of , County of and the State of 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: PROPOSAL # - Lake Alan Henry Water Supply Project, 69kV Transmission Line — Contract H-2 and all extra work in connection therewith, under the terms 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. is proposal dated , 20_ is incorporated -into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the elate 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: CITY OF LUBBOCK, TEXAS (OWNER): By: c X 1-9 PRINT NAME: -..J- TITLE:�r COMPLETE ADDRESS: Company wa, p y h�,C Address IVIrIt` U City, State, Z TX i`l0U ATTEST: C�tTt�t'�;~��retarp AC`�" By: MAYOR ATTEST: City Secretary APPROVED AS TO CONTENT: Owner's Representative Marsha Reed, P.E. Chief Operations Officer APPROVED AS TO FORM: City Attorney t z 1 Paze Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank t I t" 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 Successful Offeror North Houston Pole Line who has agreed to perform the work embraced in this contract, or their legal representative. 3. 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., so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project Representatives 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". 5. 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. 6. 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 b these contract documents but said Subcontractors will look exclusively to Contractor for an Y � y y payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. 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. I f GENERAL CONDITIONS OF THE AGREEMENT . 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 Successful Offeror who has agreed to perform the work embraced in this contract, �r--their legal representative. 3. 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., so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project Representatives 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". 5. 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. 6. 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). 7. 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. 9. Ma 12. 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. 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. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE J 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. 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. Additional 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. 2 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 INS3PECTION 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 f 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 18. 19 g!] 21. 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. 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 man or men on the work, are, in Owner's Representative's sole opinion, -- incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Rep. csentative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 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 men 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. 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. OBSERVATION AND TESTING 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 f_ _- f 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 f inspections, tests, or approvals shall relieve the Contractor from 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 •i_ _ 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 described 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)(l ), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, 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, C;d 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 seven (7) calendar days prior to the opening of 26. proposals. In the absence of a 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. 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, age.-ts 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. 27. 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 ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND ENGINEERS (PARKHILL, SMITH AND COOPER, INC, AND SGS ENGINEERING, L.L.C.) AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AND ADDITIONAL INSURED AS REQUIRED BELOW. 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. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETED OPERATIONS. A. C. I� E. Commercial General Liability Insurance (Primary Additional Insured (to include products and complete operation) and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $2,000,000 Combined Single Limit in the aggregate and -per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Heavy Equipment and Endorsement Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall_have.Comprehensive-A-utomobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $3,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability Fiji coverage's. 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 $500,000. 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 la Contractor'slperson'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- t 8, f 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. 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 401.011(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 gover-nmental<entity showing that coverage has been extended. 5. 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 N 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. 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: (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 401.01](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 per -son 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 he 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: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. 10 (5) 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. (6) A provision that written notice shall be given to the City ten days prior to any change in or z cancellation of the policies shown on the certificate. (7) 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. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) 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: [ 1I 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.txusl 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 cort:acts 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 l 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 L 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; J 12 1 } t' (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 j 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 CL-AI-MS 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 L_; 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 _ 13 33. provided in the contract for changes in the work. In 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. SUDCONTRACTING 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 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 $4,000 (Four Thousand Dollars) PER 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 l TIME IS OF THE ESSENCE OF THIS CONTRACT. 14 t, 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 at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the Contract; provided, also, that 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. 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 h 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 workmen, 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. i., 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 i 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 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 15 Q9 40. 41. 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. 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. 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. 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. Owner's Representative shall review said application for partial payment if submitted, and f' 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. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of 1 the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be t 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. i; 16 t� Payment for materials on hand and delivered to the project site will be limited to 100 percent of the material invoice price less the 5% standard retainage until actually incorporated into the project. 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 thirty-one (31) working 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. 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 otherwise. 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 (or as mutually agreed by both parties) 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 III'' 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 two (2) years from the date of certification of final completion by Owner's l , 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: 17 47 (a) Defective work not remedied and/or work not performed, (b) Claims fled 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. 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 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 (I ) 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. i 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 `r 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 01 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 men and use of machinery, equipment, tools, materials and i 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 j 18 �; V, 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 shay, 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 hereinabove 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. 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 Ownerwithinthe 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 -nailing, 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. 19 49. 50. 51. FAA 53 54 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. 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. 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. 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 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. a INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority 1 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. 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. :JJ LJ 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, E Compensation, and Liability Act (42 U.S.C.S. §960](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 ,1 ._.l 20 _f j, 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 t 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. t t 56. 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. j 21 Page Intentionally Left Blank DAVIS-BACON WAGE DETERMINATIONS r ., �, ,.�. .� . . �.,_�,,� ..� ,-mom ..�, GENERAL DECISION: TX20100028 03/12/2010 TX28 r Date: March 12, 2010 E General Decision Number: TX20100028 03/12/2010 Superseded General Decision Number: TX20080028 State: Texas Construction Types: Heavy and Highway Counties: Ector, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not include building structures in rest area projects). Modification Number Publication Date 0 03/12/2010 * SUTX2004-001 11/09/2004 Rates Asphalt Distributor Operator ... $ 9.25 Asphalt Heater Operator ........ $ 11.21 Asphalt paving machine operator$ 11.16 Asphalt Raker ..................$ 9.51 Broom or Sweeper Operator ...... $ 8.57 Bulldozer operator ...........$ 9.76 Carpenter ............. ......... $ 12.61 Concrete Finisher, Paving ...... $ 13.26 Concrete Finisher, Structures..$ 11.20 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator .......................$ 11.00 Electrician ....................$ 17.00 Form Builder/Setter, Structures$ 9.26 Form Setter, Paving & Curb ..... $ 9.82 Front End Loader Operator ...... $ 10.52 Laborer, common ................$ 8.51 Laborer, Utility ...............$ 10.46 Mechanic .......................$ 16.85 Motor Grader Operator Rough .... $ 11.75 Motor Grader Operator, Fine Grade ..........................$ 13.50 Planer Operator ................$ 13.36 Roller Operator, Pneumatic, Self -Propelled .................$ 7.67 Roller Operator, Steel Wheel, Flat Wheel/Tamping.............$ 8.06 Roller Operator, Steel Wheel, Plant Mix Pavement .............$ 7.50 Scraper Operator ...............$ 8.50 Servicer .......................$ 8.98 Slip Form Machine Operator ..... $ 13.64 Tractor operator, Pneumatic .... $ 12.00 Traveling Mixer Operator ....... $ 12.00 Fringes 1 1 I 11 1 11 1 11 1 11 1 11 1 11 1 II 1 1 / 11 Truck driver, lowboy -Float ..... $ 12.67 0.00 Truck driver, Single Axle, Heavy ..........................$ 8.50 0.00 Truck driver, Single Axle, Light ..........................$ 8.08 0.00 Truck Driver, Tandem Axle, Semi -Trailer ...................$ 8.66 0.00 Welder .........................$ 15.25 0.00 Work Zone Barricade Servicer... ---------------------------------------------------------------- $ 8.28 0.00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. 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) (U) ) . In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. 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 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, (- etc.) that the requestor considers relevant to the issue. �- 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- END OF GENERAL DECISION Page Intentionally Left Blank ELECTRIC TRANSMISSION CONSTRUCTION -BOOK AND SUPPLEMENTAL BID DOCUMENTS FOR CITY OF LUBBOCK umv LAKE ALAN HENRY 69 kV TRANSMISSION LINE BY SGS ENGINEERING, LLC. CONSULTING ENGINEERS & PLANNERS 401-50th STREET LUBBOCK, TEXAS 79404 (806) 795 - 6827 NOVEMBER 2010 No Text ELECTRIC TRANSMISSION CONSTRUCTION BOOK AND SUPPLEMENTAL BID DOCUMENTS TABLE OF CONTENTS 1. MATERIAL LISTS ...... »..».»............ ....».................... ...... ................. ..... .». A. OWNER FURNISHED MATERIAL.----....- ........................ »............... ................. 1 B. ESTIMATED CONTRACTOR FURNISHED MATERIAL ................................................ 1 II. UNIT PRICE TABULATION WORKSHEETS .».»............... .................................... .................. 1-4 III. TECHNICAL SPECIFICATIONS...................»............................».».»...........................»............. 1-18 IV. FOUNDATION SPECIFICATIONS .................... ........................................... .......... ................. ... 1-7 V. TRANSMISSION CONSTRUCTION DRAWINGS ................ ................ .».»... .......... .............. ....... 1-19 VI. STRINGING TABLES.............».»..................»..»............................»............................................ 1-6 VU. VICINITY MAPS ............. ».... ».»............. ............ .................. ...»............ »........ ..... ................... 1-2 OF r jet it:...... . �.. % D..........:* ROY PAYNE .......................... j4 83663 ' <4 10,E C E N S �O TX FIRM No. F-9964 sGS ENGINEERING L BOC DALLAS, TX ALBUQUERQUE. NM 11108110 No Text No Text No Text OWNER FURNISHED MATERIAL LIST 11/5/2010 Ci -of Lubbock -Lake Alan enrV69 kV T-Line -Structure Ust Concrete Pole Type/Name Structure uanti Pole I uanti Pole Wei ht Structure Price Extended Price 70' Conc. C-69G 24 24 9,000 ibs $4 000.00 $96 000.00 75' Conc. C-69G 35 35 10,000 Ibs $4,400.00 $154,000.00 80' Conc. C-69G 9 9 11,000.Ibs $4 800.00- $43-200:00 75' Conc. C-69GB 2 2 1 14,000 Ibs $5,000.00 $101000.00 90' Conc. C-3GA 1 1 24 000 Ibs $7,500.00 $7 500.00 80' Conc. C-5G 3 3 27 000 Ibs $8 000.00 $24 000.00 80' Conc. C-5GA 1 1 27,000 Ibs $8,000.00 $8 000.00 90' Conc. C-5GA-76 1 1 32,000 Ibs $9 000.00. $9 000.00 9V Conc. C-SGA 77 1 1 1 32,000 Ibs $9 000.00 $9,000.00 Extended Total $360,700.00 NOTES: Weights and Pricing are ESTIMATED VALUES for Bid Purposes. Parentheses after pole unit describes associated pole top assembly for that pole. Pricing will be used for reimbursement and replacement concerning use of owner furnished material. BREAKDOWN OF ASSOCIATED MATERIAL FURNISHED WITH CONCRETE POLES DESCRIPTION QTY. Anchor Shackle 30k 71 Bolt Machine 3 4" x reqUiength 438 Bolt Machine 7/8" x r 'd length 244 Bracket Assembly, Swing Angle, 12" min 3 Clamp, 7 8" Groundwire + nut 51 Clip, Bonding 219 Curved Static Support Tee 71 Locknut 3 4" MF or ANCO Type 438 Locknut 7 8", MF Type 244 Tee, Deadend Medium Duty 48 Washer,Square, Curved 4" x 1/4" 13/16" 438 Washer, uare Curved, 4" x 1/4" 15/16" 244 NOTES: ( Material listed above is for hardware associated with the concrete poles furnished by the pole supplier. Material listed above is included in the pricing of the owner furnished poles. Material listed above will be delivered with the concrete poles. Material listed above should not be ordered or priced separately. ESTIMATED CONTRACTOR FURNISHED MATERIAL LIST -, CITY OF LUBBOCK - LAKE ALAN HENRY - 69 kV TRANSMISSION LINE 11/5//2010 DESCRIPTION MFG. CAT. gTY. FURN. EA R EXT. Anchor Shackle, 30k ANDERSON AS-25-BNK 13 Armor Rod (Penguin) PREFORMED AR-0124 222 Armor Rod 3 8" HSS ANDERSON AR-1130 71 Chain 2' x 5 16" Minimum 7 Clamp,Parallel Groove, #4 to 3/8"- HSS 77 _ Clamp, Strain Deadend 3 8" HSS ANDERSON SWDE-55-N 13 Clamp, Suspension, Pennuln ANDERSON HAS-104-S 3 Clam Sus nsion For Post (Penguin) ANDERSON HAS-104-N 219 Clamp, Suspension, 3/8" HSS ANDERSON MS-70-N 71 Concrete BackRll Tangent 77 Connector Compression, #4Cu-#4Cu 616 Damper, 4 0 Penguin ALCOA 1703-8 228 - Damper, OHGW ALCOA 1701-4 76 Deadend Compression, Double Tongue (Penguin) ALCOA 8275.609 3 Deadend Strain Clam (Penguin) ANDERSON SD-86-S 36 Gate Panel Steel 14'-0" 7 Insulator Horizontal Post 115 W OHIO BRASS P250048S0020 219 VA Insulator Suspension, Polymer OHIO BRASS S025043S2010 42 J-Bolt, 3 4" x 10" with 3 nuts 14 Jumper, Terminal Compression Part of DE Assm 6 Pie Steel 2-7/8" x 7'-0" 21 Pie Steel 4-1/2" x 9'-0" 28 Pie Steel 4-1/2" x T-0" 7 Plate Grounding, Butt Type, Copper 154 Socket Cievis ANDERSON SC-30 3 Socket Eye, Furnish w Strain Clamp ANDERSON SA-07 36 Socket Eye, Furnish wl Sus . Clamp ANDERSON 3 Splices, As R, uired Washer Round 7 8" 28 Wirer #4 Stranded ft 10223 Y-Clevis, Eye PREFORMED YC-5209 219 , WIRE BREAKDOWN DESCRIPTION LENGTH 1,000') NOTES FURN. FOOT EXT. PRICI CONDUCTOR #4/0 AWG 6 1 STRANDED ACSR 128.331 OHGW 3 8" HSS 7-STRAND 42.868 } NOTES: These pages have been supplied as a courtesy to the Bidders. Each Bidder Is responsible for the accuracy of the formulas, totals, and quantities. Each Bidder is responsible for any required material not listed or Furnished by the Owner. Equivalent or alternate manufacturers/catalog numbers will be accepted upon approval from the Engineer. - Wire listed in the Wire Breakdown is in 1000' units and is based on straight line distance. i i� i No Text � _ ,. �, � e.... ... �._._.� .S - ---� .--� ._ 3 ...J ,. � .Z .. .. � TECHNICAL SPECIFICATIONS 1. GENERAL A. Standard of Work and Standards F__ 1. All work shall be done in a thorough and workmanlike manner in accordance with the Plans, Specifications, and Construction Drawings. 2. The requirements of the National Electrical Safety Code, ANSI C2, latest edition, shall be followed wherever applicable, except where local regulations or Specification requirements are more stringent, in which case the more stringent requirements shall govern. B. Technical Specifications 1. The following sections form the Technical Specifications: - I. General II. Access Ill. Wood Poles IV. Manufactured Poles V. Pole Top Assemblies Vl. Structure Assembly Vil. Structure Erection Vill. Grounding and Bonding lX. Insulator and Hardware 1 X. Conductor and OHGW Xl. Material Xll. Work on Energized Lines XIII. Waiver and Release of Lien XiV. Underground Utilities XV. Archaeological XVI. SWPPP XVII. Crossings XVIII. Project Specific 2. All drawings and maps accompanying this Specification or listed herein shall be considered a part of these Plans and Specifications. The -specific drawings included are part of this technical specification. C. Locations of Structures and Appurtenances 1. Structures, anchors, access roads, and other major items to be constructed shall be placed in locations determined and staked by the Engineer and shown on the Plan and Profile Drawings. The Contractor shall be responsible for checking the location of structures and appurtenances to be installed. i-- D. Safety - 1. The work shall be performed in accordance with all applicable Federal, State, and Local Safety Regulations. 2. The Contractor shall be responsible for the observance of proper safety practices and the avoidance of unnecessary damage to property by all personnel engaged in the work. 3. The Contractor shall take all steps necessary to prevent damage or interference with existing power lines, communication facilities, roadways, railroads, waterways, buried cables, pipelines, and other facilities adjacent to or crossing the project right-of-way. 4. Neither the professional activities of the DESIGN PROFESSIONAL, nor the presence of the DESIGN PROFESSIONAL or the DESIGN PROFESSIONAL's employees and sub consultants at the construction site, shall relieve the General Contractor or any other entity of their obligations, duties, and responsibilities including, but not limited to, construction means, methods, sequences techniques, or procedures necessary for performing, superintending, or coordinating all portions of the work of construction in accordance with the contract documents and any health or safety precautions required by any regulatory agencies. The DESIGN PROFESSIONAL and DESIGN PROFESSIONAL's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. The CLIENT agrees that the General Contractor is solely responsible far jobsite safety, and warrants that this shall be made evident in the CLIENT's agreement with the General Contractor. The CLIENT also agrees that the CLIENT, the DESIGN PROFESSIONAL and the DESIGN PROFESSIONAL's consultants shall be indemnified and shall be insured under the General Contractor's general liability insurance policy. Special Requirements General -- In an effort to protect the environment as good citizens, to minimize damage claims against the Contractor, Engineer and the Owner, and to avoid endangering the easements which give us permission to construct this line across private and government properties, every person working on this line needs to understand and follow the guidelines set out below. The construction contract requires that the Contractor perform the work "in such manner as to minimize marring and scarring of the landscape and silting of streams". The Engineering and Owner's personnel will also be subject to these requirements: Hunting -- There will be no hunting by the Contractor, his employees, or guests, on the right-of-way of this line, or on the privately owned lands which this line traverses. No firearms are to be carried by personnel engaged in the construction of this line. 3. Fires -- Open fires of any type shall not be permitted on the right-of-way of this line, or on the privately owned lands this line traverses. All grass fires that start in the immediate vicinity where the Contractor is working shall be the responsibility of the Contractor and all damage payments to the Land Owner and Tenant shall be made by the Contractor. 4. Smoking -- Due to the extreme fire hazard in this area, smoking will not be permitted, except inside an enclosed vehicle on the right-of-way of this line. Contamination -- Crankcase oil, etc., shall never be dumped into streams or onto the ground, but must be removed from the project for proper disposal. All used cans, boxes, packages and litter of all types shall be removed from the site immediately after use and shall never be allowed to be scattered by wind or to cause a fire hazard. 6. Arroyo Crossings -- The Contractor may choose to build a construction trail down and up the banks of arroyos, rather than driving around on the roads. If this is done, the Contractor will be required to return the embankments as nearly as possible to their previous natural conditions after completion of construction. 7. Excavation -- Any and all excess earth, rock, debris, underbrush and all other useless material shall be removed by the Contractor from the site of the Project as rapidly as possible as the work progresses. i 3 8: -Open Holes --All open pole and anchor holes shall be covered -at night to prevent Land Owners, personnel, children, livestock or wildlife from falling in. The hole shall be covered completely with a 3/4" (minimum) piece of plywood or a reel end of sufficient diameter to -completely -cover the hole. 9. Roads — The majority of this line is across private land and the Contractor will be required to stay within the R-O-W when he is working the poles and/or traveling from pole to pole. If the Contractor desires to use other existing trails or roads through private -property, -he --mill obtain written penmission from the Land Owner with a copy thereof provided to the Engineer and Owner for their files before the trail or road is used by the Contractor. 10. Fences -- Fences and gates shall not be climbed over, through or under. The Contractor shall protect each fence when pulling conductors so the. pull ropes and/or conductors do not contact the fence. Generally there is a gate near the Centerline crossing of the fence. ThP Contractor is not to cut or lay down any fences or install any gates without written permission from the Land Owner and the Owner. 11. Domestic Animals -- Should any Contractor related activity cause injury to any domestic animal, the Contractor shall immediately notify the Owner of the animal and medical help for the animal should be obtained, if required. All claims need to be settled with the Owner of the animal immediately and a report given to the Owner and Engineer. 12. Historical Sites -- Any cultural or paleontological resource site or object discovered by the Contractor shall be immediately reported to an Authorized Officer. The Contractor shall suspend all operations in the immediate area of such discovery until written authorization to proceed is issued by the Authorized Officer. 13. Blading Vegetation -- No blading or clearing of any vegetation will be allowed on or off the designated ROW unless approved in writing by the Owner and Land Owner. II. ACCESS A. Ingress and Egress 1. The activities of the Contractor are to be restricted to the right-of-way except in those designated areas that have existing roads or have been cleared specifically for travel by the Contractor. 2. Where access to the right-of-way is across private property, the Owner, Tenant, or Occupant shall be contacted to obtain permission for ingress and egress to the right-of- way. Such arrangements, including obtaining releases for damage, shall be made by the Contractor with the Owner's concurrence. 3. The Contractor shall do the minimal required work to traverse the right-of-way. There shall be NO dozing, blading or vegetation removal on this project without prior written consent by the Owner. B. Access Roads Before any road, culvert, or borrow construction is accomplished, the Contractor shall have written permission from the required parties. 2. Borrow for access road fill shall be a compactable granular material suitable for such a purpose, and free of brush, refuse, or organic material Water bars, drainage ditches, or other special requirements as called for in the Storm Water Prevention Plan and Drawings shall be installed in accordance with requirements. All material and labor required for such work shall be furnished by the Contractor. C. Culverts M. Culvert pipes, when required, shall be installed as directed by the Engineer. Each pipe shall be of a type, diameter, and length as specified and shall be properly set, back filled, and tamped. All labor and material required shall be provided by the Contractor D. Restoration 1. The Contractor shall have a continuous cleanup program throughout construction. The Contractor shall restore the land crossed by him to its original condition. This restoration includes the removal of deep ruts and disposal of foreign objects such as: stumps, chunks of concrete, pile cut-offs, etc. WOOD POLES A. Pole Inspection, Handling, and Distribution l . The pole lengths and classes shall agree with the Pole Units specified for the structures to be erected, as tabulated in the Transmission Construction Units and shown on the Plan and Profile. 2. Poles shall be handled with care so as not to damage the wood or preservative treatment. Poles shall not be dragged along the ground. Lifting slings shall be used and shall be fabricated from a material that protects the wood from damage. 3. If poles are stored after delivery, they shall be carefully arranged and placed on wide blocking to prevent crushing. No pole shall come in contact with standing water or the ground. No pole will have an unsupported length greater than 30 feet. The blocking shall be provided by the Contractor and included in his unit price. B. Field Drilling and Treating 1. All field -drilled holes shall be thoroughly treated with preservative compound approved by the Engineer. The Contractor shall include any required field drilling and treating in the unit cost for pole top assemblies. 2. Unused holes or holes that are miss -drilled shall be plugged prior to erection using treated wood dowel -pins three (3) inches in length. When a hole is miss -drilled, the Engineer shall be notified. A pole will be rejected by the Engineer if two (2) or more miss -drilled holes occur at a connection. If a pole is rejected due to miss -drilling of holes by the Contractor, the Contractor shall replace the damaged pole at no additional cost to the Owner. 3. Poles may be supplied with flat or 15 degree sloping roofs. Tops of poles shall not be cut except with the expressed approval of the Owner. If cutting is deemed necessary, the pole top shall be cut-off at a slope of 15 degrees, thoroughly treated with preserva- tives, and covered with a mastic type cap. 4. Under no circumstances shall the butt of any pole be cut. C. Excavation Setting and Backfilling for Wood Poles 1. All wood poles shall be embedded to a minimum depth of 10 percent of the pole length plus three feet (Y) or in accordance with the embedment depths indicated on the Plan & Profile Sheets. 2. Pole holes, for poles, shall be approximately ten inches (10") larger than the butt diameter of the pole or ten inches (10") larger than the outside diameter between the pole bearing plates. The excavated hole shall be at least as large at the bottom as at the top. Accumulated water shall be removed from the hole prior to setting the pole. 4 4. Standard pole backfilling-material for poles shall be compactable and suitable for providing a dense, supportive soil mass, free of voids and shall be approved by the Owner. 5. Poles shall be set plumb before backfilling is placed, and after placing the backfilling, the poles shall remain plumb. If the poles are out of plumb, the backfilling shall be removed and replaced. Plumbing of poles by pulling the structure shall not be permitted. 6. Backfill material shall be placed around the pole in layers not exceeding nine inches (9") in depth, with each layer mechanically tamped before the next layer is added. The backfilling should be compacted to a density equal to or greater than that of the surrounding soil. 7. Each pole shall be back -filled from bottom to top by a minimum of two (2) laborers using mechanical or pneumatic tamps. The number of laborers shoveling fill shall be one less than the number of -tamps used. The tamps shall be working at all times while Backfill is being shoveled. 8. Native soil shall be banked up and tamped around the pole to a minimum height of ten inches (10") above the natural grade, and shall be sloped away from the pole. 9. Surplus excavated soil shall be carefully spread and leveled on the surface of the ground near the structure, unless otherwise directed by the Owner. 10. After completion of wire stringing, all poles shall be re -inspected to check that poles remain plumb and that backfill has not settled. All poles shall be adjusted as required and backfilling added to fill voids caused by settlement or pole movement. This work shall be done at no additional cost to the Owner. D. Special Requirements I . Poles are to be inspected for damage after hauling and prior to erection. Damaged poles are subject to rejection by the Engineer and/or Owner and are to be replaced at the Contractor's expense, if the damage occurs at any time when being handled by the Contractor. 2. Distribution wood poles are to be Douglas Fir or Southern Yellow Pine. 3. Transmission wood poles are to be Douglas Fir. 4. Preservation for wood poles shall be in accordance with the latest revision of the RUS Specification for Wood Poles. IV. MANUFACTURED POLES A. Location. 1. Should the poles arrive at the job site after the planned construction start date, the Contractor shall have all required equipment and personnel ready to unload the poles at the pole location or at the Contractor's material yard. 2. Should the poles arrive before the planned construction start date, the Contractor shall have all required equipment and personnel ready to load the poles at the Owner's material yard and deliver the poles to the appropriate pole locations on the job site. B. Pole Inspection, Handling and Distribution. 1. All poles shall be visually inspected prior to framing to insure that they conform to the specifications and drawings furnished by the manufacturer and/or the Engineer. The Engineer should be advised immediately of any non-conformance. l 2. Poles are to be inspected for -damage after hauling and prior to erection. Damaged poles are subject to rejection by the Engineer and/or Owner and are to be replaced at the Contractor's expense, if the damage occurs at any time when being handled by the Contractor. 3. Poles shall be handled with care and according to the pole manufacturer's instructions so as not to damage the pole or pole finish. Poles shall not be dragged along the ground. Nylon slings of sufficient strength shall be used at all times when handling the poles, pole sections, -or -components. 4. Poles shall be carefully arranged and placed on wide blocking to prevent crushing. No pole shall come in contact with standing water or the ground. No pole will have an unsupported length greater than 30 feet. The blocking shall be provided by the Contractor and included in his unit price. 5. All components and hardware shall be checked for description, quantity and discrepancies and inspected for bends, warping of steel, dings, and/or damage before accepting the pole from the Owner and -any damage shall be brought to the Owner's and/or Engineer's attention before loading and a full report made with copies to the Owner and to the pole manufacturer. C. Excavation Setting and Backfilling for Direct -Embedded Poles in Concrete. . General a) All anchors or other items, placed outside the right-of-way or in cultivated fields within the R.O.W., shall be approved by the Land Owner before work is commenced. b) All contact and approvals from the Land Owners shall be accomplished by the Contractor and approvals must be in writing and submitted to the Owner and/or Engineer. c) All poles will be embedded in concrete to the depth shown on the plan and profile sheets and structure drawings. Generally, the tangent poles will be embedded ten percent (10%) of their pole height plus three (3) feet. 2. Material a) The Contractor shall provide all material, labor, tools and equipment necessary for the placement of the direct embedded structures. b) The cement, aggregate, water, admixtures, mixing, testing, etc., of the concrete shall be in accordance with the "FOUNDATIONS" specification. 3. Setting a) Poles shall be set plumb and/or raked by the Contractor as indicated on the manufacture's drawings. b) The poles are to be set in the hole taking care not to allow the poles to rub on the side of the holes. A small amount of dust contamination is unavoidable and a short spray of water prior to concrete placement will help in keeping the hole from caving. c) The poles shall be centered in their holes and/or brackets and plumbed with a transit on the longitudinal and transverse axis. The transit on the transverse axis shall be used to check cant. All delta -configured tangent poles shall be raked 4" to the light side of the pole (the side with one conductor). d) For Steel Poles: A plug must be placed in the bottom 9" of the hole in accordance with the applicable embedment drawings. The plug can be poured early and while it is still green the pole may be set and the remaining concrete poured. The plug may also be poured early and allowed to cure before being placed into the hole. If this is done, the Contractor shall coat the entire surface of the plug with a concrete bonding agent to ensure complete bonding of the wet concrete to the plug. e) The poles -shall be held where they cannot move by tying the pole to a stationary truck or crane or the Contractor is to install temporary guys on a pole band 30 feet above the ground line. The guys shall be installed on a one to one slope using cable or rope and anchors of sufficient strength to support the lateral loads on the pole. Rope guys shall be used at any location where work is being conducted in the vicinity of existing distribution or transmission lines. Guys and anchors shall be marked with tra-c barriers when in the area of public or private roads. Plumbing the structure works best when the guys are located on the transverse and longitudinal axis. The temporary guys shall be left in place for a minimum of 24 hours. f) Once the structures are plumb and the guys are installed, the concrete can be placed. The pole hole shall then be filled with concrete, vibrating from the bottom to the top as per paragraph XIV. Placing of Concrete in the "FOUNDATIONS" specification. g) The structures shall be watched for movement through the transits throughout the pour. If movement is perceived, the pour shall be stopped and the structure shall be re -plumbed and/or re -canted before the pour is continued. h) The concrete backfill shall be sloped in accordance with the applicable embedment drawings. _ D. Special Requirements for Steel Poles 1. All steel poles (primarily angles and dead -ends) utilizing anchor bolt cages will be set on a pre -poured foundation in accordance with the transmission construction unit drawings and plan and profile sheets. 2. The cement, aggregate, water, admixtures, mixing, testing, etc., of the concrete shall be in accordance with the "FOUNDATIONS" specification. 3. The Contractor shall wire brush and apply oxide inhibitor to the grounding pad and terminal before installing the terminal. 4. Two piece poles shall be bolted together or jacked together according to the pole manufacturer's requirements. If a slip joint is supplied, the Contractor will supply all necessary jacking equipment. V. POLE TOP ASSEMBLIES A. Reference to Drawings 1. The pole top assembly unit consists of all items shown in the List of Materials on the Transmission Line Structure drawings. 2. Unless shown in the List of Materials the pole to assembly unit does not include other P P Y i units: Pole Units, Foundation Units, Guying Assembly Units, and Anchor Units. B. Handling of Materials 1. The Contractor shall exercise care in the handling of all material. The Contractor shall not install any material found to be defective or damaged. 2. The Contractor shall furnish the necessary equipment to load and haul to the job site all material furnished by the Owner. The Contractor shall bear the cost of all handling, such as, loading, hauling, and unloading. 3. if framing members (crossarms, bracing, and X-Braces) are stored after delivery, they shall be arranged with care and placed on blocking at least one foot (I') above ground to prevent contact with standing water or the ground. The blocking shall be provided by the Contractor and included in his unit prices. 7 V1. The Contractor shall exercise care in handling crossarm assemblies, pole band assemblies, and other factory subassemblies to -prevent loss of components for which he is responsible. STRUCTURE ASSEMBLY A. Reference to Drawings The Contractor shall assemble each structure using the assemblies designated on the Plan and Profile and as shown on the Transmission Line Structure and Assembly drawings. 2. Connection details to assemble each structure are referenced on the Transmission Line Structure drawings. B. Structure Framing 1. The Contractor shall frame structures on flat or uniformly sloping terrain located at or near the structure site. Framing on rolling terrain where poles become unsupported should be avoided. 2. Fasteners shall be sized so that they extend not less than 1/2 inch nor more than 2-1/2 inches beyond the face of the last nut or locknut. Galvanized erection bolts shall not be cut off. Where bolts are not of proper length --due to variations in the material, the Contractor shall replace the fasteners for ones of the proper length. Additional cost to replace bolts to meet the length tolerance is to be included in the Contractor's unit costs for pole top assemblies. 3. Spring washers shall be installed only where specified. The curved portion of the spring washer shall be installed horizontal to facilitate inspection of wood shrinkage in the future. Spring washers shall be flattened when the connection is made. 4. Square nuts shall be drawn -up tight at all connections and installed where the curved portion of the nut is against the washer and the flat portion of the nut is against the MF Locknut. MF locknuts shall be installed tight where the curved portion of the nut is deformed to flat against the nut. 5. Pole bands shall be sized for the poles upon which they are to be mounted and must lie securely on the poles. Where pole bands are not of proper size due to variations in the wood, the Contractor shall replace the bands where required to meet this Specification. The additional cost to replace the bands is to be included in the Contractor's unit costs for pole top assemblies. 6. Pole ground wires shall be installed where specified on the Plan and Profile. The down lead shall be routed as shown on the respective structure drawings. 7. Guying attachments, where specified, shall be oriented as shown on the Transmission Line Structure drawings and the Guying Attachment drawings. Pole bands, if specified, sha]] be installed complete with through -bolts, links, grounding clips, and all items indicated on the Manufacturer's drawings. 8. Assembled structures shall be prepared for erection complete with all items shown in the List of Materials such as: Conductor Assemblies, OHGW Assemblies, X-Brace Assemblies, Pole Tie Assemblies, Guying Attachments, Guying Assemblies, and Pole Ground Assemblies. C. Special Requirements Pole Ground Wire -- The pole ground wire shall be protected in such a way that when the pole is lifted no damage will occur to the pole ground. l i VII. STRUCTURE -ERECTION A. Reference to Drawings 1. After checking locations, the Contractor shall completely erect all structures and _all specified assemblies at locations shown on the Plan and Profile and Transmission Line Structure drawings. 2. The Contractor shall erect Tangent Structures as shown -on the TransmissiorrLine - Structure drawings. The poles must be either placed on the centerline of survey or offset to the right or left of the centerline of survey by the dimension shown on the Plan and Profile or Drawings. 3. The Contractor shall erect Angle Structures as shown on the Plan and Profile, Guying Guide Drawings and the Transmission Line Structure drawings. Angle structures shall be placed on the perpendicular bisector of the line angle. The angle structures shall be offset to the right or left of the centerline of survey by the dimension shown on the Plan and Profile or Guying Guide Drawings. 4. The Contractor shall erect Strain and Dead End Structures as shown on the Plan and Profile, Guy Guide Drawings and the Transmission Line Structure drawings. The structures shall be placed on the perpendicular bisector of the line angle, if one exists. If there is no line angle, the structures shall be placed -perpendicular to -the centerline of survey. VIII. GROUNDING AND BONDING A. Reference to Drawings 1. All structures shall be grounded as shown on the Plan and Profile drawings and the Transmission Line Structure and Unit drawings. -' B. Structure Grounding I. The Owner shall accomplish ground resistance measurements at each structure. Additional grounding, in the form of ground rods or counterpoise, may be added to that already provided by the basic structure grounding assemblies. 2. The Owner shall measure the ground resistance after the structure is erected, but before the overhead ground wire is installed. € IX. INSULATORS AND HARDWARE A. Reference to Drawings i I. Insulator and hardware assemblies shall be assembled complete and installed as shown on the Drawings. Items of hardware and insulators shall be inspected for missing parts and visual defects before installation. Defective or missing pieces shall be replaced. B. Handling and Storage 1. Insulators and hardware shall be stored in their appropriate shipping containers until installation. They shall be properly supported and stacked so as not to damage the individual items. They shall be blocked up off the ground so that they cannot come in contact with the ground or standing water. 2. If applicable, porcelain insulators shall be carefully handled to prevent damage to the porcelain skirts, pins, galvanizing, and cotter keys. A cradle or other suitable device shall be used to hoist all insulator strings whenever the quantity exceeds six (6) units - per string. 9 X. Insulators -that are cracked, chipped, or damaged in any way shall be replaced with sound units. The cost for replacement of previously accepted units will be borne by the Contractor. 4. All insulators shall be wiped clean with a non-abrasive cloth, as approved by the Engineer at the time of installation. C. Installation All connections shall be made in accordance with the Drawings. Bolts shall be torqued to the manufacturer's specifications and recommended torque values. Cotter keys shall be fully inserted, where required. 2. Cotter keys on insulators and hardware items shall be oriented toward the structure, or in such a way as to facilitate easy removal for hot line maintenance. 3. Pins and bolts shall be oriented with the head upright wherever possible. CONDUCTORS AND OVERHEAD GROUND WIRES A. General 1. All wire work shall be done in accordance with the manufacturer's recommendations. The "Guide to the Installation of Overhead Transmission Line Conductors", IEEE 524, shall be used as reference. If there is a discrepancy between the guide and the manufacturer's recommendation, the Contractor should follow the manufacturer's recommendation. The following provisions are for tension stringing of conductors and overhead ground wires. 2. It is very important to avoid damaging the wire or the associated fittings in any way. It shall be the Contractor's responsibility to protect the wire and fittings against damage. If the wire and associated materials are damaged due to Contractor's mishandling or faulty equipment, the Contractor shall replace the damaged sections, including furnishing of necessary materials, in a manner satisfactory to the Engineer and at no additional cost to the Owner. All sections of wire that are damaged by the application of grips shall be replaced. B. Handling and Storage Prior to installation, reels of wire shall be stored blocked -up off the ground and adequately supported so as to avoid damage to reel, lagging, and wire. Wire and reels shall be kept free of standing water, dust, and mud, and must be covered and stored no closer than 50 ft. from a substation or transmission line. 2. Lagging or other protective covering shall be removed at the job site and the outside layer of each reel shall be examined by the Contractor and the Engineer -to be sure that the wire is in good condition and that no nails, staples, or other sharp objects, which would damage the wire during unreeling, protrude on the inside of the reel heads. 3. Identification tags and markers shall be retained on the reels. The Contractor shall record for future reference, the reel number, length of wire, and the structure numbers where the wire was installed. C. Tools and Equipment Tools and equipment for wire work shall be of the proper size and type for the job and shall be in good working condition. Sheaves, tensioners, pullers, wire grips, compressors, and dies shall be properly sized for the specific wires to be installed. All tools and equipment shall receive the approval of the Engineer prior to their use. 2. Stringing blocks shall be neoprene lined, free running, and shall be the following minimum dimensions for structures with angles from 0 degree up to 12 degrees. 10 Stringing blocks for EHS are not required to be neoprene lined. E. Conductor Name Penguin HSS Min. Sheave Diam. (Ds) Min. Groove Max. Groove at base of Groove Radius R Radius R 6.756 in. 4.320 in. For angles greater than 12 degrees: Conductor Name Penguin HSS 0.310 in. 0.619 in. 0.198 in. 0.396 in. Min. Sheave Diam. (Ds) Min. Groove I Max. Groove at base of Groove Radius R Radius R 7.260 in. 4.320 in. 0.310 in. 0.619 in. 0.198 in. 0.396 in. Tensioner bull wheels shall be neoprene lined and shall be the following minimum dimensions: Conductor Name Penguin HSS Min. Bullwheel Diam. (Db) Min. Groove Max. -Groove at base of Groove I Radius R Radius R 19.705 in. 0.296 in. 0.619 in. 12.600 in. 0.189 in. 0.396 in. Guard Structures I . Guard structures shall be furnished and installed by the Contractor, where required, to prevent the conductor or overhead ground wires from being pulled into contact with or interrupting the use of existing overhead electric supply lines, communication lines, roads, highways, and railroads crossed by the transmission line. All labor and material required shall be furnished by the Contractor and covered by the wire units. 2. If not part of the right-of-way agreement previously executed, permission to install guard structures on private property or public highway right-of-way shall be obtained by the Contractor. 3. After completion of all wire work, the Contractor shall remove the guard structures, fill, and tamp all pole holes, and restore the right-of-way and access to its original conditions. Pole holes shall be filled and tamped in accordance with the pole backfill specifications. Stringing I . The method of installing the conductor and the overhead ground wire shall be as designated by the Engineer. When controlled tension stringing is specified, it shall be performed in accordance with the "Guide to the Installation of Overhead Transmission Line Conductors." IEEE 524 and subject to the manufacturer's concurrence. (Engineer to check one for each.): 2. Conductor Installation a) Controlled Tension Stringing ... X . b) Other (specify) 3. Overhead Ground Wire Installation a) Controlled Tension Stringing ... X II b) Other (specify) 11 4. The precise stringing procedure that the Contractor intends to use shall be submitted to the Owner for his review and approval -prior to any wire work. This procedure shall include a description of all major pieces of equipment to be used, number of crews, composition and responsibilities of each crew, proposed equipment set-up locations, wire reel locations, locations of all splices,..and locations and descriptions of temporary snubs and anchors. The utmost of care shall be exercised during the wire stringing operation to avoid damage to conductor or overhead ground wire strands. If damage is found, the stringing shall be stopped. Damage is defined as any deformity on the wire that can be detected by sight or touch. Kinked, twisted, abraded, "bird -caged", or flattened wire will not be allowed to remain on the line. Any wire so damaged, as a result of the Contractor's negligence shall be repaired or replaced by the Contractor at his cost, to the satisfaction of the Engineer. 6. The Contractor shall continuously inspect the wire as it leaves the reels. If the wire has an accumulation of dirt, oil, grease or any other foreign substance, such substance shall be removed as the wire leaves the reels -during the stringing operation by a method approved by the Owner. 7. Wire tension during stringing shall be high enough to ensure that the wire does not drag across the ground, underbrush, trees, towers, fences, guard structures, or any other surface other than the stringing sheaves. A stringing tension of not less than 50% nor more than 80% of the initial sagging tension should be used. 8. No more than three (3) reels of wire may be pulled at a time. If all three (3) phases are pulled, the middle phase shall lead the outside phases by not less than 100 feet. Full tension compression splices shall not be pulled through the stringing blocks. 9. No wire shall be pulled before or during adverse weather conditions as determined by the Owner. 10. When stringing wire on IA -Frame Structures, the center phase shall always be pulled first. The outside phases shall be pulled alternately in successive pulls. If all three (3) phases are strung in one (1) pull, the middle phase shall lead the outer phases by 100 feet. Sagging Wires shall be sagged to the proper tensions in accordance with the initial stringing sag and tension tables provided by the Engineer. Sags shall be checked by sighting with target and transit as indicated in the IEEE Guide, or by the time -distance (stopwatch) method. All sags shall be within a tolerance of +3 and -0 inches of the specified values 2. In hilly or mountainous terrain, the offset clipping method may be required in order to insure equalized tensions and plumb insulators on suspension structures. Calculations for offset clipping/sag corrections shall be done and values for sagging shall be furnished by the Engineer. The Contractor shall furnish al] stringing set-up information to the Engineer at least two (2) weeks prior to the sagging operations. The Contractor shall select the length of each sag and the sag -checking spans, subject to the review and approval of the Owner. The Contractor's sagging method must result in uniform tensions throughout the sag and the allowable sag tolerances must not be exceeded. 4. The Contractor shall budget his time so that a reel of wire is sagged within 72 hours after the start of the stringing operation. If this is not possible in isolated areas, the 12 i t Engineer shall be consulted regarding the necessity of using creep correction factors with the specified chart sags. 5. The Contractor-hall-m-aice-any necessary adjustments in the wires or clamps at any time during the construction period to insure that the wire is at the proper tension, sags are within tolerance, suspension insulator strings and overhead ground wire assemblies hang plumb, at no additional cost to the Owner. G. Clipping, Dead Ending and Splicing I . The Contractor shall be cognizant of the strength limitations of all structures in so far as the application of temporary wire stringing loads. All temporary back snubs and pull - downs on structures other than strain structures shall be carefully planned and all such proposed methods shall meet the approval of the Owner. 2. Use of wire reels shall be carefully planned to minimize the number of full tension splices. There shall be no more than one splice per phase in any span and no splice shall be located within 25 feet of a conductor support. Compression dead ends and splices shall be installed in accordance with the manufacturer's recommendations. Conductor strands within the splice area shall be carefully cleaned with a steel brush, cotton rags, and solvents. Filler compound shall be furnished and installed by the Contractor. Special care shall be exercised in making compression fittings -to insure use of proper die size, accurate cutting of wire, complete insertion of the cable strands, and pressing to produce a straight, uniform fitting. The Contractor shall make up one (1) splice and dead end to use as a sample in order to determine how much wire needs to be cut back. 4. After completion of the pressing operations, the Contractor shall clean the wire and fittings of excess grease and compound. All burrs and die marks shall be removed with emery cloth. 5. U-bolts on suspension clamps and strain dead-end clamps shall be evenly torqued to the manufacturer's recommended values. Keeper plates shall be in place and properly seated. Conductor strands within the area of the fitting shall be clean. The acceptable cleaning method is use of a steel brush, cotton rags, and solvents. 6. Wires shall be clipped into suspension clamps as follows: a) The Contractor shall not begin to clip within 2 hours after the sag operation is complete. b) All clipping shall be complete within 72 hours and after the start or the wire operation for that pull. c) Cables shall be lifted from the sheaves using standard suspension clamps or plate hooks eight inches (8") or larger to provide adequate support for the cables without damaging individual strands or kinking the wire. d) Any deviation from this schedule shall require the approval of the Engineer. H. Jumpers Jumpers shall be installed as shown on the drawings. Jumper compression terminals shall be used with compression dead ends and compression jumper connectors shall be used with strain clamps. The installation of these items shall be included with the bid units for installing conductors. All shall be installed in accordance with the manufacturer's recommendations. 2. Jumper wire loops shall be made up to present a smooth, uniformly curving appearance. Excess length of conductors from the wire stringing operation should be used to make up the jumper loops. 13 I. Dampers and --Spacers Dampers and spacers shall be installed as shown on the drawings and in accordance with the manufacturers' recommendations. J. Temporary Grounds I . During the wire work, the Contractor shall take all necessary steps to insure proper temporary grounding of the structures, cables, and equipment. All applicable Federal, State and local safety regulations shall be strictly adhered to. 2. A record of all temporary conductor grounds shall be kept to insure that they are all removed and the line can be safely energized at the end of the construction period. K. Special Conditions l . Unless otherwise shown on the Unit Drawings or provided in the Owner Furnished Material, all splices and repair sleeves on the Transmission Line shall be compression type and furnished by the Contractor. Deadends on the Transmission Line and Distribution Line, if applicable, can be either bolted type or compression. (See XVIII "Project Specific" for requirement on this line) . 2. Splices and repair sleeves shall be -applied to -the conductor as per the manufacturer's recommendations using the proper tool, die and number of indentures. The Contractor shall furnish all necessary tools, including compressor and brushes, required for applying splices and repair sleeves. All connections and splices shall have the conductor very clean, dry and polished to bright finish. 3. An acceptable joint compound shall be applied to all contact surfaces of aluminum connections. Immediately after polishing (with wire brushes, sandpaper, etc.) the aluminum contact surfaces shall be liberally coated with the joint compound, just prior to making the connection. The surfaces with joint compound shall be lightly brushed with a wire brush. Care shall be taken not to remove the joint compound from the surfaces. The Contractor shall furnish an acceptable joint compound. Unless otherwise notified, all compression fittings will be made in the presence of the Engineer and/or Owner. Slight bends in compression fittings shall be removed by a method that will not scar or mar the compression fitting and is approved by the Owner. 4. No splices or repair sleeves shall be used in spans crossing interstate highways, railroads, communication lines, or utility lines of voltages greater than 15 kV line -to - ground, or in the first spans adjoining the crossing span, without approval of the Engineer. No splices or repair sleeves shall be used in double dead -ended spans. The distance between two (2) splices, between two (2) repair sleeves, or between a splice and a repair sleeve shall not be less than 1,500 feet. Not more than one splice or repair sleeve will be permitted in any one conductor in any one (1) span. 5. Compression repair sleeves may be used to repair minor damage to conductor -- provided that: a) There is no damage to steel strands. b) There are no broken aluminum strands. c) Not more than one-third (1/3) of the aluminum strands in the outer layer are damaged over a length of four inches (4"). d) The cross -sectional area of any of the aluminum strands is not reduced by more than 25 percent. 6. Conductor temperature shall be checked by an accurate etched glass thermometer. A three-foot (T) length of core shall be pulled from a six-foot (6) length of the conductor and the thermometer inserted into the space vacated by the core. Wire strand may be applied adjacent to the end of the conductor to keep the stranding in place. The six-foot (6) length of conductor shall be placed in full sun at least 25' above ground for a 14 minimum period of 30 minutes. The temperature shall be read -in -this manner immediately prior to sagging each sag section. 7. The sags-shall-be-detemi-ned-by-means approved by the Owner. The Contractor -shall provide at least one (1) sagger to -measure the correct sag for pulls up to 16 spans and two (2) saggers for 17 spans or more. The sags shall be checked for several spans in each sagging section by selecting one near each end and one in the center. The total number of spans to be checked- shall be not less than three (3) for a section up to two and ._one=hal-f-(2_-112)-miles,-and-in proportion for a longer section. After the conductors have been pulled to the required sag, intermediate spans shall be checked to determine - whether the sags are correct. A tolerance of plus three inches (+3") in sag will be permitted, provided that all conductors in the same span assume the same sag and the necessary ground clearances are obtained. 8. Several areas in which construction will take place are located adjacent to or in close proximity to other energized electrical facilities. The Contractor is cautioned to employ the use of adequate grounds on conductor and OHG W during construction at or near places where linemen are working, including the use of traveling grounds where conductor or OHGW is to be installed relatively parallel to the existing lines. The Contractor shall take every -precaution to prevent injury to workmen; whatever that may be will be required. 9. Before pulling new conductor across energized line, the Contractor shall contact the Owner of the energized line and inform him of his proposed actions. 10. The Contractor is solely responsible for all construction means, methods, techniques, sequences, procedures, and safety practices of workmen and for coordinating all portions of the work under the Contract. Xl. MATERIAL A. Materials Furnished by Owner 1. The Contractor shall be responsible for the value of all materials the Contractor has accepted, and a Material Receipt issued, from the Owner. 2. If the Contractor accepts materials in excess of the required quantities, the Contractor shall be responsible for the value of such materials. 3. Non -returnable steel reels, wooden reels, wire left on the reels shall be taken -to the Owner's storage yard to be disposed of or kept as the Owner desires. None of the above listed items are to be left on the right-of-way. 4. The Contractor shall furnish any material required to construct the project that is not listed in the "Owner Furnished Materials" section of the Contract. B. Removed Materials I . The Contractor shall return any removed material to the Owner's material yard. 2. If the Contractor deems to give any poles to the Land Owners, it will be approved by the Owner and the pole will be moved off the right-of-way and not be left to be run over or be an obstacle to anyone traveling the right-of-way. 3. The Contractor shall pull the existing pole (not cut them off) and shall re -fill the pole hole with compactable material and shall be compacted to a density equal to or greater than the surrounding soil. 4. After completion of the project, all removal pole holes will be inspected for voids or low places and shall be re -filled and compacted if necessary. 15 XII. WORK —ON EN-ERGIZTdD LINES If there is energized work, the Contractor shall use adequate grounds and safety shall be the priority. Before the Contractor-constr rAs-any-unit that"may" be an energized unit, he needs to check with the Engineer or Owner and be sure all agree before constructing the unit. XIII. WAIVER AND RELEASE OF LIEN Upon the completion by the Bidder of the construction of the project or any Section thereof , if the Bidder shall elect to receive payment in full for any Section when completed, but prior to final payment to the Bidder, the Bidder shall deliver to the Owner, in duplicate, releases of all liens and of rights to claim any lien, in the form attached hereto from all manufacturers, material suppliers, and subcontractors furnishing services or materials for the project or such Section and a certificate in the form attached hereto to the effect that all labor used on or for the project or such Section has been paid and that all such releases have been submitted .to the Owner. XIV. UNDERGROUND UTILITIES The Contractor shall call "One Call" or whatever entity is the equivalent of "One Call" and have them locate underground utilities before any "digging" is accomplished in the area. Location of all underground utilities is the Contractor's responsibility. XV. ARCHAEOLOGICAL Any cultural or paleontological resource site or object discovered by the Contractor shall be immediately reported to an Authorized Officer. The Contractor shall suspend all operations in the immediate area of such discovery until written authorization to proceed is issued by the Authorized Officer. XVI. SWPPP If a storm water pollution prevention plan is deemed necessary, the Contractor shall be responsible for furnishing all of the labor and material required to submit and execute the proper plan to the governing agency. XVII. CROSSINGS When the line crosses Roads or -Rai lroads,-the Road Crossing Permits and/or Railroad Crossing Permits have been obtained by the Owner. The Contractor shall follow all instructions stated in the Permit. XVIII. PROJECT SPECIFIC 1. The Owner will provide the Concrete Poles along with any other material associated with these poles as shown on the List of Owner Furnished Material. 2. Upon delivery, the Contractor shall promptly receive, unload, transport and handle all materials and equipment on the "List of Owner Furnished Materials" at its expense and shall be responsible for demurrage, if any.. The pole supplier should make every effort to deliver each pole to the structure stake in the field, however, all locations may not be accessible by the pole suppliers trucks. If the pole supplier's truck is not able to deliver the concrete pole to the hole location, the Contractor shall have a yard and equipment available to unload the poles at that location. 3. The Contractor will acknowledge, in writing, the receipt of all materials received as indicated on the Owner Furnished Material List. The Contractor shall inspect the Owner Furnished Material before taking possession to ensure that there are no defects or that no damage has occurred during shipment. If the material is found to have been damaged, the Contractor shall notify the Owner before receiving and/or unloading the material. Once the Contractor receives, signs off on and 16 takes possession of the material; -the %ntraotor shall then be responsible for -material repiacemeM should any future damage occur as a result of Contractor activity. 4. The total bonded bid price shall include the_estimate4rice_ofthe_O-caner Furnished -Material. The value of the completed Construction Units certified by the Contractor each month shall be reduced by an amount equal to the value .of the Owner Furnished Materials installed by the Contractor £' during the preceding month. The value of such materials shall be computed on the basis of the unit prices stated in the Owner Furnished Material Lists. Materials, if any, not required for the project, which have been furnished to the Contractor by the Owner or delivery of which has been accepted by the Contractor on behalf -of -the Owner, shall'be returned to the Owner by the Contractor upon completion of construction of the project. The value of all materials not installed in the project nor returned to the Owner shall be deducted from -.the final payment to the Contractor. 5. The Owner shall not be obligated to furnish materials in excess of the quantities, size, kind and type set forth in the attached Owner Furnished Material List. If the Owner furnishes, and the Contractor accepts, materials in._excess-th-ereof, the values of such excess materials shall be their actual cost as stated by the Owner. 6. Information on the shipping schedules of materials on the "List of Owner Furnished Materials" will be furnished to the Contractor as necessary during progress of the work. 7. The Contractor understands and agrees that the various -Construction Units on which bids are made are defined by symbols and descriptions in this Proposal, that all said bids are on a unit basis, and that the Owner may specify any number or combination of Construction Units that the Owner may deem necessary for the construction of the project. Separate Construction Units are designated for each different arrangement which may be used in the construction of the project. This Proposal is based on a consideration of each unit in place and includes only the materials listed on the corresponding Construction Drawings or description of unit where no drawing exists. 8. The Contractor shall make a careful examination of the site of the project to be constructed and of the Plans, Specifications, Construction Drawings, and has become informed as to the location and nature of the proposed construction, the transportation facilities, the kind and character of soil and terrain to be encountered, and the kind of facilities required before and during the construction of the project, and has become acquainted with the labor conditions, federal, state, and local laws, rules, and regulations applicable to its performance. 9. The Contractor shall remove or top trees which would reach within 5 feet of a point underneath the outside conductor upon request of the Engineer and with the approval of the Owner. 10. The quantity of TM-52 gate units is estimated. Collaboration at the beginning of the project between the Landowner, Engineer- and Contractor will determine the final quantity and installed locations of required gates to be fully furnished and installed by the Contractor at the unit price in the contract. 11. The Contractor understands and agrees that the quantities called for in this Proposal are approximate, and that the total number of units upon which payment shall be made shall be in _ accordance with actual quantities installed. 17 No Text No Text No Text FOUNDATIONS y- I. Scope A. The Contractor shall furnish all material, labor, tools, and equipment necessary for the concrete work shown on the drawings and specified herein, subject to the other applicable sections of these Specifications. B. The Contractor shall provide all concrete required for a complete foundation, including all excavation and form -work:- The -work shatbe accomplished in a safe, neat and quality manner suitable to the Engineer and as specified herein. C. The Contractor is responsible for installation of all foundations. II. General Requirements A. Unless otherwise shown or specified, the work shall conform to the American Concrete Institute Manual of Concrete Practice and the latest revisions of all ACI 318-83 or-86 references. 1. AC1214-65 Recommended Practice for Evaluation of Compression Test Results of Field Concrete. 2. AC1306-66 Recommended Practice for Cold Weather Concreting 3. ACI 315-65 Manual of Standard Practice for Detailing Reinforced Concrete Structures 4. AC1318-71 Building Code Requirements for Reinforced- Concrete 5. AC 1 347-68 Recommended Practice for concrete Formwork 6. ACI 605-59 Recommended Practice for Hot Weather Concreting 7. ACI 613-54 Recommended Practice for Selecting Proportions for Concrete 8. AC1 614-59 Recommended Practice for Measuring, Mixing, and Placing Concrete B. Supervision of all concrete work specified herein shall be performed under the construction superintendent or foreman experienced in this class of work. This person shall be subject to the approval of the Owner and/or Engineer and may be removed upon written notice from the Owner and/or Engineer. C. Sources of all supplies furnished by the Contractor shall be approved by the Owner and/or Engineer, and shall not be changed without this approval. III. Concrete Materials A. Cement shall be ASTM C150, latest revision, Type Ill (High Early Strength) Cement or Type 1/11 equivalent strength concrete. B. Concrete aggregates shall conform to ASTM C 33, latest revision, "Specification for Concrete Aggregates." C. Coarse Aggregate shall be washed gravel or crushed limestone: clean, hard durable, uncoated l particles without flat or elongated pieces. Aggregate shall -be -free from deleterious materials and shall conform to ASTM C33-74a. Graduation shall be size 467, 1/2 inch to No. 4. A D. Water shall be clean and free from injurious amount of oil, acids, salts, organic, or other deleterious l matter. E. Air -entraining admixture, set -retarding admixture and water reducing admixture are the only admixtures that shall be used. -y F. Air -entraining admixtures shall conform to ASTM C260-74, Darex AEA, or neutralized Vensol resin (NVX). G. 4 Water reducing admixture shall conform to ASTM C494-71, Type AD, WRDA, as manufactured by W.R. Grace and Company, or Pozzlith, as manufactured by the Master Builders Company H. Set -retarding admixture shall conform to ASTM C494, Type D, PSI-R PLUS or PSI-30OR as manufactured by Gifford -Hill & Company, Inc. IV. Storage of Materials A. Cement and aggregates shall be stored in such manner as to prevent deterioration or intrusion of foreign matter. Any material that has deteriorated or which has been damaged shall not be used for concrete. B. No frozen materials or materials containing snow or ice shall be used. C. Admixtures shall be prevented from freezing. V. Concrete Material Test A. Cement from approved sources may be accepted on basis of mill tests -and certificates of compliance with specification requirements. Certificates and mill test reports shall be furnished for each mill shipment. Cement not used within four months after date of mill test shall be re -tested and all cement failing to meet the original requirements will be rejected. No cement shall be used without approval of the Owner and/or Engineer. B. Fine and coarse aggregate may be accepted on basis of prior tests provided certificates of compliance with ASTM C33-74a, and these specifications are --furnished. VI. Concrete Mixes A. The concrete mixes shall have a 4 inch design slump, -1/2", +1", and a water/cement ratio not to exceed 0.53 by weight, unless noted otherwise in these specifications. B. The compressive strength of the concrete mixes shall test a minimum of 3,500 psi in 28 days. VII. Ouality Assurance A. Prior to the placing of any concrete, a batch design from which an actual batch sample has been tested for required compressive strength of 3,500 psi is to be provided to the Engineer, with test results, for approval. B. A minimum of two test cylinders is to be taken from each truck, and tested for required compressive strength at 7 days and 28 days. The Engineer may require that additional cylinders be taken to insure the quality of the concrete. The Contractor shall be responsible to furnish and make all test cylinders and provide all compressive strength tests. The tests shall be performed by a reputable independent testing laboratory approved by the Owner and Engineer. The test cylinders shall be labeled as to the truck number, date, cylinder number and foundation number to which they correspond. A copy of all test reports shall be sent to the Owner and the Engineer in a timely manner. Specimens shall be tested according to Method of Test for Compressive Strength of Molded Concrete Cylinders (ASTM C39, CSA, A23, 2.13). C. The slump of the concrete shall not exceed 4 inches as determined by the Method of Test for Stump of Portland Cement Concrete (ASTM C 143, CSA, A23, 2.20). The Contractor steal I provide slump tests as provided herein and at any time requested by the Owner or Engineer. D. At commencement of work and thereafter, concrete shall be sampled in accordance with Method of Sampling Fresh Concrete (ASTM C172, CSA, A23, 2.21). The Contractor shall provide personnel with the knowledge and skill to sample concrete according to these specifications. It is in the Contractors best interest to make and protect test cylinders so that accurate test results may be obtained. VIII. Concrete Proportions and Consistency A. The proportions of the concrete shall produce a mixture that will work readily, with the placement method used, into corners and angles of forms and around reinforcement. Segregation of materials in the mixture shall not be permitted nor shall collection of excess free water on the surface be permitted. B. The air content of air -entrained concrete shall be 5 percent by volume plus or minus I percent. C. The methods of measuring concrete materials shall permit proportions to be accurately controlled and easily checked. - D. Measurtment-of material for ready mixed_concrete_shall_confonm_to_Specifcations for Ready -Mixed €'7N, Concrete (ASTM C94, CSA, A23.1 Clauses l I and 13). - IX. Concrete Test During Construction A. The Contractor shall make slump tests; prepare and cure the concrete test cylinders. The Contractor shall arrange for pick-up, delivery, testing and maintaining of records for the test cylinders. Copies of all records shall be furnished to the Owner. B. Cylinders shall be made and cured according to ASTM C31-69 and tested according to the ASTM C39-72. C. A minimum of two cylinders shall be prepared from truck delivered -to -the job site. Location of concrete batches from which concrete test cylinders are made shall be recorded and kept on file at the job. until the completion of the work. Sampling shall be done in accordance with ASTM C172-71. One cylinder shall be tested at 7 days and one at 28 days. The 7-day tests shall show a strength of at least 75 percent of the specified 28th day strength. If the 7-day test meets or exceeds the required compressive strength of 3500 psi, the 28 day test will not be required for that batch. The Contractor shall be responsible for the cost of testing the concrete test cylinders. D. The concrete strengths, as indicated by compression test cylinders shall meet or exceed the strengths as stated in 1X, C. Should these conditions not be met, core tests may be required. Cost of cores and tests shall be paid for by the Contractor. E. If core test results fall below the design strength specified, concrete represented by the weaker strength samples shall be removed and replaced. Changes shall be made in the mixture or water content for future batches as required by the Owner and/or Engineer. All of this shall be accomplished at no additional cost to the Owner. F. Slump tests for checking consistency of concrete mixture may be made for each set of test cylinders in accordance with ASTM C143-74. G. if conducted by the Engineer, field test for air content of air -entrained concrete shall be made for each set of test cylinders and shall conform to requirements of ASTM C 173-75. H. Sieve Analysis: Samples of fine and coarse aggregate will be taken by the concrete supplier to determine compliance with specifications. At least one sample from each 500 cubic yards of concrete batched will be tested in accordance with ASTM C136-71. X. Mixing of Concrete A. Ready -mixed concrete shall be mixed and delivered in accordance with the "Specifications for Ready -Mixed Concrete". (ASTM C94, CSA A23.1, Clauses 12 and 13) B. The maximum time from when the concrete is mixed until the concrete -is -placed -shall be 90 minutes. The Contractor/Supplier shall have documentation available on every batch with the following information: truck number, time batched, number of yards, cumulative number of yards, additives in the mix and time the concrete was placed. The maximum time may be extended to 120 minutes through the use of a set -retarding admixture. However, the temperature of all concrete mixes must be maintained between 50 degrees Fahrenheit and 90 degrees Fahrenheit prior to concrete placement. C. Cause for Rejection: Failure to comply with any of these concrete specifications is cause for rejection by the Engineer. XI. Preparation for Concrete Placement A. Before placement, all equipment for mixing and transporting the concrete shall be cleaned, and all debris and ice shall be removed from the places to be occupied by the concrete. Forms shall be I thoroughly wetted (except in freezing weather) or oiled, and masonry filler units that will be in - J contact with concrete shall be wetted. The reinforcement shall be thoroughly cleaned of ice, loose rust, and mill scale, or other coatings. t _: 3 XII. X1II. XIV. B. Water shall be removed from place of deposit before concrete is placed. All unsound material shall be removed from concrete before concrete is added. C. Forms shad -be provided for all concrete work except for that portion of the drilled piers from a point about 18 inches below ground surface to the bottom of the pier D. Forms shall conform to the shape, lines, and dimensions of the members indicated on the drawings and shall be substantial and tight to prevent leakage of mortar. They shall be properly braced or tied together so as to maintain position and shape. E. Forms for exposed concrete surfaces shall produce a clean smooth surface of uniform texture. Exterior exposed concrete shall be formed with new forming material. F. Exposed corners of piers shall be chamfered by approved moldings placed in the forms. Lumber once used in forms shall have nails withdrawn, and the surfaces to be exposed to -concrete shall be carefully cleaned before reuse. G. No -wire -or strap ties will be permitted. Ties shall be broken off one inch or more back from concrete surfaces. Ties shall be of sizes and weights as required for pressures developed and installed in accordance with manufacturer's recommendations. H. Forms for exposed surfaces shall be coated with form releasing agent, applied before the reinforcing steel is placed. Before concrete is placed, remove surplus material from the contact face of forms, reinforcing steel and other surfaces requiring bond with the concrete. Tolerance For Formwork A. Formwork for concrete shall be set and maintained so as to ensure completed concrete work within tolerance limits as follows: 1. Top of concrete of a set of foundations at any one tower shall not differ from the specified reference elevation by more than 1/2 inch, and the difference of the tops of concrete between individual foundations shall not differ by more than i/4 inch. 2. Variation in cross -sectional dimensions of piers and beams shall not exceed minus 1/2 inch or plus 2 inches. Preparation for Placing Concrete A. Water shall be removed from excavations before depositing concrete. Any surface water flow shall be diverted through proper side drain to prevent washing over freshly deposited concrete. Hardened concrete, ice, frozen earth, loose earth, debris and foreign materials shall be removed from form interiors, -excavations and conveying equipment inner surfaces. B. Runways -for wheeled equipment shall not be supported on reinforcement. Excavations to receive concrete shall be maintained free of fog, loose soil, debris and other foreign material prior to placing concrete. C. The Owner and/or Engineer shalt be notified sufficiently in advance of the scheduled time for concrete placement to permit his review of forms, reinforcement and embedded items. No concrete may be poured until after any deficiency noted has been corrected. It is the Contractor's sole responsibility to insure that forms, reinforcing and all embedded items are placed to the proper lines, grades and positions. All costs to correct a deficiency will be borne by the Contractor. D. No construction joints or cold joints will be allowed, except in unavoidable circumstances and authorized by the Engineer. If such should occur, the joint shall be sand blasted to expose the aggregate and create a rough surface. The sand blasting material and laitance shall be thoroughly cleaned from the surface of the concrete. Immediately prior to concrete placement on the existing concrete, a rich cement and sand slurry shall be poured over the joint to cover the entire surface. Placing of Concrete A. Equipment for chuting, pumping, and pneumatically conveying concrete shall be of such size and design as to ensure a practically continuos flow of concrete at the delivery end without separation of materials. 4 f_ B. Concrete shall be conveyed to point of deposit over runways or by other means without wheeling equipment over reinforcement of fresh concrete. C. Concrete shall be conveyed rapidly from mixer to forms without segregation or loss of ingredients. Concrete shall -be placed in forms near final position to avoid re handling. Vibrators shall not be used to transport -concrete within forms. The concreting shall be carried on at such a rate that the concrete is at all times plastic and flows readily into the spaces between the bars. -Concrete that -has partially hardened or been contaminated by foreign materials shall not be deposited on the work, nor shall re tempered concrete be used. Immediately after depositing, concrete shall be compacted by agitating thoroughly to force out air pockets. Mixtures shall be worked into corners around reinforcement and inserts to prevent formation of voids. D. Care shall be exercised in use of vibrator to prevent segregation, sand pockets, or bleeding. Vibrator shall be moved continuously in and out of concrete, keeping stationary only a few seconds in any position. E. Concrete -shall not be allowed to "free fall" more than eight (8) feet at any time. A "tremie" shall be used in all locations where the vertical distance from the end of the chute to the final placement of the concrete is more than eight (8) feet. The dropping of the concrete shall be so directed -that it will not hit any foreign material such as rebar steel, concrete forms, side of excavation, etc., during its free fall. Chutes, if used, must slope sufficiently to ensure flow of properly prepared concrete. F. When concreting is once started, it shall be carried -on -as a continuous operation until the placing of the section is completed. G. When placed by tremie process, the discharge end of the tremie tube shall have a controllable closure so as to prevent water from entering the tube when it is lowered. T-he-pipe-shall-be-not less than 10 inches in diameter and sections of pipe shall be flanged couplings fitted with gaskets. The pipe shall be readily movable vertically and horizontally. The discharge end shall be kept below the surface of the newly placed concrete and the pipe shall be constantly filled with concrete. The flow shall be continuous until the entire concrete mass is completed. s H. Adjacent surfaces shall be protected from concrete drippings, spillage, or splashes. Damaged surfaces shall be cleaned immediately. 1. No concrete placement shall take place during rain. If rain occurs during placement, the Contractor shall keep water out of the excavation and off freshly placed or troweled concrete. XV. Hot Weather Requirements A. The maximum temperature of mixed concrete shall be 90 F. Temperature of aggregates and mixing water shall be reduced by the use of chilled water or ice. Recommendations -in ACI 605 shall be followed. B. On hot dry days, loss of moisture by evaporation during finishing shall be prevented by erecting sun shades, wind barriers, or water fog sprays or use of a retardant in the mix. XVI. Cold Weather Requirements A. Adequate equipment shall be provided for heating the concrete materials and protecting the concrete during freezing or near freezing weather. All concrete materials and all reinforcements, forms, fillers, and ground with which the concrete is to come in contact shall be free from frost. No frozen materials or materials containing ice shall be used. B. Concrete, after placing shall be kept at a minimum temperature of 50° F for the required curing P g P P q g period. Recommendations in ACI 306 shall be followed. C. Concrete damaged by freezing shall be removed and replaced under this section of the Specifications, at no additional cost to the Owner. v XVII. Concrete Curing A. Curing period shall continue until the cumulative number of days or fractions thereof, not necessarily consecutive, during which temperature of the air in contact with the concrete is above 50° F, has totaled 7 days for Type 1 cement and 3 days for Type 1.11 cement. Rapid drying -at the end of the curing period shall be prevented. B. To ensure proper hydration of the cement on exposed surfaces, curing shall begin -as soon as possible .i after finishing. In no case shall curing be delayed until the next morning. -Curing-shall-continue4or the required period for. -the cement type used. The curing may be accomplished by either the use of water proof sheets, or membrane forming compound or a method approved by the -Owner and/or Engineer. C. Joints of waterproof sheets (paper or plastic) must be overlapped at least 4 inches and sealed by continuous tape. Sheets -shall be covered with tarpaulins and adequate-weight"hall-be-placed-to prevent billowing in the wind. D. Membrane forming compounds may be applied by hand operated or power equipment. Complete coverage is essential. The compound must be applied in two coats with one placed at right angles to the other. If rains occur within 3 hours of application, a new coat must be applied. It will be permissible to apply the second coat the next morning. These compounds shall -not be used on any surface that is to receive any coating, covering, or finish, or where additional concrete or other cement -like materials are to be bonded. Only a clear resin based or clear acrylic based curing compound will be -acceptable. E. When forms are left in contact with the concrete for the required curing period, and are exposed to the sun when temperatures exceed 75 degrees, they shall be kept continuously wet. If the forms are to be removed during curing period, one of the curing methods specified in paragraph D, shall be continued for the remainder of the curing period. F. When forms are left in contact with the concrete for the required curing period, and are shielded from the sun, no additional curing effort is required. If the forms are to be removed during the curing period one of the curing methods specified in paragraph D shall be continued for the remainder of the curing period. XV111. Removal of Forms A. Forms shall not be disturbed until the concrete has adequately hardened and until the member supported has acquired sufficient strength to safely support its own weight along with the load imposed on it. Wood forms and all particles of wood shall be completely removed (through temporary openings if necessary) to ensure that no material will be left for termite infestation. B. Tie rod clamps may be loosened 24 hours after concrete is placed and form ties, except for a sufficient number to hold the forms in place, may be removed at that time. Under normal conditions, after placing concrete, the minimum waiting period before the forms may be stripped shall be governed by the following schedule. However, the use of the schedule shall not relieve the Contractor of responsibility for the safety of the structure: C. Finish, repair and curing of the formed surfaces shall be completed the same day the forms are removed. XIX. Concrete Finishes and Repairs A. The tops of foundations and caps shall receive a steel trowel finish unless otherwise directed by the Engineer. B. Formed surfaces of concrete shall be finished to six inches below finished grade. All exposed concrete surfaces shall be treated immediately after removal of the forms by one of the following methods: 1. Grout Rubbed Finish: After the concrete has been pre -dampened, a slurry, consisting of one part cement (containing ten percent white cement) and one and one-half parts mortar sand, shall be spread and rubbed into and over the surface with sponge rubber floats creating a smooth uniform appearance. Voids larger than''/z inch in diameter shall be patched with a cement/sand paste prior to applying finish. All "bug holes" shall be filled in the finishing process. Membrane curing compound shall then be applied at completion of finishing. 2. Smooth Rubbed Finish: Smooth rubbed finish shall be produced on freshly hardened concrete. Patching of voids shall be accomplished immediately after the forms are removed and prior to 6 rubbing. Surfaces shall be wetted and -rubbed with Carborundum brick or -other non-metallic abrasive until a uniform color and texture is produced. No cement grout or slash- shall be used other than the cement paste drawn from the green concrete itself by the rubbing -process. All "bug holes" shall be filled in the finishing process. Membrane curing compound shall then be applied at completion of finishing. XX. Loading the Foundation A. The pole may be placed on the foundation -fourteen (14) days after -the concrete is initially placed, if the concrete test cylinders indicate-drat-the-concrete-liasreached-its -full strength of 3,500 psi in fourteen (14) days. B. If the fourteen -day break indicates insufficient strength, the -Contractor shall then wait to set the pole until the next scheduled break, i.e., 28-day break. XXI. Waste Concrete A. All concrete not used in the foundations shall be removed from the easement strip. No washings from the concrete truck will be permitted on the easement -strip or adjacent private property. Concrete trucks may wash out in the dirt piles from the excavation as long as it is contained within the dirt pile and then removed from the easement strip with the dirt pile. B. Any other arrangements for concrete -disposal maybe made--by-the Contractor -as long as the permission for this arrangement -has been -granted in writing and approved by Owner and/or Engineer. C. The Contractor shall have a continuous clean-up detail -from beginning to end of the project so that the waste dirt and concrete are disposed of in -a -timely manner. • ... ._ _ 1 ._. �, .. 4 , No Text No Text 5" POINT a1 I POINT Q2 6'4r POINT n2J POINT ❑2 NOTES: 1. STRENGTH LIMITATIONS OF HORIZONTAL POST: A. SPECIFIED CANTILEVER LOAD 3,030 LBS. B. MAXIMUM DESIGN TENSION 7.500 LBS 2. FOR STRENGTH LIMITATIONS OF OVERHEAD GROUND WIRE SUPPORT ASSEMBLY, SEE TM-6 3. THE FOLLOWING MATERIALS ARE TO BE SPECIFIED ON THE PLAN & PROFILE DRAWINGS & STAKING SHEETS: POLE, POLE GROUNDING ASSEMBLY, AND ANY ADDITIONAL GROUNDING OR FOUNDATION UNITS. 'Fumished By Pole -� �nv-rvl-% 1 r vlvir *J 1 In r Ivly GS NE POST lubb6ck CONCRETE POLE TC-69G ENGINEERING, LLC "" 69 W 2 POINT 10 5" 60 8,$• POINT 2Q 1 7'-0° POINT D2 r4r POINT Q2 J� 75'-0" NOTES: 1. STRENGTH LIMITATIONS OF HORIZONTAL POST: A. SPECIFIED CANTILEVER LOAD 3,030 LBS. B. MAXIMUM DESIGN TENSION 7,500 LBS 2. FOR STRENGTH LIMITATIONS OF OVERHEAD GROUND WIRE SUPPORT ASSEMBLY, SEE TM-6. 3, THE FOLLOWING MATERIALS ARE TO BE SPECIFIED ON THE PLAN AND PROFILE DRAWINGS AND STAKING SHEETS: POLE, POLE GROUNDING ASSEMBLY, AND ANY ADDITIONAL GROUNDING OR FOUNDATION UNITS. SGS Lubbock INGINEEBING. LLC FU=A T ORAWN BY; A bJ �} l I. I rl t. 1 ' FumWied By Pole Supplier 1 T 1 TC-69GB r� ATE: i i/mlo 2 4 POINT T-I 8- 3 POINT r-o* POINT POINT 02 I. AI .FumWied By Pole Supplier ITEM QTY. DESCRIPTION ASSEMBLY 1 3 Insulator Assembly, Angle TM-213 2 I OHGW Assemb TM4A 3 3 Bracket AwwWy, Medium Duty *TG-28 4 1 Qug". NMI& stmnort S G S k! " -' LAKE ALAN HENRY PUMP STATION Iiibbo-ck, SMALL VERTICAL ANGLES TC-3GA INGINEIRING, tiC CONCRETE POLE 69kV FLE MW-- TS-4GA OPAVM BY., JS APPIDDY. JB I SCAtF- IV a I' I M PSC-2 DATE 0812VIC POINT 0 7 POINT 02 POINT 02 POINT Q Tumished By Pole aGSI�s HLHIY t KY Mt'JIHfIVIV l ���' LARGE VERTICAL ANGLES TC-5G IubboCk 600-900 ENGINEERING, LLC 69W FttE NNd@ TGSti __ oAavwr sr. JS _ AMD Im RDP WAM ttS- = t __ EJo PSG2 -- - DtTE omto POINT 7 POINT 7 POINT 02 7 POINT F21 30- *Fumished By Pole SLfffier LAKIZZ ALAN r1r-NMT rUMr Z0 I A I IUr4 I E VERTICAL ANGLES A 111ISGS 4lubbo'ck LARG600 TC-5GA ENGINEERING LLC APPDAY- RfW 69W I Fn ~-2 DMVJN BY. -M I ZCALF-- 1W � V I INATF, M"TVIn POINT In 7 POINT 7 POINTF21 7 POINT v 1*1 , u* b bzz' k ENGINEERING, LLC ItM I I - NAME: IfQ'a&78 - IMMSYM TOP VIEW 14* 4 ' t_i r�� Ifi �l � *FumWmd By Pole Supplier I ASSEMBLY1 *TG-25C TM-2F- 1- TM4E TM-M I TC-5GA-76 r, I DATE: 0=4110 POINT POINT TOP VIEW POINT n2 1717 7'-0* POINT F21 *Fumished By e Supplier ITEM QTY. DESCRIPTION ASSEMBLY LAKE ALAN HENRY PUMP STATION L= TIA11 :08,2411( ENGINEERING, LLC 69 kV FILE NAME. A.-n -T"-G DMVM DY: JS ROP I SCAM Iff - V I EJO. P=2 =-B- --- 8SG-S LHnC HLJ-%1V nr-INM T ruivir J i tl i iVIV �ll�?bOCk GUY ATTACHMENT ASSEMBLY TG-Zrj(�',, ENGINEERING uc 111as I SINGLE GUYING TEE r� 4 6 3 TG-28 4 5 0 O TG-28C ITEM. -28 -28C DESCRIPTION MFG. CAT. # I I I BRACKET ASSEMBLY, SWINGING ANGLE (12' MIN. HORIZONTAL LENGTH) 2 2 2 BOLT MACHINE - 71W X REaQ LENGTH 4-� 2 HER, GURVED. C SO. X Ilr. 15118r HOLE 4 1 1 718% GROUNDVVIRE + I NUT IPLAMLE EYE, MEDIUM DUTY 2 2 1 CKNLITS, W, MF TWE LAKE ALAN HENRY PUMP STATION BRACKET AND GUY ATTACHMENT SGS lubb"'O`kk TG-28 ENGINEFRING. Ltc 69kV I Fu "Ame o"Vm BY. is APPDBY: RDP 1 112--l' 7—c". PSQ2 DATE 12 !1ENGINEERING, sitc I fl�ubbock INSULATOR ASSEMBLY TANGENT AND SMALL ANGLE 54.9" SUGKE7 GLEVI5 l DENO COMPRESSION, DOU 4 MPER 'EERMINALCOMPR,EESS S %.7 of l' S ubb6ck ENGINEERING. LLC nUNAME TNS-2DD DRAWN BY. dS INSULATOR ASSEMBLY DEADEND (DOUBLE TONGUE) TM-2DD 54.9' 3 ITEM QTY. DESCRIPTION MFG. CAT. # 1 1 INSULATOR, SUSPENSION OHIO BRASS S025043S2010 2 1 SOCKET EYE (FURNISHED WITH STRAIN CLAMP) ANDERSON SA-07 3 1 DEADEND. STRAIN -CLAMP, (PENGUIN) ANDERSON SD-8" LAKE A.L6N HENRY PUMP 15LATIQN ` lubb6& DEADEND INSULATOR ATOR ASSEMBLY TM-2E ENGINEERING, ►►C FLENA►W. TA&2E DRAWNBY. A APPOBY* RDP SCALE 1'=' 00: PSC-2 DATE MMIQ I 5 --- I 3 2 I 5 4 3 60.6 00.84 ! .a ITEM OTY. DESCRIPTION 1 1 , HOF INSULATOR, ' 2 1 Clip BONDING 3 2 BOLT MACHINE 4 2 WASHER 4" SQL 5 1 2 1 LOCKNUT 314' h -1 r-- 0.50 I I 6.13 I 12' 1 I I 5.56 F-- BASE PLATE SIDE VIEW 1 3.38 14' DIA8'DI 1,- 4.44 - - 12 14 -- 8.06 F-- BASE PLATE FRONT VIEW *FURNISHED BY POLE SUPPLIE MFG. I CAT. 8 1 1 1 CLAMP, SUSPENSION, (PENGUIN) I ANDERSON I HAS-104-N .z LAKE ALAN HENRY PUMP STATION iSGS AINSULATOR ASSEMBLY, TM-3B lubbock LINE POST ENGINEERING, LiC 69W 'A fltENWE TWB DRAM BY: JS AWD BY. RDP SCALE:1"=1' 1 Eao:PSG2 DATE: 11/08110 29e4 7 i 427 i [J�l� .. �W :. o I i' 1 2 i t i I I ITEM QTY. DESCRIPTION MFG. CAT. # 1 i ANCHOR SHACKLE, 30,000 LBS., BNC ANDERSON AS-25-BNK 2 1 CLAMP, STRAIN, DEADEND ANDERSON SWDE-55-N LAKE ALAN HENRY PUMP STATION SG{4 S Lubbock OHGW ASSEMBLY, DEADEND TM-4E ENGINEERING, liC FRE MIME: TM4 DAWN BY: is APPO BY. ROP I SCALE. ^s ' EW PSC-2 DATE: =0 * ITEM QTY. I DESCRIPTION MFG. CAT. # t 1 I CURVED STATIC SUPPORT TEE 2 2 1 SOLT MACHINE 7M" X READ LENGTH 3 2 1 WASHER SQUARE 4" CURVED A 7 1 1 ni `VI It IT 7/A" iF LliI\r 16\LM1V C9CiVC[ T t"VIYIr, 0 11A i IVIV 1 SIGAS eitpor OHGW ASSEMBLY TM-6BV Lubbock DOUBLE BOLT SUPPORT ENGINEERING. ltC tUti 69kV I FRE NAA7E. TM�BBV PRAWN BY: JB 1APP-DIRY:96? I SCALE t V2'•t=0' I E.io•..PSC-2 - _... OJgE 11I03tttl L_W 6" T- V-0" 1 2 2 SEE NOTE #1 2 m 2 o �4 a 1 pow 4 Llod 2 NOTES: 1. LEAVE ONE STRAND 1'-W LONGER, THEN SERVE -THE SINGLE AROUND THE END OF THE GROUND WIRE TO PREVENT SEPARATION OF STRANDS. ItSTRAND 2. CARRY THE DOWNLEAD UNDER THE BOTTOM OF THE POLE, THEN WRAP THE DOWNLEAD FOUR TURNS BACK UP THE POLE. CONNECT THE GROUND WIRES WITH A COMPRESSION CONNECTOR AT EACH WIRE CROSSING. 3. ATTACH TWO BUTT PLATES TO BUTT OF POLE WITH HILTI TOOL. ITEM QTY. DEECRIPTION MFG. CAT. # 1 13W WIRE #4 COPPER STRANDED 2 8 CONNECTOR COMPRESSION #4 Cu- #4 Cu 3 1 CLAMP PARALLEL GROOVE #4 TO 318" HSS 4 2 PLATE GROUNDING BUTT TYPE COPPER lubbock LAKE ALAN HENRY PUMP STATION TM-9C GROUNDING L1NRAP INGINEIRING. LLC BUTT ASSEMBLYE PlENAME! 11641-9C I DmvmSY• JS APPO BY. RDP I SCALE: 118'a1'-0 EJOc 2 DATE 11102J10 o'. SUPPORT -V DAMPER TM-20A ! O.H.G.W. NOTE 2 ALCOA 11In. 1701-4 TW208 CONDUCTOR ALCOA 13 in. i:OTE 2 170M I O TANGENT SINGLE DAMPER TM-20A TM-20B NOTES: DEAD END OHGW: ALCOA-1701-2 PENGUIN: ALCOA-1703-4 1. THE DAMPER CLAMP SHALL BE TIGHTENED WITH AN APPROVED TORQUE WRENCH TO MANUFACTURER'S REQUIRED TORQUE. 2. DAMPERS ARE TO BE LOCATED AS SHOWN ABOVE. LOCATION OF DAMPERS SHALL BE IN ACCORDANCE WITH MANUFACTURER'S RECOMMENDATIONS. REQUIRED TORQUES 1701-2 = 20FT 15S 1701-4 = 20FT 158 1703-4 = 20FT 16S 1703-8 = 26FT 16S SUPPORT DAMPER Y —Y DAMPER TM-20C ( ` I 0-K.G.W. NOTE 2 ALCOA I 11 in 11 In. I 1701.4 T 20D CONDUCTOR NOTE 2 ALMA 13In. 13In. 17038 I �WAR ir\��� � m _!so TANGENT DOUBLE DAMPER TM-20C TM-20D t 6aN 13 KT CV It" J I H I IVIV SGS1 �Ui3bbCk DAMPER ASSEMBLY TM-20 ` ENGINEERING. LLC I 2 1 2 DETAIL'A" DETAIL "B" (NTS) (NTS) " f- SEE DETAIL'A' r1 =5 _ "B" _,....,_ EE DETAIL MIN. DIA. HOLE GRADE �® 4'_0" WILL BE 12' L(SEE NOTE 1)-t 6'-0' 7'-0" 14'40' NOTES: 1. EACH 4-1/2" STEEL PIPE SHALL HAVE A WELDED CAP. 2. STEEL POSTS SHALL BE CONCRETED IN THE GROUND USING A MINIMUM DIAMETER HOLE OF 12". 3. ALL MATERIAL AND LABOR FOR INSTALLING THIS UNIT WILL BE SUPPLIED BY THE BIDDER. ITEM QTY. DESCRIPTION ASSEMBLY 1 2 J-BOLT 314" X 10° WITH 3 NUTS 2 4 WASHERS ROUND 71W 3 3 PIPE STEEL 2 718" X 7'4r 4 4 PIPE STEEL 4 112X W4r 1.6 1 IPIPE, STEEL 4 1/2" X 5'-0' 8 1 1 GATE PANEL STEEL 14'-0' 7 1 1 CHAIN 2' X 5111V MINIMUM SG LAKE ALAN HENRY PUMP STATION Lubbock STEEL GATE ASSEMBLY TM-52 SINGLE ENGINEERING, tic FR.E NMI: T DMWN BY: JS APPD BY: ROP I SCAM I EJCN: Sr-2 DATE: 1 JKWIO cy EARTH CONCRETE EMBANKMENT ON POLE. ARTH EMB SHOWl' SHI MINIMUM SCALE= 1/2"=1*4r CONCRETE BACKFILL NOTES: 1. CONCRETE SHALL BE 3500 PSI CONCRETE. IT SHALL BE DEPOSITED IN A MANNER WHICH WILL PREVENT SEGREGATION OF THE AGGREGATE AND CEMENT. 2. CARE SHOULD BE TAKEN TO AVOID GETTING DIRT MIXED WITH THE CONCRETE. 3. LOAD MAY BE APPLIED TO STRUCTURE AFTER REQUIRED CONCRETE STRENGTH HAS BEEN OBTAINED USING- r.nNTRACTOR FURNISHED CYLINDERS AND TESTS CONCRETE BACKFILL S-GS ENGINEERING. ItC *lubbock LAKE AN HEHENRYPUMP ST&T_10N l A TM 106 CONCRETE POLE CONCRETE BACKFILL mAmay. is APPODY: ROP SCALE. PSC-2 -DATE: 10IM10 2'R" " "AM"rl J4 alp Al Ylk 4t 4m "ne MIN4 No Text CSqudwAre IN Lit .r SGS Engineering Conductor: i4/0 AWG 6/ 1 Stranding ACSR "PENGUIN" Ruling Span: 650.0 Feet Stringing Sag Table Using Initial Sag Max Tension - 5266 lb Design: 20.0 8 Ult. @ 30 Deg OF, 0.00 in Ice, 0.00 psf Wind, Initial H Tens 1841 1753 1669 1591 1518 1451 (lbs)y.----- ----- ----- ----- ------ ----- Temp OF> 10 20 30 40 50 60 Sag Feet Feet -weet Feet Feet Feet Span----- ----- ----- ----- ----- ----- 300.0 1.78 1.87 1.96 2.06 2.16 2.26 310.0 1.90 1.99 2.09 2.20 2.30 2.41 320.0 2.02 2.13 2.23 2.34 2.45 2.57 330.0 2.15 2.26 2.37 2.49 2.61 2.73 340.0 2.28 2.40 2.52 2.64 2..77 2.90 350.0 2.42 2.54 2.67 2.80 2.93 3.07 360.0 2.56 2.69 2.82 2.96 3.10 3.25 370.0 2.70 2.84 2.98 3.13 3.28 3.43 380.0 2.85 3.00 3.15 3.30 3.46 3.62 390.0 3.01 3.16 3.32 3.48 3.64 3.81 400.0 3.16 3.32 3.49 3.66 3.83 4.01 410.0 3.32 3.49 3.66 3.84 4.03 4.21 420.0 3.49 3.66 3.84 4.03 4.23 4.42 430.0 3.65 3.84 4.03 4.23 4.43 4.64 440.0 3.83 4.02 4.22 4.43 4.64 4.85 450.0 4.00 4.20 4.41 4.63 4.85 5.08 460.0 4.18 .4.39 4.61 4.84 5.07 5.31 470.0 436 4.59 4.81 5.05 5.29 5.54 480.0 4.55 4.78 5.02 5.27 5.52 5.78 490.0 4.74 4.98 5.23 5.49 5.75 6.02 500.0 4.94 5.19 5.45 5.72 5.99 6.27 510.0 5.14 5.40 5.67 5.95 6.23 6.52 520.0 5.34 5.61 5.89 6.18 6.48 6.78 530.0 5.55 5.83 6.12 6.4-2 6.73 7.04 540.0 5.76 6.05 6.36 6.67 6.99 7.31 550.0 5.98 6.28 6.59 6.92 7.25 7.58 560.0 6.20 6.51 6.84 7.17 7.51 7.86 570.0 6.42 6.74 7.08 7.43 7.78 8.15 580.0 6.65 6.99 7.33 7.69 8.06 8.43 590.0 6.08 7.23 7.59 7.96 8.34 8.73 600.0 7.11 7.47 7.85 8.23 8.63 9.03 610.0 7.35 7.72 8.11 8.51 8.92 9.33 620.0 7.60 7.98 8.38 8.79 9.21 9.64 630.0 7.84 8.24 8.65 9.08 9.51 9.95 640.0 8.09 8.50 8.93 9.37 9.82 10.27 650.0 8.35 8.77 9.21 9.66 10.12 10.59 660.0 8.61 9.04 9.50 9.96 10.44 10.92 670.0 8.87 9.32 9.79 10.27 10.76 11.26 680.0 9.14 9.60 10.08 10.57 11.08 11.60 690.0 9.41 9.88 10.38 10.89 11.41 11.94 -------------------------------------------------- 3.10.6v 1389 1331 1278 1229 1184 70 80 90 100 110 Feet Feet Feet Feet Feet ----- ----- ----- ----- ----- 2.36 2.46 2.56 2.66 2.76 2.52 2.63 2.73 2.84 2.95 2.68 2.80 2.91 3.03 3.15 2.85 2.98 3.10 3.22 3.35 3.03 3.16 3.29 3.42 3.55 3.21 3.35 3.49 3.63 3.76 3.39 3.54 3.69 3.84 3.98 3.59 3.74 3.90 4.05 4.21 3.78 3.95 4.11 4.27 4.44 3.98 4.16 4.33 4.50 4.67 4.19 4.37 4.55 4.73 4.92 4.40 4.59 4.78 4.97 5.16 4.62 4.82 5.02 5.22 5.42 4.84 5.05 5.26 5.47 5.68 5.07 5.29 5.51 5.73 5.95 5.30 5.53 5.76 5.99 6.22 5.54 5.78 6.02 6.26 6.50 5.79 6.04 6.29 6.54 6.79 6.04 6.30 6.56 6.82 7.08 6.29 6.56 6.83 7.11 7.38 6.55 6.83 7.12 7.40 7.68 6.81 7.11 7.40 7.70 7.99 7.08 7.39 7.70 8.00 8.31 7.36 7.68 -8.00 8.31 8.63 7.64 7.97 8.30 8.63 8.96 7.93 8.27 8.61 8.95 9.29 8.22 8.57 8.93 9.28 9.64 8.51 8.88 9.25 9.62 9.98 8.81 9.19 9.58 9.96 10.34 9.12 9.51 9.91 10.30 10.70- 9.43 9.84 10.25 10.66 11.06 9.75 10.17 10.59 11.01 11.43 10.07 10.51 10.94 11.38 11.81 10.40 10.85 11.30 11.75 12.20 10.73 11.20 11.66 12.12 12.59 11.07 11.55 12.03 12.51 12.98 11.41 11.91 12.40 12.90 13.39 11.76 12.27 12.78 13.29 13.80 12.12 12.64 13.16 13.69 14.21 12.48 13.01 13.56 14.09 14.63 ---------------------------------- Certain information such as the data, opinions or recommendations set _ forth herein or given by Southwire representatives, is intended as a general guide only. Each installation of overhead electrical conductor, underground electrical conductor, and/or conductor accessories involves 111111 special conditions creating problems that require individual solutions J and, therefore, the recipient of this information has the sole responsibility in connection with the use of the information. Southwire does not assume any liability in connection with such information. Southwire A� AM A� d� INTM SGS Engineering Conductor: i4/0 AWG 6/ 1 Stranding ACSR "PENGUIN" 3.10.6v 1 Ruling Span: 650.0 Feet Stringing Sag Table Using Initial Sag Max Tension - 5266 lb Design: 20.0 % Ult. @ 30 Deg OF, 0.00 in Ice, 0.00 psf Wind, Initial H Tens 1841 1753 1669 1591 1518 1451 1389 1331 1278 1229 1184 (lbs) ----- ----- ----- ----- ----- ----- ----- ----- ----- ----- ----- Temp °F> 10 20 30 40 50 60 70 80 90 100 110 3rd Wave Sec Sec Sec Sec Sec Sec Sec Sec Sec Sec Sec Span----- ----- ----- ----- ----- ----- ----- ----- ----- ----- ----- 300.0 3.99 4.09 4.19 4.29 4.39 4.49 4.59 4.69 4.79 4.88 4.97 310.0 4.12 4.22 4.33 4.43 4.54 4.64 4.74 4:-85 4.95 5.04 5.14 320.0 4.25 4.36 4.47 4.58 4.68 4.79 4.90 5:-00 5.11 5.21 5.30 330.0 4.39 4.50 4.61 4.72 4.83 4.94 5.05 5.16 5.26 5.37 5.47 340.0 4.52 4.63 4.75 4.86 4.98 5.09 5.20 5.32 5.42 5.53 5.64 350.0 4.65 4.77 4.89 5.01 5.12 5.24 5.36 5.47 5.58 5.69 5.80 360.0 4.79 4.91 5.03 5.15 5.27 5.39 5.51 5.63 5.74 5.86 5.97 370.0 4.92 5.04 5.17 5.29 5.42 5.54 5.66 5.78 5.90 6.02 6.13 380.0 5.05 5.18 5.31 5.43 5.56 5.69 5.82 5.94 6.06 6.18 6.30 390.0 5.18 5.31 5.45 5.58 5.71 5.84 5.97 6.10 6.22 6.34 6.46 400.0 5.32 5.45 5.58 5.72 5.86 5.99 6.12 6.25 6.38 6.51 6.63 410.0 5.45 5.59 5.72 5.86 6.00 6.14 6.28 6.41 6.54 6.67 6.80 420.0 5.58 5.72 5.86 6.01 6.15 6.29 6.43 6.57 6.70 6.83 6.96 430.0 5.72 5.86 6.00 6.15 6.29 6.44 6.58 6.72 6.86 7.00 7.13 440.0 5.85 6.00 6.14 6.29 6.44 6.59 6.74 6.88 7.02 7.16 7.29 450.0 5.98 6.13 6.28 6.44 6.59 6.74 6.89 7.04 7.18 7.32 7.46 460.0 6.12 6.27 6.42 6.58 6.73 6.89 7.04 7.19 7.34 7.48 7.63 470.0 6.25 6.40 6.56 6.72 6.88 7.04 7.19 7.35 7.50 7.65 7.79 480.0 6.38 6.54 6.70 6.86 7.03 7.19 7.35 7.50 7.66 7.81 7.96 490.0 6.51 6.68 6.84 7.01 7.17 7.34 7.50 7.66 7.82 7.97 8.12 500.0 6.65 6.81 6.98 7.15 7.32 7.49 7.65 7.82 7.98 8.14 8.29 510.0 6.78 6.95 7.12 7.29 7.47 7.64 7.81 7.97 8.14 8.30 8.45 520.0 6.91 7.09 7.26 7.44 7.61 7.79 7.96 8.13 0.30 8.46 8.62 530.0 7.05 7.22 7.40 7.58 7.76 7.94 8.11 8.29 8.46 8.62 8.79 540.0 7.18 7.36 7.54 7.72 7.91 8.09 8.27 8.44 8.62 8.79 8.95 550.0 7.31 7.49 7.68 7.87 8.05 8.24 8.42 8.60 8.78 8.95 9.12 560.0 7.44 7.63 7.82 8.01 8.20 8.39 8.57 8.76 8.94 9.11 9.28 570.0 7.58 7.77 7.96 8.15 8.34 8.54 8.73 8.91 9.10 9.27 9.45 580.0 7.71 7.90 8.10 8.29 8.49 8.69 8.88 9.07 9.25 9.44 9.62 590.0 7.84 8.04 8.24 8.44 8.64 8.84 9.03 9.22 9.41 9.60 9.78 600.0 7.98 8.18 8.38 8.58 8.78 8.99 9.18 9.38 9.57 9.76 9.95 610.0 8.11 8.31 8.52 8.72 8.93 9.14 9.34 9.54 9.73 9.93 10.11 620.0 8.24 8.45 8.66 8.87 9.08 9.28 9.49 9.69 9.89 10.09 10.28 630.0 8.38 8.58 8.80 9.01 9.22 9.43 9.64 9.85 10.05 10.25 10.44 640.0 8.51 8.72 8.94 9.15 9.37 9.58 9.80 10.01 10.21 10.41 10.61 650.0 8.64 8.86 9.08 9.30 9.52 9.73 9.95 10.16 10.37 10.58 10.78 660.0 8.77 8.99 9.22 9.44 9.66 9.88 10.10 10.32 10.53 10.74 10.94 670.0 8.91 9.13 9.36 9.58 9.81 10.03 10.26 10.48 10.69 10.90 11.11 680.0 9.04 9.27 9.50 9.73 9.96 10.18 10.41 10.63 10.85 11.06 11.27 690.0 9.17 9.40 9.63 9.87 10.10 10.33 10.56 10.79 11.01 11.23 11.44 ------------------------------------------------------------------------------------- Certain information such as the data, opinions or recommendations set forth herein or given by Southwire representatives, is intended as a general guide only. Each installation of overhead electrical conductor, underground electrical conductor, and/or conductor accessories involves special conditions creating problems that require individual solutions and, therefore, the recipient of this information has the sole responsibility in connection with the use of the information. Southwire does not assume any liability in connection with such information. 3.10.7v SGS Engineering LAHPS - 69 kV T-Line STR 77 TO SUB BAY Conductor: #4/0 AWG 6/ 1 Stranding ACSR "PENGUIN" Area - 0.1939 Sq. in Diameter - 0.563 in Weight - 0.291 lb/ft RTS = 8350 lb Data from Chart No. 1-938 English Units Limits and Outputs in Average Tensions. _ Span e 50.0 Feet NESC Heavy Load Zone Creep IS a Factor Rolled Rod fDesign Points Final Initial L_ Temp Ice Wind K Weight Sag Tension RTS Sag Tension RT-S_ F in psf lb/ft lb/ft Ft lb % Ft- lb % 0.0 0.50 4.00 0.30 1.385 0.29 1500 18.0 0.29 1500 18.0* 0.0 0.00 4.00 0.00 0.346 0.08 1360 16.3 0.08 1360 16.3 23.0 0.00 6.00 0.00 0.405 0.14 889 10.7 0.13 976 11.7 30.0 0.00 6.00 0.00 0.405 0.17 747 8.9 0.15 858 10.3 32.0 1.00 0.00 0.00 2.235 0.54 1306 15.6 0.53 1315 15.7 32.0 0.50 4.00 0.00 1.085 0.36 939 11.3 0.34 1000 12.0 32.0 0.50 0.00 0.00 0.952 0.33 894 10.7 0.31 963 11.5 32.0 0.25 2.00 0.00 0.572 0.23 762 9.1 0.21 862 10.3 60.0 60.0 0.00 0.00 25.60 20.70 0.00 0.00 1.236 1.014 0.55 0.52 700 613 8.4 7.3 0.51 0.47 761 680 9.1 8.1 60.0 0.00 18.50 0.00 0.915 0.50 572 6.9 0.44 643 7.7 60.0 0.00 16.40 0.00 0.823 0.48 532 6.4 0.42 607 7.3 60.0 0.00 12.50 0.00 0.655 0.45 456 5.5 0.38 538 6.4 60.0 0.00 10.80 0.00 0.584 0.43 423 5.1 0.36 507 6.1 60.0 0.00 9.00 0.00 0.513 0.41 387 4.6 0.34 475 5.7 60.0 0.00 7.70 0.00 0.464 0.40 362 4.3 0.32 453 5.4 60.0 0.00 6.00 0.00 0.405 0.38 330 4.0 0.30 425 5.1 60.0 0.00 4.00 0.00 0.346 0.36 297 3.6 0.27 396 4.7 r 0.0 0.00 0.00 0.00 0.291 0.07 1357 16.3 0.07 1357 16.3 10.0 0.00 0.00 0.00 0.291 0.08 1158 13.9 0.08 1186 14.2 15.0 0.00 0.-00 0.00 0.291 0.09 1045 12.5 0.08 1100 13.2 20.0 30.0 0.00 0.00 0.00 0.00 0.00 0.00 0.291 0.291 0.10 0.13 934 717 11.2 8.6 0.09 0.11 1013 839 12.1 10.0 32.0 0.00 0.00 0.00 0.291 0.13 676 8.1 0.11 804 9.6 40.0 0.00 0.00 0.00 0.291 0.17 520 6.2 0.14 667 9.0 50.0 0.00 0.00 0.00 0.291 0.25 363 4.4 0.18 505 6.0 60.0 0.00 0.00 0.00 0.291 0.34 264 3.2 0.25 369 4.4 70.0 0.00 0.00 0.00 0.291 0.44 207 2.5 0.33 274 3.3 - 80.0 0.00 0.00 0.00 0.291 0.50 182 2.2 0.42 215 2.6 90.0 0.00 0.00 0.00 0.291 0.54 168 2.0 0.51 179 2.1 100.0 0.00 0.00 0.00 0.291 0.58 156 1.9 0.57 161 1.9 110.0 0.00 0.00 0.00 0.291 0.62 146 1.8 0.61 150 1.8 120.0 0.00 0.00 0.00 0.291 0.66 138 1.7 0.64 141 1.7 167.0 0.00 0.00 0.00 0.291 0.83 110 1.3 0.81 112 1.3 212.0 0.00 0.00 0.00 0.291 0.97 94 1.1 0.95 95 1.1 * Design Condition Certain information such as the data, opinions or recommendations set j forth herein or given by Southwire representatives, is intended as a general guide only. Each installation of overhead electrical conductor, underground electrical conductor, and/or conductor accessories involves special conditions creating problems that require individual solutions and, therefore, the recipient of this information has the sole responsibility in connection with the use of the information. Southwire does not assume any liability in connection with such information. South*ir_e - �Am 7 SAS Engineering Conductor: 3/ 8x 7 Strand Steel HS 3.1O.6v Ruling Span: 650.0 Feet Stringing Sag Table using Initial Sag NESC Heavy Load Zone Max Tension - 5414 lb Design: 8.47 Ft Sag @ 60 Deg OF, 0.00 in Ice, 0.00 psf Wind, Initial H Tens 2038 1964 1894 1827 1763 1702 1645 1590 1538 1490 1443 (lbs) ---- ----- ----- ----- ----- ----- ----- ----- ----- ----- Temp OF> 10 20 30 40 50 60 70 80 90 100 110 Sag Feet Feet Feet Feet Feet Feet Feet Feet Feet Feet Feet Span----- ----- ----- ----- ----- ----- ----- ----- ----- ----- ----- 300.0 1.51 1.56 1.62 1.68 1.74 1.80 1.87 1.93 2.00 2.06 2.13 310.0 1.61 1.67 1.73 1.80 1.86 1.93 1.99 2.06 2.13 2.20 2.27 320.0 1.71 1.78 1.85 1.91 1.98 2.05 2.12 2.20 2.27 2.35 2.42 330.0 1.82 1.89 1.96 2.03 2.11 2.18 2.26 2.34 2.42 2.50 2.57 340.0 1.94 2.01 2.08 2.16 2.24 2.32 2.40 2.48 2.56 2.65 2.73 350.0 2.05 2.13 2.21 2.29 2.37 2.46 2.54 2.63 2.72 2.81 2.90 360.0 2.17 2.25 2.34 2.42 2.51 2.60 2.69 2.78 2.88 2.97 3.06 370.0 2.29 2.38 2.47 2.56 2.65 2.74 2.84 2.94 3.04 3.14 3.24 380.0 2.42 2.51 2.60 2.70 2.80 2.90 3.00 3.10 3.20 3.31 3.41 390.0 2.55 2.64 2.74 2.84 2.94 3.05 3.16 3.26 3.37 3.48 3.60 400.0 2.68 2.78 2.88 2.99 3.10 3.21 3.32 3.43 3.55 3.67 3.78 410.0 2.82 2.92 3.03 3.14 3.25 3.37 3.49 3.61 3.73 3.85 3.97 420.0 2.95 3.06 3.18 3.30 3.41 3.54 3.66 3.79 3.91 4.04 4.17 430.0 3.10 3.21 3.33 3.45 3.58 3.71 3.84 3.97 4.10 4.24 4.37 440.0 3.24 3.36 3.49 3.62 3.75 3.98 4.02 4.16 4.30 4.44 4.58 450.0 3.39 3.52 3.65 3.78 3.92 4.06 4.20 4.35 4.49 4.64 4.79 460.0 3.54 3.68 3.81 3.95 4.10 4.24 4.39 4.54 4.69 4.85 5.00 470.0 3.70 3.84 3.98 4.13 4.28 4.43 4.58 4.74 4.90 5.06 5.22 480.0 3.86 4.00 4.15 4.30 4.46 4.62 4.78 4.95 5.11 5.28 5.45 490.0 4.02 4.17 4.33 4.49 4.65 4.61 4.98 5.15 5.33 5.50 5.68 500.0 4.19 4.34 4.50 4.67 4.84 5.01 5.19 5.37 5.55 5.73 5.91 510.0 4.36 4.52 4.69 4.86 5.04 5.22 5.40 5.58 5.77 5.96 6.15 520.0 4.53 4.70 4.87 5.05 5.23 5.42 5.61 5.80 6.00 6.20 6.39 530.0 4.70 4.88 5.06 5.25 5.44 5.63 5.83 6.03 6.23 6.44 6.64 540.0 4.88 5.07 5.25 5.45 5.65 5.85 6.05 6.26 6.47 6.68 6.90 550.0 5.07 5.26 5.45 5.65 5.86 6.07 6.28 6.49 6.71 6.93 7.15 560.0 5.25 5.45 5.65 5.86 6.07 6.29 6.51 6.73 6.96 7.19 7.42 570.0 5.44 5.64 5.B5 6.07 6.29 6.51 6.74 6.97 7.21 7.44 7.68 580.0 5.63 5.84 6.06 6.28 6.51 6.75 6.98 7.22 7.46 7.71 7.95 590.0 5.83 6.05 6.27 6.50 6.74 6.98 7.22 7.47 7.72 7.98 8.23 600.0 6.03 6.25 6.49 6.73 6.97 7.22 7.47 7.73 7.99 8.25 8.51 610.0 6.23 6.47 6.71 6.95 7.20 7.46 7.72 7.99 8.26 8.53 8.80 620.0 6.44 6.68 6.93 7.18 7.44 7.71 7.98 8.25 8.53 8.81 9.09 630.0 6.65 6.90 7.15 7.42 7.68 7.96 8.24 8.52 6.81 9.10 9.39 640.0 6.86 7.12 7.38 7.65 7.93 8.21 8.50 8.79 9.09 9.39 9.69 650.0 7.08 7.34 7.61 7.89 8.18 8.47 8.77 9.07 9.37 9.68 9.99 660.0 7.30 7.57 7.85 8.14 8.43 8.73 9.04 9.35 9.67 9.98 10.30 670.0 7.52 7.80 8.09 8.39 8.69 9.00 9.32 9.64 9.96 10.29 10.62 680.0 7.74 8.03 8.33 8.64 8.95 9.27 9.60 9.93 10.26 10.60 10.94 690.0 7.97 8.27 8.58 8.90 9.22 9.55 9.88 10.22 10.56 10.91 11.26 ------------------------------------------------------------------------------------- Certain information such as the data, opinions or recommendations set forth herein or given by Southwire representatives, is intended as a general guide only. Each installation of overhead electrical conductor, �.; underground electrical conductor, and/or conductor accessories involves special conditions creating problems that require individual solutions and, therefore, the recipient of this information has the sole responsibility in connection with the use of the information. Southwire does not assume any liability in connection with such information. c, Souse �JWI•a-I+; SGS Engineering Conductor: 3/ 8x 7 Strand Steel HS Ruling Span: 650.0 Feet NESC Heavy Load Zone Stringing Sag Table Using Initial Sag Max Tension - 5414 lb Design: 8.47 Ft Sag @ 60 Deg °F, 0.00 in Ice, 0.00 psf Wind, Initial H Tens 2038 1964 1894 1827 1763 1702 1645 1590 1538 1490 1443 (lbs) ----- ----- ---------- ----- ----- ----- ----- ----- ----- ----- Temp OF> 10 20 30 40 50 60 70 80 90 100 110 3rd wave Sec Sec Sec Sec Sec Sec Sec Sec Sec Sec Sec Span----- ----- ----- ----- ----- ----- ----- ----- ----- ----- ----- 300.0 3.67 3.74 3.81 3.88 3.95 4.02 4.09 4.16 4.23 4.29 4.36 310.0 3.79 3.86 3.94 4.01 4.08 4.15 4.22- 4430 4.37 4.44 4.51 320.0 3.92 3.99 4.06 4.14 4.21 4.29 4.36_ 4.43 4.51 4.58 4.65 330.0 4.04 4.11 4.19 4.27 4.34 4.42 4.50- 4.57 4.65 4.72 4.80 340.0 4.16 4.24 4.32 4.39 4.47 4.55 4.63 4.71 4.79 4.87 4.94 350.0 4.28 4.36 4.44 4.52 4.61 4.69 4.77 4.85 4-.93 5.01 5.09 360.0 4.41 4.49 4.57 4.65 4.74 4.82 4:-90 4.99- 5.07 5.15 5.24 370.0 4.53 4.61 4.70 4.78 4.87 4.95 5.04- 5.13 5.21 5.30 5.38 380.0 4.65 4.74 4.82 4.91 5.00 5.09 5.18 5.27 5.35 5.44 5.53 390.0 4.77 4.86 4.95 5.04 5.13 5.22 5.31 5.40 5.49 5.58 5.67 400.0 4.90 4.99 5.08 5.17 5.26 5.36 5.45 5.54 5.63 5.73 5.82 410.0 5.02 5.11 5.20 5.30 5.39 5.49 5.59 5.68 5.78 5.87 5.96 420.0 5.14 5.24 5.33 5.43 5.53 5.62 5.72 5.82 5.92 6.01 6.11 430.0 5.26 5.36 5.46 5.56 5.66 5.76 5.86 5.96 6.06 6.16 6.25 440.0 5.38 5.48 5.59 5.69 5.79 5.89 5.99 6.10 6.20 6.30 6.40 450.0 5.51 5.61 5.71 5.82 5.92 6.03 6.13 6.24 6.34 6.44 6.54 460.0 5.63 5.73 5.84 5.95 6.05 6.16 6.27 6.37 6.48 6.59 6.69 470.0 5.75 5.86 5.97 6.08 6.18 6.29 6.40 6.51 6.62 6.73 6.83 480.0 5:87 5.98 6.09 6.20 6.32 6.43 6.54 6.65 6.76 6.87 6.98 490.0 6.00 6.11 6.22 6.33 6.45 6.56 6.68 6.79 6.90 7.01 7.13 500.0 6.12 6.23 6.35 6.46 6.58 6.70 6.81 6.93 7.04 7.16 7.27 510.0 6.24 6.36 6.47 6.59 6.71 6.83 6.95 7.07 7.18 7.30 7.42 520.0 6.36 6.48 6.60 6.72 6.84 6.96 7.08 7.21 7.33 7.44 7.56 530.0 6.49 6.61 6.73 6.85 6.97 7.10 7.22 7.34 7.47 7.59 7.71 540.0 6.61 6.73 6.86 6.98 7.11 7.23 7.36 7.48 7.61 7.73 7.85 550.0 6.73 6.86 6.98 7.11 7.24 7.37 7.49 7.62 7.75 7.87 8.00 560.0 6.85 6.98 7.11 7.24 7.37 7.50 7.63 7.76 7.89 8.02 8.14 570.0 6.98 7.11 7.24 7.37 7.50 7.63 7.77 7.90 8.03 8.16 8.29 580.0 7.10 7.23 7.36 7.50 7.63 7.77 7.90 8.04 8.17 8.30 8.43 590.0 7.22 7.35 7.49 7.63 7.76 7.90 8.04 8.18 8.31 8.45 8.58 600.0 7.34 7.48 7.62 7.76 7.90 8.04 8.17 8.31 8.45 8.59 8.73 610.0 7.47 7.60 7.74 7.89 8.03 8.17 8.31 8.45 8.59 8.73 8.87 620.0 7.59 7.73 7.87 8.01 8.16 8.30 8.45 8.59 8.73 8.88 9.02 630.0 7.71 7.85 8.00 8.14 8.29 8.44 8.58 8.73 8.88 9.02 9.16 640.0 7.83 7.98 8.13 8.27 8.42 8.57 8.72 8.87 9.02 9.16 9.31 650.0 7.96 8.10 8.25 8.40 8.55 8.70 8.86 9.01 9.16 9.31 9.45 660.0 8.08 8.23 8.38 8.53 8.69 8.84 8.99 9.15 9.30 9.45 9.60 670.0 8.20 8.35 8.51 8.66 8.82 8.97 9.13 9.28 9.44 9.59 9.74 680.0 8.32 8.48 8.63 8.79 8.95 9.11 9.26 9.42 9.58 9.74 9.89 690.0 8.44 8.60 8.76 8.92 9.08 9.24 9.40 9.56 9.72 9.88 10.04 ------------------------------------------------------------------------------------- �j' Certain information such as the data, opinions or recommendations set forth herein or given by Southwire representatives, is intended as a general guide only. Each installation of overhead electrical conductor, underground electrical conductor, and/or conductor accessories involves special conditions creating problems that require individual solutions and, therefore, the recipient of this information has the sole responsibility in connection with the use of the information. Southwire does not assume any liability in connection with such information. 3.10.7v 1 ` lr SGS Engineering LAHPS - 69 kV T-Line STR 77 TO STATIC MAST Conductor: 3/ 8x 7 Strand Steel HS Area - 0.0792 Sq. in Diameter - 0.360 in Weight - 0.273 lb/ft RTS = 10800 lb Data from Chart No. 1-1245 English Units Limits and Ocitputs in Average Tensions. Span - 150.0 Feet NESC Heavy Load Zone Creep is NOT a Factor Design Points Final Initial Temp Ice Wind K Weight Sag Tension RTS Sag Tension RTS °F in psf -lb/ft lb/ft Ft lb % Ft lb % 0.0 0.50 4.00 0.30 1.226 3.49 991 9.2 3.46 1000 9.3* 0.0 0.00 4.00 0.00 _0.298 3.03 277 2.6 2.89 291 2.7 23.0 0.00 6.00 0.00 0.327 3.24 285 2.6 3.10 297 2.8 30.0 0.00 6.00 0.00 0.327 3.29 280 2.6 3.16 292 2.7 32.0 1.00 0.00 0.00 1.964 3.95 1402 13.0 3.95 1402 13.0 32.0 0.50 4.00 0.00 0.926 3.58 729 6.8 3.52 742 6.9 32.0 0.50 0.00 0.00 0.808 3.53 645 6.0 3.46 658 6.1 32.0 0.25 2.00 0.00 0.484 3.38 403 3.7 3.28 417 3.9 60.0 0.00 25.60 0.00 0.815 3.72 617 5.7 3.65 629 5.8 60.0 0.00 20.70 0.00 0.678 3.67 521 4.8 3.58 533 4.9 60.0 0.00 18.50 0.00 0.619 3.64 478 4.4 3.55 491 4.5 60.0 0.00 16.40 0.00 0.563 3.62 438 4.1 3.52 450 4.2 60.0 0.00 12.50 0.00 0.464 3.58 365 3.4 3.47 377 3.5 60.0 0.00 10.80 0.00 0.424 3.56 335 3.1 3.45 - 347 3.2 60.0 0.00 9.00 0.00 0.384 3.54 305 2.8 3.42 316 2.9 60.0 0.00 7.70 0.00 0.358 3.53 285 2.6 3.41 296 2.7 60.0 0.00 6.00 0.00 0.327 3.52 262 2.4 3.39 272 2.5 60.0 0.00 4.00 0.00 0.298 3.51 240 2.2 3.37 249 2.3 0.0 0.00 0.00 0.00 0.273 3.02 255 2.4 2.87 268 2.5 10.0 0.00 0.00 0.00 0.273 3.10 248 2.3 2.95 261 2.4 15.0 0.00 0.00 0.00 0.273 3.14 245 2.3 2.99 257 2.4 20.0 0.00 0.00 0.00 0.273 3.18 242 2.2 3.03 253 2.3 30.0 0.00 0.00 0.00 0.273 3.26 236 2.2 3.12 247 2.3 32.0 0.00 0.00 0.00 0.273 3.28 235 2.2 3.13 246 2.3 40.0 0.00 0.00 0.00 0.273 3.34 230 2.1 3.20 241 2.2 50.0 0.00 0.00 0.00 0.273 3.42 225 2.1 3.28 235 2.2 60.0 0.00 0.00 0.00 0.273 3.49 220 2.0 3.35 229 2.1 70.0 0.00 0.00 0.00 0.273 3.57 216 2.0 3.43 224 2.1 80.0 0.00 0.00 0.00 0.273 3.64 211 2.0 3.50 220 2.0 90.0 0.00 0.00 0.00 0.273 3.71 207 1.9 3.58 215 2.0 100.0 0.00 0.00 0.00 0.273 3.78 204 1.9 3.65 211 2.0 110.0 0.00 0.00 0.00 0.273 3.85 200 1.9 3.72 207 1.9 120.0 0.00 0.00 0.00 0.273 3.92 196 1.8 3.79 203 1.9 167.0 0.00 0.00 0.00 0.273 4.22 182 1.7 4.10 188 1.7 212.0 0.00 0.00 0.00 0.273 4.50 171 1.6 4.38 176 1.6 * Design Condition Certain information such as the data, opinions or recommendations set forth herein or given by Southwire representatives, is intended as a general guide only. Each installation of overhead electrical conductor, underground electrical conductor, and/or conductor accessories involves special conditions creating problems that require individual solutions and, therefore, the recipient of this information has the sole responsibility in connection with the use of the information. Southwire does not assume any liability in connection with such information. No Text No Text iN I F ,I f, rva •~2fiNe � ' 1 ' 1 i- f�Av n •d 6.. �. (_ .. .: l��. ,L' F y._ RM °(:.l __:! I1i('-;'47s_'