Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2011-R0195 - Contract - Archer Western Construction LLC - Digesters Improvements Project - 04_28_2011
Resolution No, 2011-RO195 April 28, 2011 Item No. 5.9 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. 9835 for digesters 8 & 9 improvements project, by and between the City of Lubbock and Archer Western Construction, LLC of Arlington, 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 April 28, 2011 TOM MARTIN, MAYOR ATTEST: D-tJ2�� Webe&ca Garza, City Secreta ' ' ' $Ph1Z11: i 1 Marsha Reed, RE., Chief Operations Officer APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vw:ccdocs/RES.Contract-Archer Western Construction, LLC Fcbruary 17, 2011 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: APRIL 28TH 2011 CITY OF LUBBOCK SPECIFICATIONS FOR Digesters 8 and 9 Improvements Project RFP 11-9835-MA PROJECT NUMBER: CIP 92177 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www.therei)roductioncom-pgny.com Phone: (806) 763-7770 ayl 1 Rc� 19 S- Division 0 January 2011 CITY OF LUBBOCK Lubbock, Texas ADDENDUMS RFP No. 11-9835-MA ADDENDUM # I RFP # 11-9835 MA Digesters 8 & 9 Improvements Project DATE ISSUED: January 21, 2011 CLOSE DATE: February 16, 2011 @ 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1) The pre -proposal conference as been rescheduled from Wednesday, January 26, 2011 at 1:00 PM to Friday, January 28 at 9:00 AM, same location. 2) The project completion dates have been revised to: 450 calendar days until substantial completion and an additional 30 calendar days for final completion. 3) Liquidated damages have been revised to: $2,500 for days in excess of 450 until substantial completion reached and $1,000 per day in excess of 30 days until final completion reached. Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-3326 or Email to malvarezlcimylubbock.us THANK YOU, CITY OF LUBBOCK Marta Alvarez Director of Purchasing and Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the offeror' LMonsibility to advise the Director of Purchasing and Contract Management if any language. requirements. etc- or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFp to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contact Management no later than five (5) business days prior to the bid close date. A review of such notifications will be made. I ril I DATE ISSUED: CLOSE DATE: RFP No. 11-9835-MA ADDENDUM # 2 RFP # 11-9835 MA Digesters 8 & 9 Improvements Project February 4, 2011 February 16, 2011 @ 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Offeror's are invited and review the following: 1. VOLUME 1 OF 5 A. The Contractor's Checklist has been revised as follows: 1. Item 6, should read Complete and sign the "Contractors Statement of Qualifications". Revised checklist must be submitted with proposal. B. Proposal Submittal Form has been revised as follows: 1. Item 9, has been increased from $109,338 to $110,849. Revised Proposal Submittal Form must be submitted with proposal. C. The project completion dates have been revised to: 480 calendar days until substantial completion. REVISED k City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 11-9835-MA ['Before submitting your bid, 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 BID SUBMITTAL FORM. Bid 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. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. 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. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 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. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. Complete and sign the "CONTRACTOR'S STATEMENT OF QUALIFICATIONS". Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 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 PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR .BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. (Type or Print Company Name) i t Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within (480) FOUR HUNDRED EIGHTY CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror herebyfurther agrees to a to Owner as liquidated damages the sum of $2 500 TWO -THOUSAND FIVE- P' pay � t HUNDRED DOLLARS) for each day in excess of the time set forth herein above for completion, and the sum of $1,000 (ONE THOUSAND DOLLARS) for each consecutive calendar day after substantial completion and in excess of the lime to final completion set forth herein above for completion of this of this project, all as more fully set forth in the General Conditions of the Agreement. The proposed number of calendar days to substantial completion. (Number followed by written): The proposed number of calendar days to final completion. (Number followed by written): 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. 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 'ommence work on the date specified in the written notice to proceed, and to substantially complete the work on which he tas 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 -ertified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, i 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. Offeror's Initials 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 SUBNUTTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: - Fax: - Email: FEDERAL TAX ID or SOCIAL SECURITY No. M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) • Page 2 February 8, 2011 2. VOLUME 2 OF 5 - SPECIFICATION SECTION 01000 — SPECIAL CONDITIONS ARTICLE 21.OBSERVATION AND TESTING: DELETE: Section 21.03 Tests and Inspections in its entirety REPLACE WITH: New Section 21.03 Tests and Inspections as follows: "21.03 Tests and Inspections A. Contractor shall give Engineer timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. Owner shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 1. for inspections, tests, or approvals covered by Paragraphs 21.03.0 and 21.03.1) below; f 2. that costs incurred in connection with tests or inspections conducted pursuant to Paragraph 21.04.11 shall be paid as provided in Paragraph 21.04.C; and 3. as otherwise specifically provided in the Contract Documents. C. If Laws or Regulations of anv public body having iurisdiction require anv Work (or part thereof) specifically to be inspected, tested, or approved by an emplovee or other representative of such public body, Contractor shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith. and furnish Engineer the required certificates of inspection or approval. D. Contractor shall be responsible for arranging and obtaining and shall pav all costs in connection with any inspections, tests, or approvals required for Owner's and Engineer's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to Owner and Engineer. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of Engineer, Contractor shall, if requested by Engineer, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 21.03.E shall be at Contractor's expense unless Contractor has given Engineer timely notice of Contractor's intention to cover the same and Engineer has not acted with reasonable promptness in response to such notice." • Page 3 February 8, 2011 3. VOLUME 2 OF 5 - SPECIFICATION SECTION 01500 — TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL, 1.13 TEMPORARY PROCESS PUMPING, A: DELETE: "3. Temporary pumps shall be capable of matching plant flow rates through the use of variable flow rate pumping. The use of cycled pumping (i.e., on/off) is not acceptable. Provide all wiring and controls necessary to match plant flow rate based on 4-20 mA signal available at the Operations Building." in its entirety. DELETE: "6. Temporary pumping will be reauired 24 hours per day during the time period when pumping is required and is critical to the proper operation of the OWNER'S treatment facility. Provide 24-hour on -site supervision of pumps to ensure that pumps are always operational and performing as required. Notify the OWNER immediately if temporary pumping cannot be provided." in its entirety. DELETE: "8. Provide 100 percent backup (a.k:a.. standbv, redundant. etc. Pumping capacity equal to the required process flow rate. Backup system shall be capable of providing required pumping capacity immediately upon failure of Primary pumping system. Stand-by pumps shall be installed, connected, tested, and ready to operated before bypass pumping is started." in its entirety. 4. VOLUME 2 OF 5 - SPECIFICATION SECTION 11242 — CHEMICAL METERING PUMPS PART 3 EXECUTION, 3.06 PUMP SCHEDULES, Field Quality Control Testing: DELETE: Requirement for Level 1 Vibration Testing REPLACE WITH: "N/A" in the second column. DELETE: Requirement for Level 1 Noise Testing REPLACE WITH: "N/A" in the second column. 1 • Page 4 February 8, 2011 a 5. VOLUME 2 OF 5 - SPECIFICATION SECTION 11405 — CHEMICAL METERING PUMPS PART 1 GENERAL, 1.02 REFERENCES, H: DELETE: "State of California, South Coast Air Ouality Management Control District (SCAOMD)". REPLACE WITH: "NOT USED". 6. VOLUME 3 OF 5 - SPECIFICATION SECTION 15552 — HOT WATER BOILER PART 1 GENERAL, 1.02 SUPPLIER'S SCOPE OF SUPPLY AND PRICE DELETE: "A. The purchase price for the Suppliers scope of supply has been pre- nettotiated and is included in the Bid Form Section 00101. The items and terms for which this price is valid are included in the Suppliers scope of supply at the end of Section 01000." in its entirety. REPLACE WITH: "Not Used" PART 1 GENERAL, 1.03 REFERENCES, B. National Fire Protection Association (NFPA): ADD: 113. 84 - Boiler and Combustion Systems Hazards Code." PART 1 GENERAL, 1.06 REGULATORY REQUIREMENTS, A. Boiler and Components, Paragraph 1: DELETE: "NFPA 54 for construction of boiler." REPLACE WITH: "NFPA 84 for Boiler and Combustion Systems Hazards Code." PART 2 PRODUCTS, 2.01 BOILER, A. Design Requirements, Paragraph 2: DELETE: "external boiler recirculation pump" PART 2 PRODUCTS, 2.01 BOILER, B. Features, Paragraph 2: DELETE: "either end" from second sentence. REPLACE WITH: "front end" PART 2 PRODUCTS, 2.01 BOILER, B. Features, Paragraph 3: DELETE: "6 feet, 4 inches wide". REPLACE WITH: "6 feet, 6 inches wide" g!3 S • Page 5 February 8, 2011 _f PART 2 PRODUCTS, 2.01 BOILER, B. Features, Paragraph 10: DELETE: "Include minimum 2 inch thick mineral wool insulation under metal casing so that boiler casing temperature does not exceed ambient boiler room { temperature by 50 degrees Fahrenheit maximum with surface air velocity of one foot per second." REPLACE WITH: "Unit shall be provided with minimum 2" thick mineral wool insulation. The boiler shall be laeeed with a 22-gauge thick carbon steel iacket. The boiler Jacket shall feature a bottom side primer of polyurethane resin base coat of .2 mil. dry finish thickness and a final coat of .4 mil. dry finish thickness and a final coat of .8 mil. dry finish thickness of Valspar polyurethane resin based paint. The application of the paint is to be automated roller type and is to be oven dried. The exterior fmish of the boiler iacket shall have a limited warranty by the manufacturer for five (5) vears from date of manufacture for chalkine. fade. eeling, or blistering." PART 2 PRODUCTS, 2.01 BOILER, B. Features, Paragraph 11: DELETE: "Include factory painted boiler, base, and other components with hard finish enamel.". REPLACE WITH: "The entire boiler base frame and other components shall be factory painted before shipment using a hard -finish enamel coating." PART 2 PRODUCTS, 2.01 BOILER, B. Features: ADD: "12. Provide a manual stack outlet damper." PART 2 PRODUCTS, 2.01 BOILER, B. Features: ADD: "13. Provide a baffled hot water return connection." PART 2 PRODUCTS, 2.02 HOT WATER BOILER TRIM, A. Hot water system components, Paragraph 2: DELETE: "A dip tube as part of the water outlet and a shell air vent.". REPLACE WITH: "Provide an automatic air vent valve." PART 2 PRODUCTS, 2.02 HOT WATER BOILER TRIM, A. Hot water system components: ADD: "3. Provide couplings and thermometers for the hot water supply and return." i. si 1 • Page 6 February 8, 2011 PART 2 PRODUCTS, 2.02 HOT WATER BOILER TRIM, A. Hot water system components: ADD: "4. Provide boiler drain valve." PART 2 PRODUCTS, 2.02 HOT WATER BOILER TRIM, B. Control devices and control features: ADD: "6. Water pressure differential control with manual reset to shut burner down for low water pressure." PART 2 PRODUCTS, 2.08 MANUFACTURERS, A: DELETE: "no equal". ADD: "2. Hurst Series 500." 7. VOLUME 3 OF 5 - SPECIFICATION SECTION 16123 — 600 VOLT OR LESS WIRES AND CABLES PART 1 GENERAL, 1.05 SUBMITTALS, E. Calculations: ADD: "5. Provide cable pulling calculations for all cable pulls which are completed using a mechanical pulling device, regardless of cable size and type." 8. VOLUME 3 OF 5 - SPECIFICATION SECTION 16305 — ELECTRICAL SYSTEM STUDIES PART 1 GENERAL, 1.04 SYSTEM DESCRIPTION, A. General study requirements, 1. Scope: l' DELETE: a. The short-circuit fault analysis, protective device coordination and arc -flash hazard studies shall include all new and modified equipment in the power distribution system including but not limited to: 1) Switchgear. 2) Transformers: a) Including all dry -type transformers. 3) Motor Control Centers. 4) Disconnect Switches. 6) Motors. 6) Panelboards• a) Including all 240 and 208 volt systems. 7) Vendor Control Panels. 8) HVAC Equipment. b. Study Scenarios: • Page 7 February 8, 2011 1) The studies shall include all possible electrical system configurations, for example: a) Operation on normal (utility) source. b) Main -breakers closed, tie -breaker open. c) Either main -breaker open, tie -breaker closed. REPLACE WITH: a. Update the existing SKM model provided by the CITY for studies required herein. b. The short-circuit fault analysis, protective device coordination and arc - flash hazard studies shall utilize the complete model for the plant, and evaluate all new and modified equipment in the power distribution system including but not limited to: 1) Switchgear. 2) Transformers: a) Including all dry -type transformers. 3) Motor Control Centers. 4) Disconnect Switches. 5) Motors. 6) Panelboards• a) Including all 240 and 208 volt systems. 7) Vendor Control Panels. 8) HVAC Equipment. c. Study Scenarios: 1) The studies shall include all possible electrical system configurations, for example: a) Operation on normal (utility) source. b) Main -breakers closed, tie -breaker open. c) Either main -breaker open, tie -breaker closed. PART 1 GENERAL, 1.04 SYSTEM DESCRIPTION, A. General study requirements: DELETE: "2. Obtain, for all equipment, the required data for preparation of the study, including, but not limited to:" REPLACE WITH: "2. Obtain, for all new and modified equipment, the required data for preparation of the study, including, but not limited to:" PART 1 GENERAL, 1.04 SYSTEM DESCRIPTION, A. General study requirements: DELETE: "4. The individual performing the studies shall visit the site and collect all necessary field data in order to perform and complete comprehensive electrical system studies." PART 1 GENERAL, 1.04 SYSTEM DESCRIPTION, A. General study requirements, 6. Motors: DELETE: "a. Each motor shall be individually modeled:" I" • Page 8 February 8, 2011 REPLACE WITH: "a. Each new motor shall be individually modeled:" ', PART 1 GENERAL, 1.04 SYSTEM DESCRIPTION, B. Short-circuit fault analysis study additional requirements, 1. The short-circuit fault analysis shall be performed and submitted in 2 phases:, a. Initial short-circuit fault analysis: DELETE: "1)Based on the Contract Documents and Electrical Utility information." REPLACE WITH: "1) Based on the existing SKM system study and model, Contract Documents and Electrical Utility information." PART 1 GENERAL, 1.04 SYSTEM DESCRIPTION, B. Short-circuit fault analysis study additional requirements: DELETE: "2. Calculate 3 phase bolted fault, line -to -line fault. line -to -ground fault double line -to -ground fault, short-circuit 1/2 cycle momentary symmetrical and asymmetrical RMS. 1-1/2 and 4 cycle, interrupting symmetrical RMS, and 30 cycle steadv state short circuit current values at each piece of equipment in the distribution system." REPLACE WITH: "2. Calculate 3-phase bolted fault, line -to -line fault, line -to - ground fault, double line -to -ground fault, short-circuit 1/2 cvcle momentary symmetrical and asymmetrical RMS, 1-1/2 and 4 cycle, interrupting symmetrical RMS, and 30 cycle steady state short circuit current values at each new and modified piece of equipment in the distribution system." PART 1 GENERAL, 1.04 SYSTEM DESCRIPTION, C. Protective device coordination study additional requirements: DELETE: "1. Furnish protective device settings for all functions indicated on the Drawings, including, but not limited to: a. Current: b. Voltage: 1 Provide settings for all voltage relays based upon actual Utility and generator tolerances and specifications. c. Frequency: 11 Provide settings for all frequency relays based upon actual Utility and generator tolerances and specifications." REPLACE WITH: "L Furnish protective device settings for all parameters and functions of the protective devices." PART 1 GENERAL, 1.04 SYSTEM DESCRIPTION, D. Arch -Flash Hazard Study Additional Requirements: DELETE: "1.Include the calculated arc -flash boundary and incident energy (calories/square centimeter) at each piece of equipment in the distribution system:" • Page 13 February 8, 2011 ADD: "2. DAMP -PROOFING PER SECTION 07110 IS REQUIRED ON THE EXTERIOR VERTICAL SURFACES OF NEW CONCRETE ELECTRICAL MANHOLES." r 27. VOLUME 5 OF 5 - DRAWING E-2 (SHEET 75) — ELECTRICAL SITE AREA CLASSIFICATION DELETE: DRAWING E-2 in its entirety. REPLACE WITH: New DRAWING E-2 attached to this Addendum No. 2. 28. VOLUME 5 OF 5 - DRAWING E-3 (SHEET 76) — ELECTRICAL SITE ELECTRICAL DUCTBANK SECTIONS — I SECTION E: DELETE: "5261" REPLACE WITH: "S-261" ADD: 2-inch Conduit "P-295" above Conduit 5-261. SECTION I: DELETE: "5261" REPLACE WITH: "5-261" ADD: 2-inch Conduit "P-295" above Conduit S-261. 29. VOLUME 5 OF 5 - DRAWING E-4 (SHEET 77) — ELECTRICAL SITE ELECTRICAL DUCTBANK SECTIONS —11 SECTION N: DELETE: "X-601" REPLACE WITH: "P-296" 30. VOLUME 5 OF 5 - DRAWING E-6 (SHEET 79) — ELECTRICAL MCC-1600 ELEVATION SECTION D6: DELETE: "SPACE" REPLACE WITH: 12-inch Section for "SUPPLY FAN SF-1603" • Page 14 February 8, 2011 SECTION D8: ADD: 27-inch Section for "D8 - EXHAUST FAN EXF-1602" SECTION D11: REPLACE WITH: 9-inch Section for "SPACE" 31. VOLUME 5 OF 5 - DRAWING E-7 (SHEET 80) — ELECTRICAL MCC-1600 ONE -LINE DIAGRAM ADD: NEMA Size 1 FVNR starter for "SUPPLY FAN SF-1603" to MCC-1600 (BUS A). Cables shall be 3-#12 (0) & 1-#12 (G), load is 3/4 hp. Refer to SUPPLY FAN SCHEMATIC L on DRAWING CS-6 for schematic. ADD: NEMA Size 1 TS2W starter for "EXHAUST FAN EXF-1602" to MCC-1600 (BUS A). Cables shall be 6412 (0) & 1412 (G), load is 1 hp. Refer to SCHEMATIC J on DRAWING CS-5 for schematic. 32. VOLUME 5 OF 5 - DRAWING E-8 (SHEET 81) — ELECTRICAL MCC-1600 ONE - LINE DIAGRAM CONT. 1�.4 1Vwffl— VWV 4aC11Z13 DELETE: "3412 (0) & 1412 (G)" REPLACE WITH: "6412 (0) & 1412 (G)" 33. VOLUME 5 OF 5 - DRAWING E-9 (SHEET 82) — PANEL SCHEDULES PANEL LP-1601, COLUMN "LOAD (VA)",CIRCUIT 1: DELETE: "1698" REPLACE WITH: "1500" PANEL LP- 1601, COLUMN "LOAD (VA)", CIRCUIT 2: DELETE: "1584" REPLACE WITH: "1386" PANEL LP-1601, COLUMN "DESCRIPTION", CIRCUIT 6: DELETE: "SPARE" 4 REPLACE WITH: "DIGESTER CTRL BLDG. OPERATING FLOOR LIGHTS 3" • Page 15 February 8, 2011 PANEL LP-1601, COLUMN "LOAD (VA)", CIRCUIT 6: ADD: "409" 34. VOLUME 5 OF 5 - DRAWING E-11(SHEET 84) — ELECTRICAL MCC-1600 ELECTRICAL BUILDING DUCTBANK PLAN SECTION A: DELETE: "X-601" REPLACE WITH: "P-296" 35. VOLUME 5 OF 5 - DRAWING E-12 (SHEET 85) — ELECTRICAL DIGESTER CONTROL BUILDING POWER AND CONTROL PLANS DELETE: DRAWING E-12 in its entirety. REPLACE WITH: New DRAWING E-12 attached to this Addendum No. 2. 36. VOLUME 5 OF 5 - DRAWING E-13 (SHEET 86) — DIGESTER CONTROL BUILDING LIGHTING AND RECEPTACLE PLANS DELETE: DRAWING E-13 in its entirety. REPLACE WITH: New DRAWING E-13 attached to this Addendum No. 2. 37. VOLUME 5 OF 5 - DRAWING CS-5 (SHEET 108) — INSTRUMENTATION CONTROL SCHEMATICS — V SCHEMATIC J: DELETE: Section Title "EXHAUST FAN EXF-1600" REPLACE WITH: Section Title "EXHAUST FAN SCHEMATICS". Schematic J shall also be used for EXHAUST FAN EXF-1602. For all contacts and relays ending in 1600, update with 1602 for EXF-1602, with the exception of CR2-1600 which shall be updated to CR8-1600. ADD: Reference to Drawings N-PI169-1, E-7 and E-8 for SCHEMATIC J. SCHEMATIC K: DELETE: "SCHEMATIC K" in its entirety. Refer to revised SCHEMATIC K. issued with new DRAWING CS-6. • Page 16 February 8, 2011 38. VOLUME 5 OF 5 - DRAWING CS-6 (SHEET 10M — INSTRUMENATION CONTROL SCIIEMATICS — VI ADD: New DRAWING CS-6 attached to this Addendum No. 2 to Volume 5. 39. VOLUME 5 OF 5 - DRAWING N-PI160-1(SHEET 109) — DIGESTER NO.8 FEED MID DELETE: Check valves shown immediately upstream of VAL-1603 and VAL-1604. 40. VOLUME 5 OF 5 - DRAWING N-PI160-2 (SHEET 110) — DIGESTER NO.8 MUCIyG MID ADD: "1/2-INCH TAP and ECCENTRIC PLUG VALVE WITH THREADED FLUSHING CONNECTION" immediately upstream of PMP-1611 and PMP-1612. This is intended to allow a pressure gauge and diaphragm seal to be connected for troubleshooting. 41. VOLUME 5 OF 5 - DRAWING N-PI163-1(SHEET 113) — DIGESTER NO.9 FEED MID DELETE: Check valves shown immediately upstream of the flexible connection for VAL-1633 and VAL-1634. 42. VOLUME 5 OF 5 - DRAWING N-PI163-2 (SHEET 114) — DIGESTER NO.9 MUMG MID ADD: "1/2-INCH TAP and ECCENTRIC PLUG VALVE WITH THREADED FLUSHING CONNECTION" immediately upstream of PMP-1641 and PMP-1642. This is intended to allow a pressure gauge and diaphragm seal to be connected for troubleshooting. 43. VOLUME 5 OF 5 - DRAWING N-PI169-1(SHEET 121) — INSTRUMENTATION MISCELLANEOUS MID — I ADD: "AIT-1695" with integral "AE-1695, COMBUSTIBLE GAS, 0-99% LEL". Provide AIT-1695 with similar power, I/O and SCADA requirements as AIT-1696 and AIT-1698. All associated tags for AIT-1695 shall be labeled with suffix 1695. ADD: "EXF-1602, EXHAUST FAN, 1HP 480VAC 3PH". Provide EXF-1602 with similar power, starter, I/O, SCADA, auxiliary instruments and connections with GO/NO- GO Panel (LCP-1600) as EXF-1600. All associated tags for EXF-1602 shall be labeled with suffix 1602. ADD: "SF-1603, SUPPLY FAN, 3/4HP 480VAC 3PH". Provide SF-1603 with FVNR starter which powers SF-1603 through DISC-1603. Provide XSH-1603 and FSL-1603 on supply air side of SF-1603. FSL-1603 shall be interlocked with GO/NO-GO Panel (LCP- 1600), refer to Schematic K on drawing CS-6. • Page 17 February 8, 2011 ADD: "FSL-1602" and "FSL-1603" UO and SCADA points from LCP-1600, similarly as for FSL-1600 and FSL-1601.E 44. PRE -PROPOSAL CONFERENCE MINUTES AND SIGN -IN -SHEET SEE ATTACHED MINUTES AND SIGN -IN -SHEET FOR 35. PRE -PROPOSAL CONFERENCE HELD ON JANUARY 28, 2011 45. GEOTECHNICAL REPORT SEE ATTACHED GEOTECHNICAL REPORT DATED AUGUST 17, 2007 END OF ADDENDUM NO.2 02/04/2011 ATTACHMENT 1: RE -ISSUED VOLUME 1— CONTRACTORS CHECKLIST PROPOSAL SUBMITTAL FORM ATTACHMENT 2: CONDUIT SCHEDULE ATTACHMENT 3: NEW AND RE -ISSUED DRAWINGS ATTACHMENT 4: PRE -PROPOSAL CONFERENCE MINUTES AND SIGN -IN -SHEET ATTACHMENT 5: GEOTECHNICAL REPORT DATED AUGUST 17, 2007 • Page 18 February 8, 2011 All requests for additional information or clarification must be submitted in writing and directed to: Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to malvarez@Mylubbock.us THANK YOU, CITY OF LUBBOCK Marta Alvarez Director of Purchasing and Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the offeror's responsibility to advise the Director of Purchasine and Contract Manaeement if anv lanauaee. requirements, etc.. or anv combinations thereof. inadvertentiv restricts or limits the reauirements stated in this RFP to a sin¢le source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management —no later than five (5) business days prior to the bid close date. A review of such notifications will be made. NUMBER DWG TYPE SIZE # SIZE TYPE # SIZE TYPE DESCRIPTION CONNECTING SEGMENTS C-005 E-20 PCs 1 16 #14 XHHW-2 1 #14 XHHW-2 FR: VCP-2350 C-008 TO: CONDUIT TEE 12 #14 » VCP-2350 4 #14 >> VCP-2350 SPARE il-ff AV, 0006 E-20 PCs 1" 16 #14 XHHW-2 1 #14 XHHW-2 FR -2300 TO: CONDUIT TEE 12 #14 >> VCP-2360 4 #14 » VCP2360SPARE C-M E-20 PCs 1.5" 32 #14 XHHW-2 1 #14 XHHW-2 FR. CONDUIT TEE C-010TO: CONDUIT TEE 12 #14 » VCP-2350 C-005 4 #14 >> VCP-2350SPARE G0D5 12 #14 >> VCP-2360 C-WB 4 #14 >> VCP-2360 SPARE Go08 77-7777 7-7 G009 E-20 PCS 0.75" 2 #14 XHHW-2 1 #14 XHHW-2 FR: SV-2355 Milt SLT TO CONDUIT TEE 2 #14 >> SV 2365 - C-010 E-20 PCs 1.5" 34 #14 XHHW-2 1 #14 XHHW-2 FR: CONDUIT TEE C-011 TO: J-BOX 12 #14 » VCP-2350 C-008 4 #14 >> VCP-2350SPARE C-008 12 #14 » VCP-2360 C-008 4 #14 >> VCP-2360SPARE C-008 2 #14 » SV-2355 C-009 C-011 E-20 PCs 2" 34 #14 XHHW-2 1 #14 XHHW-2 FR J-Box G-013 EXISTING E-3 PVC_40 TO: EXISTING MANHOLE 12 #14 >> VCP-2350 C-010 4 #14 » VCP-2350 SPARE C-010 12 #14 >> VCP-2360 C-010 4 #14 » VCP-2360 SPARE C-010 2 #14 >> SV C-010 EXISTING CONDUIT& NEW CABLE . C-013 E-1 PVC_40 2" 34 #14 HHW-2 1 #14 XHHW-2 FR: EXI TING MANHOLE EXISTING PCs TO: EXISTING RTU-2 12 #14 >> VCP-2350 C-011 4 #14 >> VCP-2350SPARE C-011 12 #14 » VCP-2360 C-011 4 #14 » VCP-2360 SPARE C-011 2 #14 >> SV-2365 C-011 NEW & EX. CONDUIT 8 NEW CABLE -G021 77 - E-20 PCs 0.7 2 #14 HW-2 1 #14 X HW-2 R: PSH-2360 TO: VCP-2360 2 #14 >> PSH-2360 Ll C-022 E-20 .75" 2 1 #14 HHW-2 FR• PSH-2350 TO: VCP-2350 2 #14 >> P - 350 1 E- 9 0.75" 1 TYPE 1 #14 - F 1 T F M R SLT TO: VCP-1685 1 TYPE K » TYPE K THERMOCOUPLE CABLE ii 77 C-101 E-19 PC 0.75" #14 XHHW-2 1 #14 XHHW-2 FR 1865 EFLX TO: VCP-1665 2 #14 >> SV-1665 ~G102 _ - E-19 0.75" 2 14 1 #14 XHH -2 FR: H-1885 EFLX TO: VCP-1665 2 #14 » PSH 1665 - _ 103 E-19� 0.75" 10 #14 XHHW4 1 #14 XHHW-2 FR. VCP-1885 G7� TO: J-BOX 10 #14 » VCP-1665 - wXHHW-2 y ^ C-105 E-19 2 #t4 1 14 XHHW-2 FR FLA-1665ELECTRODETRANSFORMER SLT TO: VCP-1665 2 #14 >> FLA-1665 ELECTRODE C-110 E-19 0. 5" 1 TYPE K 1 #14 XHHW-2 FR FLA-1664 PILOT FLAME SENSOR SLT TO VC 1 TH�R MOCOUPLE CABLE �.. G111 -1 0.75' 2 #14 X H -2 1 #14 XHHW-2 FR: 68 -14 EFLX TO: VCP-1664 2 #14 >> SV-1664 December 2010 - FINAL 16990-3 c:%pw WorkinglprojectwiseUcangleNdms90874\Lubbock Digester No. 8 9 Conduit Schedule V9.2.Idsm 8151A.10 CONDUIT SCHEDULE SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND DESCRIPTION CONNECTING NUMBER DWG TYPE SIZE 0 SIZE TYPE # SIZE TYPE SEGMENTS C-112 E-19 PCS 0.75" 2 #14 )(HHW-2 1 W1-4 7H—HW-2 FR: PSH-1664 EFLX TO: VCP-1684 2 #14 » PSH-1664 1+ 10 #14'- 71t1Mw-;! #14 XHHW-2 VCP-1654 U-1bu TO: J-BOX 10 #14 » VCP-1664 C I E-19- 0.7W 2 #14 XHHW-2 #14 XHHW-2 FIR: FLA 16MELE TR DEKANbFfJKWH TO: VCP-1664 2 014 » FLA-1684 ELECTRODE -1 -7" _77 7-Tr 77 C-120 -19 PCs 2" is 914 X T174 -)ZH-H—W2 FR: vCp-1051 G-15U Pvc-qI TO. J-BOX 10 #14 >> VCP-1661 8 #14 >> SPARE C-121 E-19 PCs 2" 16 #14 XH 1 #14 XHHW.2 FR: VCP-1652 PVC40 TO: J-BOX 10 #14 » VCP-1662 6 #14 >> SPARE , C1150 -3 ET- PC 2 72- #1 4 #14 J. FYVC-40 TO: MHA 10 #14 >> VCP-1665 C- 103 10 #14 VCP-1664 C- 113 :> 10 #14 » vCP-1 661 C-120 6 #14 SPARE 10 #14 » VCP-1662 6 #14 » SPARE FIW C-160 E4 2- 4 #12 XHHVV-2 1 #12 XHHW-2 FR: MH" E-11 PVC-40 64 #14 XHNW-2 TO: RT113 10 #14 >> VCP-1065C- 150 10 #14 >> VCP-1664 C- Iso 10 #14 >> VCP-1W1 C-150 6 #14 >> SPARE C-150 10 #14 - VCP-1662 C- 150 6 #14 >> SPARE C-150 5 #14 >> VCP-1601 7 #14 >> VCP-1601 SPARE 2 #12 >> FIT-1603 2 #12 » FIT 18W PCs 0.75' 10 #14 XHHW-2 1 #14 XHHW-2 FR: Lup-law SLT TO., EALI-1680 6 014 >> LCP-1680 4 914 >- LCPASW SPARE M �A�HHW-2 C-201 12 0.75" 10 #14 AMHW-2 1 4 FR, bAWIMO C-203 SLT TO: CONDUITTEE 7 #14 » EAM-16M 3 #14 >> EAMI46WSPARE PCs M50, 10 #14 XH'HW-2 1 #14 XHHW-2 FIR: 1690 SLT TO: CONDUIT TEE 7 914 >> EAM-1690 3 #14 >> EAM-1690 SPARE —60 Z;z W14 G203PCs- r #14 XHHW-2 FIR: i-BOX C-206 TO: i-BOX 7 #14 - EAM-1680 C-201 3 #14 - EAM-1680SPARE C-201 7 #14 EAM-1890 C-202 3 #14 » EAM-1 690 SPARE C-202 10 #14 » LCP-1645 C-254 10 #14 » LCP-1615 C-254 16 #14 » VCP-1698 C-254 4 #14 >> VCP-1698 SPARE C-254 E- =1 PCS 0.75" 6 #14 H W-2 1 014 X HW-2 FR: LCP-1682 C-206 SLT TO: i-BOX 6 #14 >> LCP-1682 77 M., C-205 E-12 PCs 0.75" 6 #14 XHH 1 1 -X-HH9--2 FR: LCP-1692 C-200 SLT TO: J-BOX 6 #14 >> LCP-1692 77=777 7 a W-7-77,47 December 2010 - FINAL 16990-4 8151A.10 c:1pW_\Pvorking\projectvvise\kangle\dms90674\Lubbock Digester No. 8 9 Conduit Schedule V9.2.)dsm CONDUIT SCHEDULE 1/26111 SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND DESCRIPTION CONNECTING NUMBER DWG TYPE SIZE # SIZE TYPE # SIZE TYPE SEGMENTS C-206 E-12 PCS 2" 72 #14 XHHW-2 1 #14 XHHW-2 FIR: J-BOX G209 TO: J-BOX 7 #14 » EAM-1680 C-203 3 #14 » EAW1680SPARE C-203 7 #14 » EAM-1690 C-203 3 #14 ». EAM-1690SPARE C-203 6 #14 » LCP-1682 G2D4 6 #14 »LCP-1892 C-205 10 #14 » LCP-1645 C-254 10 #14 » LCP-1615 C-254 18 #14 » VCP-1698 C-254 4 #14 » VCP-16M SPARE C-254 G207 0.75" 10 #1 1 #14 XHHW- EAM-1649 C-209SLT TO: J-BOX 7 #14 » EAM.1649 3 #14 » EAM-1649 SPARE _-. G206 0.75" 10 #14 X H #14 XHHW-2 FR: EAM-1819 G209 SLT TO: CONDUIT TEE 7 #14 » EAM-1619 3 014 » EAM-1619 SPARE _ .. G 2" #14 #14 XHHW-2 FR: J X C-212 TO: J-BOX 7 #14 » EAM-1680 C-206 3 #14 » EAM•1680 SPARE C-206 7 #14 » EAM-1690 C-208 3 #14 » EAW1690 SPARE G2D5 6 #14 » LCP-1682 C-205 6 #14 » LCP-1692 C-206 10 #14 » LCP-1645 C-206 10 #14 » LCP-1615 C-206 16 #14 » VCP-1698 C-206 4 #14 » VCP-1698 SPARE C-206 7 #14 » EAM-1649 C-207 3 #14 » EAM-1849 SPARE C-207 7 #14 » EAM-1619 C-208 3 #14 » EAM-1649SPARE G208 G210 PC5 0.75" 7 #14 1 #14 XHHW-2 FR: L P-1651 G21- TO: J-BOX 7 #14 » LCP-1651 C-211 E-12 PCs 0.7W 7 914 14 XH -2 R: L P•1821 G2 TO: J-BOX 7 014 » LCP-1621 _.PCs G212 X 106 #14 914 XHHW-2 R:- TO: PULL BOX 7 #14 » EAM-1680 C-209 3 #14 » EAM-1680 SPARE C-209 7 #14 » EAM-1690 C-209 3 #14 » EAM-1690 SPARE C-209 6 #14 » LCP-1682 G209 6 #14 » LCP-1692 C-209 10 #14 » LCP-1645 C-209 10 #14 » LCP-1615 C-209 16 #14 » VCP-1698 G209 4 #14 » VCP-16N SPARE G209 7 #14 » EAM-1649 C-209 3 #14 » EAM-1649 SPARE C-209 7 #14 » EAM-1619 G2D9 3 #14 » EAM-1619 SPARE C-209 7 #14 » LCP-1651 C-210 7 #14 » LCP-1621 C-211 �8 . �ICP-1849 G220 PCSLO7 #14 XHHW-2 1#14 XHHW- FR: SLT TO: EAM-1649 6 #14 LCP-1649 ,- 6 #14 XHHW-2 1 #14 XHHW-2 FR: L P- 19 SLT TO: EAM-1619 8 #14 » LCP-1619 7777T- Ir #14 1 #14 XHHW- FR: L P-1690 SLT O: EAM-1690 6 #14 » LCP-1690 _ 4 #14 » LCP-1690 SPARE December 2010 - FINAL 16990-5 8151A.10 c:\pW._working\projectvvise\kangfe\dmsgDB74\Lubbock Digester No. 8 9 Conduit Schedule V9.2.)dsm CONDUIT SCHEDULE 1126fi1 SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND �C' DESCRIPTION CONNECTING NUMBER DWG TYPE SIZE # SIZE TYPE # SIZE TYPE TS SEGMENTS C 23=0 --E71-2 -M- 0,75- 6 #14 XHHW-2 1 #14 XHHW-2 FR: LOP-1674 C-232 TO: CONDUIT TEE 6 #14 » LCP-1674 Z: E. 016" 8 #14 XHHW.Z #14 XHHW-2 FIR: -1878 TO: CONDUIT TEE 6 #14 - LCP-1870 — --- 7 777 77=7' F 0.75' 12 #:i4L—XH 1 #14 XHHW-2 FR: CONDUITTEE TO, PULL Box 6 #14 » LCP- 1674 C-230 6 #14 » LCP-1676 C-231 777-= 6 --77 0.240 EA2 AM- 12 #14 XH #14 XHHW-2 FR: VCP-1691 SLT TO: CONDUIT TEE 12 #14 » VCP-1691 FR: VOP-1681 C-Z40 C-241 12 12 #14 XH'Hw- 1 014 XHHW-2 SL T TO: CONDUIT TEE 12 #14 » VCP-1681 at TIMM- #1 4 XH HW-2 FR: CONDUITTEE 261 TO: PULL BOX 12 #14 » VCP-1691 C-245 2 #14 XSH-1 60 1 C-245 4 #14 MAU-1 601 C-245 4 #14 » SPARE C-245 12#14 » VCP-1681 C-246 4 #14 » XSH-1600 C-246 4 #14 XSH-1602 C-246 :> 4 #14 » XSH-1603 C-246 C-245 E-12 PCs 1. #14 HHW X-2 FR: UUNDU:T T242 TEE C. TO: CONDUIT TEE 12 #14 » VCP-1691 C-240 2 #14 XSH-1601 C-267 :> 4 #14 » MAU-1601 C-267 4 #14 » MAU-1601 SPIRE C-267 41%,"W1 �48 E- 12 PCs 1' 24 #14 XHHW-2 1 #14 XHHW-21FR: WNUUIT TEE C-242 TO: CONDUIT TEE 12 #14 >> VCP-1681 C-241 1 4 #14 XSH-1600 C-247 4 #14 » XSH-1 602 C-247 4 #14 » XSH-1603 C-247 A4 =247— -PM' 05�75 12 #14 XHMW-7 #14 XHHW-2 CONDUIT TEE 246 TO: CONDUIT TEE IFR: 4 #14 XSH-1600 4 #14 » XSH-1602 4 #14 » XSH-1603 =Ai rl'.JK�k J 141 1#h�4 '77' "7477 10 W X. XHHM Mtt- LCP-1545 Q-252 TO: CONDUIT TEE 10 #14 » LCP-160 7 10 #14 1 XHfiW-2 FR: LUP-1615 252 TO., CONDUIT TEE 10 414 >> LCP-1615 AMU% C-252 11' 20 #14 XHHW-2 1 #14 XHHW-2 FIR: -- CONDUIT TEE 54 TO: CONDUIT TEE 10 414 >> LCP-1645 C-250 10 014 » LCP-1615 C-251 7- C-253 v =0 #14 XHHW #14 XHHW-2 FR: vCp-1598 254 TO: CONDUIT TEE 16 #14 » VCP-1696 1 1 1 1 4 #14 » VCP-1698 SPARE FR: CONDUIT TEE C-203 1.5" 10 #14 him:' 1 914 XHHW-2 TO. J-BOX 10 #14 LCP-1645 C-252 10 #14 » LCP-1615 C-252 10 #14 » VCP-1698 C-253 4 #14 » VCP-16M SPARE C-253 W December 2010 - FINAL 1 16990-6 c:\p%K_mrking\projectvAseXkangie\dmsgDB74\Lubbock Digester No. 8 9 Conduit Schedule V9.2.)dsm 8151A.10 CONDUIT SCHEDULE 1126111 SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND NUMBER DWG TYPE SIZE # SIZE TYPE # SIZE TYPE DESCRIPTION CONNECTING SEGMENTS 261 E-12 90 #14 XHHW-2 1 #14 H - FR: PULLBOX C-281 E-3 PVC 40 TO: MH-1 6 #14 »LCP-1874 G232 6 #14 » LCP-1676 C-232 12 #14 » VCP-1691 C-242 2 #14 » XSH-1601 G242 4 #14 » MAU-1601 G242 4 #14 » SPARE G242 12 #14 » VCP-1681 G242 4 #14 » XSH-1600 C-242 4 #14 - » XSH-1602 G242 4 #14 » XSH-1603 G242 2 #14 » FSL-1602 2 #14 » FSL-1603 2 #14 » EXF-1602 HIGH SPEED 2 #14 » FSL-1601 2 #14 » FSL-1600 2 #14 » EXF-1600 HIGH SPEED 7 #14 » EAM-1680 3 #14 » EAM-1680SPARE 7 #14 » EAM-1690 3 014 » EAM-1690 SPARE C-282 PM- 2' 88 #14 #14 XHHW-2 FR: FULL BOX C-282 E-3 PVC_40 TO: MHA 6 014 » LCP-1682 C-212 6 #14 » LCP-1692 C-212 10 #14 » LCP-1645 C-212 10 #14 » LCP-1615 C-212 16 #14 » VCP-1698 C-212 4 #14 » VCP-1898 SPARE C-212 7 #14 » EAM-1649 C-212 3 #14 » EAM-1649 SPARE C-212 7 #14 » EAM-1619 C-212 3 #14 » EAM•1619SPARE G212 7 #14 » LCP-1651 C-212 7 #14 » LCP-1621 C-212 -� 0.75 2 #14 #14 XHHW-2 R: AIT-16982J1 SLT TO: CONDUIT TEE 2 #14 » AIT-1698 0.75" 2 #14 - 1 #14 XHHW-2 R: AIT-1899 C-271 SLT TO: CONDUIT TEE 2 #14 » AIT-1699 waaa aih�[0.7W C-28 10 #14 HW-2 1 #14 XHHW2 FR: CONDUITTO: CONDUIT TEE 2 014 » XSH-1601 4 014 » MAU-1601 4 014 » MAU-1601 SPARE W .1 12 #14 X H - #14 XHHW-2 FR: MAU-1601 TO: J-BOX 2 014 » FSL-1601 2 014 » XSH-1601 4 414 » MAU-1601 4 #14 » MAU-1601 SPARE C-271 E-12 PCs 1" 14 #14 XHHW-2 1 #14 XHHW-2 FR: J BOX - TO: CONDUIT TEE 2 #14 » AIT-1699 C-284 2 #14 » AIT-1698 C-253 2' #14 » XSH-1601 4 #14 » MAU-1601 4 014 » MAU-1601 SPARE W,.., x� .,, G272 E•PCs 0.75" 12 #14 XHHW2 1 #14 XHHW-2 FR: CONDUIT TEE TO: CONDUIT TEE 2 014 » AIT-1699 C-264 2 014 » XSH-1601 C-264 4 014 » MAU-1601 C-264 4 014 » MAU-1601 SPARE C-264 275 PCs 0,75-12 # 4 A H H WVVl 1 1114 XHH -2 FR: AIT1tQ7 G279 TO: CONDUIT TEE 2 #14 » AIT1697 December 2010 - FINAL 16990-7 8151A.10 c:\pW_working\projeGWse\kangle\dmsgDB74\Lubbock Digester No. 8 9 Conduit Schedule V9.2.xism CONDUIT SCHEDULE 1126111 SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND NUMBER DWG TYPE SUE # SIZE TYPE # SIZE TYPE DESCRIPTION CONNECTING --M2-76 SEGMENTS —r1-2 —M— —0.-73— —2 —#14 —)rH—W2 —1 71-4 7H—H—W2 FR: AIT1696 C-279 TO: CONDUIT TEE 2 #14 — AIT1698 =77=--7� 7777 777 777777 E-12 PCs 0.75" 4 #14 1 014 XHHW-2 FR: t;UNL)U:l IFE L-2Y3 TO: CONDUIT TEE 2 #14 » AIT1697 C-275 2 #14 >> AIT1696 C-276 Ok" =;MH;;lz= =281 E-4 PC S 2.5" 108 #14 XHHW-2 1 #14 XHHW-2 FR: E-11 PVC-40 TO: RTU-13 6 #14 >> LCP-1674 C-261 8 #14 >> LCP-1676 C,261 12 #14 — VCP-1691 C,261 2 #14 >> XSH-1601 C-261 4 #14 — MAU-1601 C-2e1 4 #14 >> SPARE C-261 12 #14 >> VCP-1681 C-261 4 #14 — XSH-1600 C-261 4 #14 >> XSH-1602 C-261 4 #14 >> XSH-1603 C-261 2 #14 >> FSL-1601 C-261 2 #14 >> FSL-1600 C,261 2 #14 >> EXF-1e00 HIGH SPEED C-261 7 #14 EAM-1680 C-261 3 #14 :> EAM-1680 SPARE C-261 > : 7 #14 EAM-1690 C-261 3 #14 » EAM-160 SPARE C-261 7 #14 >> EAM-1680 3 #14 >> EAM-1680 SPARE 7 #14 — EAM-1690 3 #14 — EAM-1e90 SPARE 2 #14 >> LCP-1682 2 #14 >> LCP-1692 "t--4 PCs 7 72 #14 XHHW-2 1 #14 XHHW-2 FR: MH-1 E-1 I PVC.-40 TO: MCC-1600 4 #14 >> LCP-1682 C-262 4 #14 — LCP-1892 C-262 8 #14 >> LCP-1045 C-262 8 #14 — LCP-1615 G-262 5 #14 >> LCP-1651 C-262 5 #14 >> LCP-1621 G-262 4 #14 — LCP-1674 4 #14 >> LCP-1676 4 #14 — XSH-1601 2 #14 — EXF-1600 HIGH SPEED 4 #14 — LCP-1612 2 #14 >- LCP-1812 SPARE 4 #14 — LCP-1642 2 #14 — LCP-1642 SPARE 4 #14 >> LCP-1641 2 #14 >> LCP-1641 SPARE 4 #14 — LCP-1611 2 #14 >> LCP-1611 SPARE I.- .. 7777 77 -77- 7 -77 -77, ---7.7-77 77 777 7 C-283 EA PCs 2" 2 #10 ZHHW.F 1 #10 XHHW-2 FR: MHA PVCL40 6 #12 XHHW-2 TO., RTU-13 48 #14 XHHW-2 2 #14 » LCP-1645 2 #14 >> LCP-1e15 16 #14 >> VCP-1698 4 #14 >> VCP-1698 SPARE 7 #14 >> EAM-1619 3 #14 >> EAM-1619 SPARE 7 #14 >> EAM-1849 3 #14 >> EAM-1649 SPARE 2 #14 — LCP-1851 2 #14 — LCP-1621 2 #12 — FIT/FE-1614 2 #10 >> FITIFE-1644 2 #12 — FIT-18M 2 #12 — FIT-16U C-290 E 12 PCs 6 #14 W-2 I FR: FSL-16001XSH-16M L-295 SLT TO: CONDUIT TEE 2 #14 >> FSL-16M 4 #14 » XSH-16M December 2010 - FINAL 16990-8 8151A.10 c:\pw_working\projectMse\kangle\dmsgOS74XLubbock Digester No. 8 9 Conduit Schedule V9.2.)dsm CONDUIT SCHEDULE 1126111 SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND DESCRIPTION CONNECTING NUMBER DWG TYPE SIZE 1 # SIZE TYPE # SIZE TYPE SEGMENTS 291 E-12 PCS 015'6 #14 XHHW-2 1 #14 XHHW-2 FR: J-BOX SLT TO: GO/NO-GO PANEL VCP-1600 2 #14 » FSL-1601 2 #14 » AIT-1698 2 #14 » AIT-1699 292912 Kuts 0.75" 8 #14 xM W-W #14 XHH -2 FR: F8 -1 SH-1602 C-294 SLT TO: CONDUIT TEE 2 #14 » FSL-1602 4 #14 » XSH-1602 ry =#14 7177 - ' G293' 0.75' 8s #14 XHHW-2 FR: FSL-1503/XSH-1603 G294 SLT TO: CONDUIT TEE 2 #14 » FSL-1603 4 #14 » XSH-1603 G2 0.75" 12 # 4 #14 XHH -2 CONDUIT TEE L-301a TO: CONDUIT TEE 2 #14 » FSL-1602 C-292 4 #14 » XSH-1602 C-292 2 #14 » FSL-1W3 C-293 4 #14 » XSH-1603 C-293 ^z _ :_ y �0.75" _ "-. _._':s'Fr..., .a Xx� _ L.....a ': .: c .._ ::.4 T,' .. _. ': r„' [ xTr:-li:{ _..a-R__�_«.«...�..EV:-• :'.'se..Ti�'•.uGR ''-. t..°.a . sm:^ G296 2 #14 #14 XHHW-2 FR: L-305 SLT TO, CONDUIT TEE 2 #14 » AIT-160 ,.-� -._ -_ �-- 'is nmir :" �� .:: .=r #vi�:, - - -.-dam: - - _ E-15 0.75" 13 #14 -2 1 #14 XHHW-2 FR: EDR-1803 EFLX TO: J-BOX 7 #14 » EDR-16M 2 #14 » ZSC-1603INTERLOCK 4 #14 » EDR-1603 SPARE 9 _#14.,,.. _•#14 _ .._ 401�.._ 11 XHHW-2 EDR-1604 G402 EFLX TO: J-BOX 7 #14 » EDR-1604 4 #14 » EDR-1604 SPARE 7-7- 77-7 71,1777-11-1-1,11"'1" 1M191vxw=1w1' RN ••J-BOX G402 1.5"- 35� #14 X 1 #14 XHHW-2 FR: E-3 PVC-40 TO: MH-1 E-4 7 #14 » EDR-1603 C-40D 2 #14 » ZSC-1603INTERLOCK C-400 4 #14 » EDR-1603SPARE C-400 - 7 #14 » EDR-16D4 C-401 4 #14 » EDR-16D4 SPARE C-401 7 #14 » EDR-2350 C-420 4 #14 » EDR-2350 SPARE C-420 $ 0.75" 14 #14 XHHW2 1 #14 -2 FR: FUR-1833 12 EFLX TO: J-BOX 8 #14 »EDR-1833 2 #14 » ZSC-1633INTERLOCK 4 #14 » EDR-1633 SPARE ZiF i IF 1 0. 1 #14 X 1 #14 XHHW-2 FR: EDR-1634 12 EFLX TO: J-BOX 7 #14 » EDR-1634 4 #14 » EDR-1634 SPARE .�_...:._..__. . r..-..•: Wpm_.'` ' .'_ " '_ . C-412 -1 S 2" 36 #14 - #14 XHHW-2 R: J-BOX E-4 PVC_40 TO, MH-1 8 #14 » EDR-1533 C-410 2 #14 » ZSC-1833INTERLOCK C-410 4 #14 » EDR-1633 SPARE C-410 7 #14 » EDR-1834 C-411 4 #14 » EDR-1634 SPARE C-411 7 #14 » EDR-2360 C-430 4 #14 » EDR-2380SPARE C-430 _ ...., -a _.,,_• .. . 7-77 G420 0.75" 11 #14 #14 XHHW-2 FR: EDR-2350 G402 TO: J-BOX 7 #14 » EDR-2350 4 #14 » EDR-2350 SPARE - _._...__u, ,+ u • _ G430 E-16 0.75" 11 #14 XHH - 1 #14 XHHW-2 FR: EDR-23W C-412 TO: J-BOX 7 #14 » EDR-2360 4 #14 » EDR-2360 SPARE December 2010 - FINAL 16990-9 8151A.10 ( c:\pw working\projectwise\kangle\dms90874\Lubbock Digester No. 8 9 Conduit Schedule V9.2.XIsm 1. CONDUIT SCHEDULE 1126111 SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND CONNECTING NUMBER DWG TYPE SIZE N SIZE TYPE # SIZE TYPE DESCRIPTION I SEGMENTS --75-0r- -r-1-7 =C40 0.75" 10 #14 XHHW-2 1 #14 XHHW-2 FR: LCP-1612 C-505 PCs TO: J_BOX SLT 6 #14 - LCP-1612 4 #14 - LCP-1612 SPARE "#,-14 77777777M= V` C-505 E-17 PVQ_40"1"20 XHH f #14 XHHW-2 FR: i-BOX PCs TO: J_BOX 6 #14 C C-500 L P-1612 4 #14 » LC P- 1 61 2 SPARE C-500 6 #14 - LCP-1642 C-515 4 #14 - LCP- 1 642 SPARE C-5 1 5 C-510 40 0.76' 10 #14 1 #14 XHHW-2 FIR: LCP-1642 515 PCs TO: J_BOX SLT 6 #14 » LCP-1642 4 #14 » LCP-1642SPARE 7 - -777 rr!r= = 10 #14 7,11,111,12 1 tr=_2 0- 1 J-BOX 505 TO: i-BOX 6 #14 » LCP-1642 C-510 4 #14 » LCP-1642 SPARE C-510 C-520 E-17 PVC_40 0.7W 10 #14 1 #1 XHHW-2 FR: LCP-1611 25 PCs TO., J_BOX SILT 6 #14 » LCP-1611 4 #14 » LCP-1611 SPARE 16— z.OM' K C,525 E-V PCs 0.75- 10 —#14 #14 XHHW-2 J_BOX C-545 TO, CONDUIT TEE >> 6 14 LCP-1511 C-520 4 :14 >> LCP-1611 SPARE C-520 E1 . ........ 777 C-530 7 0.75" 10 #14 XHHW-2 VK: WP-1541 C-535.. PCs TO: J_BOX SLT 6 #14 » LCP-1641 4 #14 » LCP-1641 SPARE 77, 7777-7=777 17777 171----l-'1�1i" C-535 56- #14 4HHW-2 I IF14 x HHW-2 FR: J-BOX C-580 E-3 TO: MH-1 E-4 8 #14 » LCP-1612 G-505 4 #14 » LCP-1612 SPARE C-505 6 #14 » LCP-1642 C-5135 4 #14 » LCP-1642 SPARE C-505 6 #14 » LCP-1641 C-530 1 SPARE 530 4 #14 LCP-164C- 8 #14 LC P- 1 611C-545 4 #14 >> LCP-1611 SPARE C-545 12 #14 " VCP-1606 C-545 4 #14 >> VCP-1606 SPARE C-545 w 31" :7ZV41"."v� - ZWIZ 16 #14 H r2 1 #14 " XHH72 I-kc vup-1506 C-545 TO: CONDUIT TEE 12 #14 » VCP-1606 4 #14 » VCP-1606 SPARE 777 777 7 7 7777 26 #14 XHHW..Z FR: CONDUIT TEE G535 TO., J-BOX #14 » L -P-'G'l C-525 4 #14 1> LCP-1611 SPARE C-525 12 #14 » VCP-1606 C-540 4 #14 » VCP-1 1506SPARE C-540 . .G-. . . . . . . . N�W W..;A WE —Atififfil- 7747 580 E4 PCs 2" 32 --#Tr- YHHW-2 —1 X14 M M E-11 PVC-40 TO: RTU-13 2 #14 » L r'P-1612 C-535 2 #14 >> LCP-1612 SPARE C-535 2 #14 LCP-53 C- 5 2 # 4 LCP-,1642 1 :: 642 SPARE C-535 2 #14 >> LCP-1641 C-535 2 #14 >> LCP-1641 SPARE C-535 2 #14 >> LCP-1611 C-535 2 #14 » LCP-1611 SPARE G-535 12 #14 » VCP.1606 C-535 4 #14 » VCP-1606 SPARE C-535 1 '77 177777777 777: r, 7 7777,77, 11,77777" I__ 1 `717� 'Jt`�"_'..',"--j' g December 2010 - FINAL 16990-10 8151A.10 c:\pw_NorldngNprojectvAseNkangle\.dms90674\Lubbock Digester No. 8 9 Conduit Schedule V9.2.xism CONDUIT SCHEDULE 1126111 SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND CONNECTING NUMBER DING 'TYPE SIZE 9 SIZE 'TYPE 9 SIZE TYPE DESCRIPTION SEGMENTS C-M E-14 PCs 1. 16 #14 XHHW-2 1 #14 XHHW-2 FR: VCP-1601 L-605 PVC_40 TO: i-BOX 5 #14 - VCP-1601 7 #14 - VCP-1601 SPARE 2 #14 >> ZSC_1603 INTERLOCK 2 #14 >> ZSC-1633 INTERLOCK C-770 23 PCs #14 XHHW-2 1 #14 XHHW-2 FR: LCP-701 L-775 TO: PULL BOX 12 #14 » LCP-701 4 #14 - LCP-701 SPARE 7717= 71 777777777 -7 -77 _77 77 7 777' .77 C-771 E-23 PCs 1. 16 #14 XHHW-2 1 #14 XHHW-2 FR: FR: LCP-702 L-775 PULL BOX >> 12 #14 LCP-702 4 #14 >> LCP-702 SPARE 't "Ott I - I =P;M;P7;01 ;CAE;JL;F-;J , C'776 0.75' 4 XHHW,2 f!" #14 H -2 XHW FR -BOX TO: LCP-701 4 #14 >> PMP-701 TEMP/MOIST E§eii C-777 PCs 0 5 4 #14 XHHW-2 1 #14 XHHW-2 FR: PMP-702 CABLE J-Bux TO: LCP-702 4 #14 >> PMP-702 TEMP/MOIST --- ---- 77= - `7f7 777-77 777777727 7��7777 C-778 E-1 R 1.6� 25 914 AH 1 014 XHHW-2 FR: TO: EX RTU-8 9 #14 >> PMP-701 CONTROL 4 #14 >> PMP-701 SPARE 9 #14 - PMP-702 CONTROL 4 #14 >> PMP-702 SPARE i2�14 C-780 PCs 2" 32 H XHHW-2 X 1 #14 XHHW-2 FR: EX EHH-006 PVCL40 TO: EX MCC-500 12 #14 >> LCP-702 L-775 4 #14 >> PMP-702 SPARE L-775 12 #14 - LCP-701 L_775 4 #14 >> PMP-701 SPARE L-775 EXISTING CONDUIT & NEW CABLE _77, 7777 7 7 -77-7-7 77 C-782 E-4 PCs 2" 15 #14 X HH W r(powt 1 #14 XHHW-2 FR: EX. EHH-006 PVC�_40 TO: EX. RTU-8 VIA EXISTING PULL BOX 12 #14 >> VCP-710 C-784 4 #14 » VCP-710SPARE C-784 7= C-784 E-23 2' 16- #14 XHHW-2 1 #14 XHHW-2 FR:_ VCP-710 C-782 PVC�_40 TO: EX. EHH-006 12 #14 >> VCP-710 4 #14 >> VCP-710SPARE NEW & EX. CONDUIT & NEW CABLE C'800 E-10 GRC 21 84 14 AHHW-Z 1 14 XHHW-2 FR: TO: MCC-1600 16 #14 >> PMP-1615 12 #14 >> PMP-1874 12 #14 >> PMP-1021 12 #14 >> PMP-1682 16 #14 >> PMP-1611 16 #14 >> PMP-1612 R.. pg - C-801 E-10 GRC 2.6' 128 1 #14 MHW-2 FR: RTU-13 TO: MCC-1600 18 #14 >> PMP-1645 12 #14 >> PMP-1676 12 #14 >> PMP-1651 12 #14 >> PMP-1692 12 #14 >> EXF-1600 16 #14 >> PMP-1642 16 #14 >> PMP-1641 4 #14 >> XSH-1600 12 #14 >> EXF-1602 4 #14 >> XSH-1602 4 #14 >> XSH-1603 8 #14 >> SF-1603 U-1 L-001 E-20 PCs 0.75" 3 #12 XHHW.2 1 #12' XHHW-2 FR: VCP-2350 TO: LP-181_1 2 #12 >> VCP-2350 1 #12 >> NEUTRAL December 2010 - FINAL 16990-11 8151A.10 c:\pw_"rkingXprojectvAse\kangleWms9D674\Lubbor,k Digester No. 8 9 Conduit Schedule V9.2.)dsrn CONDUIT SCHEDULE 112NII SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND CONNECTINGSEGMENTS NUMBER DWG TYPE SIZE 0 SIZE TYPE 0 SIZE TYPE DESCRIPTION 170-02 E-20 -M" 0.75- 3 #12 XHHW-2 1 #12 -X PH rW-2 FR: VCP-2360 TO: LP-18LI 2 #12 CP-2360 VNEUTRAL 1 #12 a* "Oii" -3 1 -00ft #12 12 -)CH—HW-2 FR: P-2350 SLT TO., VCP-2350 3 012 » VCP-2350 L-004 117Y 3 #12 )(HHW-2 1 #12 XHHW2 FR: P-23W TO- VCP-2360 3 #12 >> VCP-2360 -X.H4-H—W2 - 73� 7 L-104 -per 0,75" 2 #6 XH #6 FR: VCP-1665 TO: J-BOX 2 #0 >> VCP-1665 W14 2 #6 XHHW-2 1 #6 XHHW-2 FR: VCP-1664 L-150 TO: I J-BOX 2 #6 >> VCP-1e64 77 -7777-7777'. 7 777 L-160 4 #6 XHHW-2 1 #6 XHHW-2 FR: J-Box L-180 PVC-40 TO. MH-1 2 #0 » VCP-1665 L-104 2 #0 » VCP-1684 L-1 14 L-151 L-19 21 4 #8 XHHW-2 1 #12 )(HHVV-2 FR-' OlUbUTEK UA5 AKE-A UUHTb & KLA;EPTAULES L-18U E-3 PVC40 TO: MHA 2 #5 >> LIGHTS G-2. 2 #8 >> RECEPTACLES DIG GAS AREA 777= 7 ;AH WWZ M 7 7=7 mamm M 7: PCs 2"6 X-6- H I NO XHHW-2 FR: MHA E-1 1 PVC_Q 2 #8 XHHW-2 TO: LP-1601 2 #6 >> vCP-1e65 L-150 2 #6 >> VCP-1664 L-1 50 2 #6 -> RECEPTACLES DIG GAS AREA L-151 2 #8 >> RECEPTACLES SLUDGE FEED L-elo XHHW-2 1 #12 XHHW-2 FR: MH-1 E-11 PVC-40 4 #8 XHHW-2 TO.- LC-1601 2 #8 >> LIGHTS LC-2 L-151 2 #0 >> LIGHTS C-t 12 #8 >> OUTDOOR LIGHTS DIG. CTRL BLDG :X;m;iw�z =1 0.75" 2 #12 1 #12 )(HH1W-2 FIR: L-211 SILT TO, CONDUIT TEE 2 #12 >> FIT- 16M 9- L-250 E-12 PCs 0.75' 2 #12 XHHW-2 1 #12 XHHW-2 f-R: FIT-1W4 SLT TO: CONDUIT TEE 2 #12 >> FIT-1684 �e 7777=7777 —777 77- 1 1. 9=1 2 1 912 AHHW-Z CONDUIT TEE L-280 12 #14 XHHW-2 TO., PULL BOX 2 #12 » GOINO-GO CONTROL PANEL L-270 2 #14 >> FSL-16DO L-270 2 #14 - FSL-1601 L-270 2 #14 - EXF-1600 HIGH SPEED L-270 2 #14 - FSL-1602 L-270 2 #14 - FSL-1603 L-270 2 #14 - EXF-1602 HIGH SPEED L-270 2 #12 - FIT-1684 L-271 2 #12 - FIT-16155 L-271 777T'7775 -7, L-260 9-113 PCs 2. 2 #8 XHHW-2 1 #8 XHHW-2 FR: PULL BOX L-200 E-3 PVC�_40 4 #12 XHHW-2 TO., MH-1 2 #12 » FIT-1684 L-251 2 #12 » FIT-16B5 L-251 2 #8 » LIGHTS DIGESTER CONTROL BLDG ;XHWHW-2 -iFH--rhW---q'i 77 Yuvm�" L-261 E-12 PCs 21 2 #8 1 #8 FR: PULL BOX L-281 E-3 PVC-40 2 #12 XHHW-2 TO., MH-1 2 #6 >> LIGHTS DIGESTER CONTROL BLDG 2 #12 » GO/NO-Go CONTROL PANEL L-262 12 1 P-CS-- 1- 4 #8 XHHW-2 1 #8 XHHW-2 FR: PULL BOX L-Z51 E• .3 PVC TO: MH-1 2 #8 » RECEPTACLES DIG. CTRL BLDG. 2 #8 » OUTDOOR LIGHTS DIG. CTRL BLDG Reg - December 2010 - FINAL 16990-12 8151A.10 c:Xpw_Working\projectwise\kangle%dms90674\Lubbock Digester No. 8 9 Conduit Schedule V9.2.xlsrn CONDUIT SCHEDULE U28H1 SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND NUMBER DWG TYPE SIZE # SIZE TYPE # SIZE TYPE - DESCRIPTION CONNECTING - SEGMENTS 1170 E-12 PCS 1 2 #12 XHHW-2 1 #12 XHHW-2 FR: GOMO•GOCONTROL PANEL L251 12 #14 XHHW-2 TO: CONDUIT TEE 2 #12 » GOMO-GO CONTROL PANEL 2 #14 » FSL-1600 2 #14 » FSL-1601 2 #14 » EXF-1600 HIGH SPEED 2 #14 » FSL-1602 2 #14 » FSL-1603 2 #14 » EXF-1602 HIGH SPEED �4 - E-12 PCs 0.75F #12 #12 XH -2 FR:H CONDUIT TEE -2 51 TO: CONDUIT TEE 2 #12 » FIT-1684 L-260 2 #12 » FIT-1885 L-223 _ 77. mS:;...,�-.: `,d.:ir.. �.:.:..._. __. _: :... .. .. ..::..+. -,::..:.: , v.... `s s. :s_�.,,-, ' L-272 .7 4 #12 #12 XHHW-2 FR: CONDUIT TEE 299 TO: HORN/STROBE 4 #12 » HORNISTROBE "�' �.'ue�._. " . ,n ..: ,.y _. z �F-�, .- __�: x. .. _. �,_. �s� 1..:..:: _...�.�.. . ._...>'®.- ". _. .....>:..._ �;'•a.�-:arm-:3',..„s_ -_ _ ru d .v,: r.-�.--�.:.W.. L-280 6 #8 XHHW-2 #12 XHH - FR: MH-1 E-11 PVC_40 4 #10 XHHW-2 TO: LP-1601 6 #12 XHHW-2 2 #12 » GO/NO-GO CONTROL PANEL L-280 12 #14 XHHW-2 2 #14 » FSL-1600 L-260 2 #14 » FSL-1601 L-280 2 #14 » EXF-16W HIGH SPEED L-260 2 #14 » FSL-16M L-260 2 #14 » FSL-1603 L-260 2 014 » EXF-1802 HIGH SPEED L-250 2 012 » FIT-1684 L-260 2 #12 » FIT-1685 L-260 2 #8 » LIGHTS DIGESTER CONTROL BLDG L-260 2 #8 » DIGESTER NO.9 RECEPTACLES L-411 2 #10 » EDR-2360 L-M 2 #10 » EDR-2360 L-420 2 #8 » DIGESTER NO.8 RECEPTACLES L-401 L-2 1PCs 2" 4 #8 1 #12 XHH -2 FR: MH- E-11 PVC-40 2 #12 XHHW-2 TO: LP-1601 2 #8 » LIGHTS DIGESTER CONTROL BLDG L-261 2 #12 » GOMO-GO CONTROL PANEL L-261 2 #8 » RECEPTACLES DIG. CTRL. BLDG. L-262 L-290 1 0.75" 2 #12 XH -2 #12 XHHW-2 FR: WEST DOOR NO/GO LIGHT L303 TO: CONDUIT TEE 2 912 » WEST DOOR NO/GO LIGHT e 0 L-291 E-12 0.75' 2 #12 XHH 1 #12 XHHW-2 FR: WE OR GO LIGHT L-303 SLT TO: CONDUIT TEE 2 #12 » WEST DOOR GO LIGHT e- W L-292 0.75" 6 #12 AHMW-Z #12 XHHW-2 FR: CONDUIT TEF L-301 TO: CONDUIT TEE 2 #12 » HORN/STROBE L-302 2 #12 » WEST DOOR NO/GO LIGHT L-303 2 #12 » WEST DOOR GO LIGHT L•303 na PCs 1.5" 6 #12 72 XHH - I- : CONDUIT TEE L-295 18 #14 XHHW2 TO: CONDUIT TEE 2 #14 » AIT1897 C-279 2 014 » AIT1895 C-279 2 014 » AIT-1695 L-305 2 012 » HORN/STROBE L-305 ` 2 012 » WEST DOOR NO-GO LIGHT L-305 2 012 » WEST DOOR GO LIGHT L-305 2 014 » FSL-1602 L-305 4 #14 » XSH-1602 L-305 2 #14 » FSL-1603 L-305 4 #14 » XSH-1603 L-305 777 F77:. 7MI!77. December 2010 - FINAL 16990-13 8151A.10 c:%pw_WorkingXprojectWise\kangleWms90874XLubbDck Digester No. 8 9 Condult Schedule V9.2.XIsm CONDUIT SCHEDULE 1/26111 SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND CONNECTING NUMBER DWG TYPE SIZE # SIZE TYPE # SIZE TYPE DESCRIPTION SEGMENTS L-295 E-12 1.5- 6 #12 XHHW-2 1 #12 XHHW-2 F DUITTEE L-300 24 #14 XHHW-2 TO: CONDUIT TEE 2 #14 » FSL-16W C-290 4 #14 » XSH-1600 C-290 2 #14 >> AIT1097 L-293 2 #14 » A1T16% L-293 2 #14 » AIT-1695 L-293 2 #12 » HORN/STROBE L-293 2 #12 >> WEST DOOR NO/GO LIGHT L-293 2 #12 » WEST DOOR GO LIGHT L-293 2 #14 >> FSL-1802 L-293 4 #14 » XSH-1602 L-293 2 #14 >> FSL-1603 L-293 4 #14 >> XSH-1603 L-293 20 1 #14 1 XHHW-2 EAST DOOR GO LIGHT » EAST DOOR GO LIGHT CONDUIT TEE EAST DOOR NO/GO LIGHT » EAST DOOR NO/GO L11 CONDUIT TEE 2 #12 » EAST DOOR NO/GO LIGHT 2 #12 » EAST DOOR NO/GO LIGHT GO/NO-GO CONTROL PANEL LCP-16W 4 #12 » HORN/STROBE 2 #12 >> EAST DOOR NO/GO LIGHT 2 #12 » EAST DOOR NO/GO LIGHT GO/NO-GO CONTROL PANEL LCP-1600 2 #14 » FSL-1600 2 #14 >> AIT1697 2 #14 >> AIT1696 2 #14 >> AIT-1695 2 #12 >> HORN/STROBE 2 #12 » WEST DOOR NO/GO LIGHT 2 #12 >> WEST DOOR GO LIGHT 2 #14 >> FSL-1602 4 #14 >> XSH-1602 2 #14 » FSL-1603 4 #14 >> XSH-1603 12 #14 XHHW-2 TO: CONDUIT TEE 2 #12 >> HORN/STROBE L-292 2 #12 >> WEST DOOR NO/GO LIGHT L-292 2 #12 » WEST DOOR GO LIGHT L-292 2 #14 >> FSL-1602 C-294 4 #14 >> XSH-1602 C-294 2 #14 >> FSL-1603 C-294 4 #14 >> XSH-1603 C-294 - L-302 E-12 FIGS 0.75" 2 #12 XHHW-2 1 #12 XHHW-2 FR: CONDUITTEE L-292 1 1 1 1 1 1 1 TO: HORWSTROBE 2 #12 >> HORN/STROBE TO: - CONDUIT TEE 2 #12 » WEST DOOR NO/GO LIGHT 2 #12 » WEST DOOR GO LIGHT 6 #12 XHHW-2 1 #12 XHHW-2 FR: CONDUIT TEE 14 #14 XHHW-2 TO: CONDUIT TEE 2 #14 » AIT-1695 2 #12 >> HORN/STROBE 2 #12 >> WEST DOOR NO/GO LIGHT 2 #12 » WEST DOOR GO LIGHT 2 #14 >> FSL-16D2 4 #14 » XSH-1602 2 #14 » FSL-1603 4 #14 >> XSH-1603 December 2010 - FINAL 16990-14 c:\pW working\projectMse\kangleldms90674\Lubbock Digester No. 8 9 Conduit Schedule V9.2.xlsm L� 8151A.10 11 CONDUIT SCHEDULE SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND NUMBER DWG TYPE SIZE # SIZE I - TYPE a SIZE I TYPE I DESCRIPTION CONNECTING SEGMENTS =15— 0.75" 2 #10 XHHW-2 1 #10 XHHW-2 FR: FITIFE-1614 EFLX TO: J-BOX 2 #10» FIT/FE-1614 FR: 2" 4 #8 1 #8 XHHW-2 E-17 PVC _40 4 #10 XHHW-2 TO: MH-1 E-3 2 #8 » DIGESTER NO. 8 LIGHTS LC3-A1 E-4 2 #8 » DIGESTER NO. 8 RECEPTACLES 2 #10 >> FITIFE-1614 2 #10 » EDR-2350 POWER 777 =0 77 -77 141U I. r— E-16 PCs 0.75, 2 IF10 XIH112 #10 XHH FR: FI III-1-10" EFLX TO: J-BOX 2 #1 » FITIFE-1644 =;L41;1�z 14ip SAL_yai --, � 11 1 T!= 7 77' 1. 4 #8 AHHW-2 1 #8 XHHW-2 FR: J-HUA L-ZbU E-3 PVC-40 4 #10 XHHW 2 To TO: MHA E-4 2 #8 » DIGESTER NO. 9 LIGHTS LC;3-A2 2 #8 DIGESTER NO. 9 RECEPTACLES 2 #10 » FITIFE-1644 2 #10 » EDR-2360 L L"77M=i6iPM L PCs 0.75" 2 #10 XHHW-2 '1 #10 XHHW-2 FR: EDR-2350 EFLX TO. DISCONNECT 2 #10 >> EDR-2350 0 :WEE== 0.75" 2 #10 A""vv-2 1 #10 XHHW-2 WFK: DISCONNECT TO: J-BOX 2 #10 » EDR-2350 L-420 it "i" WS" #10 XHHW-2 1 #io XHHW-2 FR: EDR-2360 L-280 EFLX TO: DISCONNECT 2 #10 » EDR-2360 0.75" 2 #10' XHHW-2 1 710 XHHW-2 FR: DISCONNECT TO: i-BOX 2 #10 >> EDR-2360 L-430 7777r=777777777 IT-- #8 XHHW-2 I XHHW-2 FR: POLE LIGHT TO, POLE LIGHT 2 #8 » POLE LIGHT EEM L-451 PCs T- 2 Z;Wr2 1 #12 XHHW-2 FR: KXF LIGHT TO: POLE LIGHT 2 08 » POLE LIGHT POLE LIGHT L 452 .1 7 2 #8 #12 XHHW-2 IFR: TO: POLE LIGHT 2 #8 >> POLE LIGHT W-1- ZAAHHW.2' Ila e � ". -1 L-453 E-1 PCs T 2 va --w #12 XHHW-2 POLE LIGHT L-470 TO: MH-1 2 #8 » POLE LIGHT 0�77�- 71Z 777,7777-77, 7777-7,77=7 2.2 r L-455 2" 2 #8 XHHW -2 I Mt ft�� POLE LIGHT L -470 �M�66 TO: MH-1 2 #8 » POLE LIGHT L-460 E-1 T 2 #10 1 #12 XHHW-2 FR: POLE LIGHT TO: POLE LIGHT 2 #10 >> POLE LIGHT ETP "e" Zw =7 =2 y �NiUMXWHH*;UlL: #12 XHHW-2 FR: POLE LIGHT TO: POLE LIGHT 2 #10 >> POLE LIGHT - -TT 77 L-02 1"P"C"S' 2" 2 #10 1 #12 XHHW-2 POLE LIGHT L-470 JFR: TO: MH'1 2 #10 » POLE LIGHT M 777 -7777 L-465 T 2 #10 016-2k 1 #12 XHHW-2 FR POLE LIGHT L-470 TO: MH-1 2 010 >> POLE LIGHT NIS —0i F 7. 7 - �1 7 A L-470 E-1 9w 4-- #8 1 #12 XHW-2 FR: MHA 4 910 XHHW-2 TO: LC-1601 2 98 » POLE LIGHT L-453 2 #8 » POLE LIGHT L-455 2 #10 >> POLE LIGHT L-462 2 #10 >> POLE LIGHT L465 December 2010 - FINAL 16990-15 8151A.10 c:\pw—"rking\projectvAse\kangle\dmsgGB74\Lubbock Digester No. 8 9 Conduit Schedule V9.2.xism CONDUIT SCHEDULE 1126111 SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND DESCRIPTION CONNECTING SEGMENTS NUMBER DING TYPE SIZE 9 SIZE TYPE # SIZE TYPE LA80 E-4 PGS 1. 4 #8 XHHW-2 1 #8 XHHW-2 FR: MH-1 E-11 PVC�-40 To. Le -1601 2 #8 — DIGESTER NO. 8 LIGHTS LC3-A1 L-401 2 #8 — DIGESTER NO. 9 LIGHTS LC3-A2 L-411 L-650 E-17 PCs 21 4 #4 XHHW-2 1 #4 XHHW-2 FR: J-BOX L-580 E-3 PVC-40 TO: MH-1 E-4 2 #4 » PUMP MIX AREA LIGHTS 1 2 #4 >> PUMP MIX AREA LIGHTS 2 L-551 E-17 PCs 2* 2 #4 XHHW-2 1 #4 XHHW-2 FR: i-BOX E-3 PVC402 #8 XHHW-2 TO: MHA E4 2 #4 >> PUMP MIX AREA LIGHTS 3 2 #8 » RECEPTACLES L-580 E-1 PVC407 6 #4 XHHW-2 1 #4 XHHW-2 FR: MHA E-1 1 PCs 2 #8 XHHW-2 TO: LP-1601 2 #4 >> PUMP MIX AREA LIGHTS 1 L-550 2 #4 >> PUMP MIX AREA LIGHTS 2 L-550 2 #4 >> PUMP MIX AREA LIGHTS 3 L-551 2 #8 >> RECEPTACLES L-551 L-600 E-14 PVC-40 0.7W 5 " I MFR MFR CABLE 1 #14 XHHW-2 FR: FE-1603 PCs TO: FIT-1603 SLT I MFR >> FE-1603 A L-wl E-14 PVC-40 0.75" I MFRFR CABLE ! VVT M-7 W 2FR: PCs TO: FIT-1804 SLT 1 MFR >> FE-1604 L-602 E-14 PVC 40 1 0.76" 2 #12 XHHW-2 1 #12 XHHW-2 FR. FIT-1603 L-60 PcS TO: i-BOX SLT 2 #12 » FIT-1603 �075" _2 _6 L-603 E-14 #ZM —#12 XHHW-Z 1 #12 XHHW-2 FR: FIT-1604 L-605 PCs TO: i-BOX SLT 2112 » FIT-1604- L-605 E-14 PVCL40 2- 4 #12 XHH'W-2 1 #12 XHHW-2 FR: J-BOX E-3 PCs 16 #14 XHHW-2 TO: MHA SLT 5 #14 » VCP-1601 C-6w 7 #14 >> SPARE C-6w 2 #14 » ZSC-1603:NTERLOCK C-6w 2 #14 ZSC-1633 NTERLOCK C-6w 2 #12 F T-1603 L-602 :> > 2 #12 FIT-1604 L-603 L-610 E-3 PVC 40 1" 4 #8 XHHW-2 I #g XHHW-2 FR: SLUDGE FEED LIGHTS & RECEPTACLES L-180 PcS TO: MHA 2 #8 >> LIGHTS C-L 2 #8 >> RECEPTACLES SLUDGE FEED 77=23 77 7, 777, f - F 11;b 0.75, 2 #12 XHHW T A2 rHPW2 -701 FIT L SLT TO: J-Box 2 #12 >> FIT-701 < L-751 E-23 -06' 2 #12 XHHW-2 1 #12 XHHW-2 FR: FIT-702 SLT TO: J-BOX 2 #12 >> FIT-702 -'M M " 7---- --- - 7M 1� 11, , - -- - — 77 77,77 7 1-761 ISM 0.75' —2 —#12 XHHW-2 1 #12 XnH FR: LIT-7vi L-165 TO: J-BOX 2 #12 >> UT-701 L-765 E-23 PCs 0.76' 6 1112 X 1 #12 XHHW-2 FR: J-5QA L-fib TO: PULL BOX 2 #12 >> FIT-701 L-750 2 #12 >> FIT-702 L-751 2 #12 » UT-701 L-761 I 1 177 L-775 E-4 PCS 1.6- 6 #12 XHHW . -2 1 #12 XHHW-2 FR: PULL Box C-780 PVCL40 32 #14 XHHW-2 TO: EX. EHH-DOB 12 #14 >> LCP-702 C-771 4 #14 >> SPARE C-771 12 #14 >> LCP-701 C-770 4 #14 >> SPARE C-770 2 #12 >> FIT-701 L-765 2 #12 >> FIT-702 L-765 2 #12 >> LIT-701 L-765 EXISTING CONDUIT & NEW CABLE 17 57,77 11777777 1 " 1 .-'1 " December 2010 - FINAL 16990-16 8151A.10 c:\pw_yorking\projectwise\kangfe\dmsgOB74\Lubbock Digester No. 8 9 Conduit Schedule V9.2.x1srn CONDUIT SCHEDULE SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND NUMBER DWG TYPE SIZE # SIZE TYPE # SIZE TYPE DESCRIPTION CONNECTING SEGMENTS L-780 E-4 Pi7rZ —7 —6 #12 XHHW-2 1 #12 XHHW-2 FR: EX. EHH-006 PCs TO: EX. LP-51-1 GRC 2 #12 - FIT-701 L-775 2 012 - FIT-702 L-775 2 #12 » LIT-701 L-775 7 -7777T7=P7 TIT 7 L-800 E-10 GRC 2.5" 3 350 XHHW-2 02 FR: LP-1601 SLT TO. TR-1801 2 350 >> LP-1601 1 350 >> NEUTRAL SiOF 44 � Mz 0.75"3 A1110-Z 1 #10 XHHW-2 I- LG-1601 TO, LP-1601 3 06 LC-3 77 ="T'777777 "I 0.75" 2 #12 #12 I-K: RTU-13UP5 TO: LP-1601 2 #12 >> RTU-13 UPS 'tie L-805 -1775" #12 1 #12 XHHW-2 FR. RTU-13 TO: RTU-13 UPS 2 012 >> RTU-13 L-501 0.75" 2 #12 1 #12 XHHW-2 FR: RTU-13 TO, LP-1601 2 #12 » RTU-13 MISC. EQUIPMENT W1 VERIms M-550 PVC�_40 3- 3 #2:15KV NO ANHW-2 41000A TO, EXISTING MANHOLE EMH-= 3 #2:15KV b.;- TR-1600A PRIMARY .e� g T-77-7 -T7 777 0'a IME m 7=7 3' 3 PULL FR: 1 TO: EXISTING MANHOLE EMH-002 3 PULL >> SPARE -- - -------- �"�l 37' 3 a XHHW-2 t-K: TK-1WUtJ TO: EXISTING MANHOLE EMH-002 P3 3 #2:16KV - TR-1600B PRIMARY F3 777777 P _40 VC- 3' 3' 1 1 PULL FR- TO, EXISTING MANHOLE EMH-002 I PULL >> SPARE �O- 7"'M ;;;MANNULIZ M-910 E-3 PVC-40 T 3 -W.-15W Im #8 XHHW-2 R. F-MH-UO2 To. TO: 12KV SWITCHGEAR VIA VAULT 3 #2:15KV TR-1600A PRIMARY EXISTING CONDUIT& NEW CABLE Lii 3 #2:15KV 15KV-Fk #8 XHHW-2 FR: EXISTING MANHOLE EMH-002 TO: 12KV SWITCHGEAR VIA VAULT 3 #2:15KV - TR-1600B PRIMARY EXISTING CONDUIT & NEW CABLE 2- 1 MRS 1 #14 XHH02; OR.6 N-101 E-11 TO: MHA I 121FO RTU-13COMM �v R.. FL NI'A" N-101 4u T 1 1 #14 )(Hmw-2 FR: .1 N-102 MH TO., EXISTING HANDHOLE EHH-002 I 12(FO RTU-13COMM N-100 N-102 E-4 40 2" 1 ly— 1 #14 XHHW-2 FR: EXISTING HANDHOLE EHH-002 N-103 TO: EXISTING HANDHOLE EHH-001 I 121FO >> RTU-13 COMM N-101 rPVC EXISTING CONDUIT & NEW CABLE afia 7 7777-g fvq._4u PVC 2" 1 FFO 1 I #14 AHHW-z FR:EAWTINU HANDHOLE EHM-001 TO: ADMIN BUILDING SCADA ROOM 1 12/FO RTU-13COMM N-1 02 EXISTING CONDUIT & NEW CABLE y� � R ZiftZ P-120 19 2' —3 #8 XHHW2 1 #8 XHHW-2 FR! VCp-1651 P-150 PVC-40 TO: J-BOX 3 #8 » VCP-1661 T =..A 33 1, — 11 o � I 7 7 -.77,77 - .' , ,, , t P 121 9 9 I 1 #8 y W— YHHW 2 P-1682 FR: TO. J-BOX 3 #8 » VCP-1652 December 2010 - FINAL 16990-17 8151A.10 c:%pw_working\projectMse\kangfe\dms9O674\LubbDck Digester No. 8 9 Conduit Schedule V9.2.x1srn CONDUIT SCHEDULE 1126111 SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND NUMBER DWG TYPE SIZE # SIZE TYPE # SIZE TYPE DESCRIPTION CONNECTING -PC SEGMENTS P-150 E3 —?--6 #8 XHHW-2 1 *8 XHHW-2 FR: i-BOX P-180 PVC-40 TO: MH-1 3 #8 » VCP-1661 P-120 3 #8 » VCP-1662 All n ka� p -1so E -4 PCs 2^ 6 ti XH 1 #8 YHH-2 W MH-I E-10 PVC�-40 3 #10 XHHW-2 TO., MCC -low 3 #8 » vCp-ISSI P-150 3 #10 » Hof -I= P-558 3 98 » vCP-1881 t7 P-201 3 #10 XHHVV.2 1 #10 XHHW-2 BMW FP: EAMI-16130 VIA DI NET P-ZW SILT TO. CONDUIT TEE 3 010 » EAM-1680 77'='P. 77T7 77-7 77'77- P-Zlu 3 #10 x 010 XHHW-2 FR: EAM-1690VIADIUCONNFUl SLT TO: CONDUIT TEE 3 #10 » EAM-1690 V X'Z E F 77=77777 P-203 6 #10 XHHW-2 1 010 XHHW-21FR: CONDUIT TEE TO: J-BOX 3 #10 » EAM-1680 P-201 3 #10 » EAM-1690 P-202 -234Mzgzzw , P6 KW-2 10W SILT 2 #14 XHHW-2 TO: CONDUIT TEE - 3 #12 » PMP-1082 2 #14 » TSH 2 #12 » MINH P-205IF E-12 PGS 0.75" 5 #1 XHHW-2" 1 #12 XHHW-2 FR: PMP-1692 SLT 2 #14 XHHW-2 TO: CONDUIT TEE 3 #12 PMP-1692 2 #14 » TSH 2 #12 » Lim 7— = 7-- 7777777 7 7= "p- E- 1. 10 xI1HW-z I #lz XHHW-2 FR: ��DUITTEE P-264 4 #14 XHHW-2 TO: PULL BOX 3 #12 » PMP-1682 P-204 2 #14 TSH P-204 2 #12 » MWH P-204 3 #12 PMP-1692 P-205 2 #14 » TSH P-205 2 #12 >> MWH P-205, =419207PL E-12 PCS 0.75' 3 #10 XHHW2 I EAM-1549 VIA DISCONNECT P-209 To. J-Box 3 *11 11 IM-111 TIM" 10 HHW-2 EAM-11319 VIA DISCONNECT P-209 P-208 0.75' 3 #10 TO: i-BOX 3 #10 » EAM-1619 -Hl 6AV I.—K W q" 777- 777,777,77,07T? 77RM R P-2U9 E-12 PCs 1;! 0 FR: J-Bux To. PULL BOX 3 #10 » EAM-1680 P-203 3 #10 » EAM-1690 P-203 3 #10 » EAW1049 P-207 3 #10 » EAM-1619 P-208 P-21 0 E-12 PCs 3 #8 1 #8 XHHW-2 FR: PMP-1651 P-212 SLT 2 #12 XHHW-2 TO, CONDUIT TEE 2 #14 ... W-2 3 #8 » PMP-1651 2 #14 TSH 2 #12 >> MWH �Wz 4-n 94fttl P-211 1 #as A 1111 0 )(HHW-2 FR: PMP-1521 F-ZIZ SLT 2 #12 XHHVV-2 TO: CONDUITTEE 2 #14 XHHW-2 3 #8 » PMP.1621 2 #14 »TSH #12 MWH December 2010 - FINAL 16990-18 c:Xpw._working\projeetviise\kangle\dms9O674\Lubbock Digester No. 8 9 Conduit Schedule V9.2.)dsm 8151A.10 CONDUIT SCHEDULE SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND CONNECTING NUMBER DWG TYPE SIZE # SIZE TYPE # SIZE TYPE DESCRIPTION SEGMENTS P-212 E-12 1.5" 6 #8 XHHW-2 1 #8 XHHW-2 FR: CONDUITTEE P-263 4 #12 XHHW-2 TO: PULL BOX 4 #14 XHHW-2 3 98 » PMP-1651 P-210 2 #14 » TSH P-210 2 #12 » MWH P-210 3 98 » PMP-1621 P-211 2 #14 » TSH P-211 2 #12 >> MWH P-211 P-230 E-12 .75' 5 #1 XHHW 22 1 #12 XHHW-2 FR: PM -1 4 -232 SLT 2 #14 XHHW-2 TO: CONDUIT TEE - 3 #12 » PMP-1674 2 #14 >> TSH 2 #12 » MWH P- 1 E-12 0.75' 5 #12 XHHW-2 1 #12 XHHW-2 FR:� PMP 1676� P 2 SLT 2 #14 XHHW-2 TO: CONDUIT TEE 3 #12 >> PMP-1676 2 #14 »TSH 2 #12 » MWH -232 E-12 PCs 1" io #12 XHHW-2 1 #12 - FR: COND IT ThEP-265 4 #14 XHHW-2 TO: PULL BOX 3 #12 » PMP-1674 P-230 2 #14 >> TSH P-230 2 #12 >> MWH P-230 3 #12 >> PMP-1676 P-231 2 #14 >> TSH P-231 2 #12 >> MWH P-231 _ � XHHW-2 P-240 E-12 PCs 0.76" #8� 1 #10 -2 FR: VCP-1691 P.242 SLT TO: CONDUIT TEE 3 #8 >> VCP-1691 ari P-241 E-12 0. 5 3 #8 XHHW-2 1 #1 -2 FR: VCP-1881 P-242 SLT TO: CONDUIT TEE 3 #8 » VCP-1681 P-242 E-12 1 6 #8 1 #10 XHHW-2 FR: C ITTE P-281 TO: PULL BOX 3 #8 >> VCP-1891 P-240 ;XHHW-2 3 #8 >> VCP-1681 P-241 1.5" 3 1 #4 XHHW-2 FR: PMP-1645 P-252SLT 2 #12 TO: CONDUIT TEE 2 #14 XHHW-2. 3 #4 >> PMP-1645 2 #14 >> TSH 2 #12 » MWH P-261 E-12 1.5 3 #4 XHHW-2 1 #4 XHHW-2 - R: PMP-1515 52 SLT 2 #12 XHHW-2 TO: CONDUITTEE 2 #14 XHHW-2 3 #4 » PMP-1615 2 #14 >> TSH 2 #12 >> MWH P-252 E-12 PCS 1.5" 6 #4 HW-21 #4 XHHW-2 FR: GONUUIT T E P-254 4 #12 XHHW-2 TO: J-BOX 4 #14 XHHW-2 3 #4 >> PMP-1645 P-250 2 #14 » TSH P-250 2 #12 >> MWH P-250 3 #4 » PMP-1615 P-251 2 #14 » TSH P-251 2 #12 >> MWH P-251 -PCS --------- P-253- E-12 0.75" 3 #8 XHHW-2 1 #8 XHHW-2 FR: V P-1698 P-254 SLT TO: CONDUIT TEE 3 #8 » VCP-1698 .... -_ P-2 -1 2' 14 XHHW-2 1 #4 XHHW-2 FR: j_wj71P-258 3 #8 XHHW-2 TO: CONDUIT TEE 4 #12 XHHW-2 3 #4 >> PMP-1645 P-252 4 #14 XHHW-2 2 #14 >> TSH P-252 2 #12 >> MWH P-252 3 #4 >> PMP-1615 P-252 2 #14 » TSH P-252 2 #12 > MWH P-252 3 #8 » VCP-1698 P-253 _, e - ___ .. 77777 .- _ 14 - December 2010 - FINAL+� 16990-19 c:tpw workinglprojectwisekkangle\dms96874\Lubbock Digester No. 8 9 Conduit Schedule V9.2.)dsm 8151A.10 CONDUIT SCHEDULE SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND DESCRIPTION CONNECTING SEGMENTS NUMBER DWG TYPE SIZE 0 SIZE TYPE # SIZE TYPE I P-2 1=2 PGS =75 —3 #8 XHHW-2' I #10 XHHW-2 FR: MONORAIL DISCONNECT P-256 TO: CONDUIT TEE 3 #8 >> HOI-1662 DISCONNECT —PCs i`�.�'1'1fi' WAN, P-256 E-12 2" 6 XHHW-2 FR: CONDUIT TEE P-M 6 #8 XHHW-2 TO: PULL BOX 4 #12 )(HHW-2 3 #4 >> PMP-1645 P-254 4 #14 XHHW-2 2 #14 -> TSH P-254 2 #12 >> MWH P-254 3 #4 » PMP-1615 P-254 2 #14 >> TSH P-254 2 #12 >> MWH P-254 3 #8 >> VCP-1698 P-254 3 #8 >> HOI-1662 DISCONNECT P-255 "ftl Y E-12 PCs 2" I, XHHW-2 1 10 XHHW-2'r_R7_ FULL IJvA E-3 PVC-40 TO: MHA 3 #8 >> VCP-1691 P-242 3 #8 » VCP-1681 P-242 _2 12 #10 AhHW_z 1 #10 YINH - PULL BOY P-289 E-3 PVC40 TO., MHA 3 #10 » EAM-1680 P-209 3 #10 >> EAM-1690 P-209 3 #10 » EAM-1649 P-209 3 #10 >> EAM-1619 P-209 - -283 E-12 PCs 6 #8XHHW-2 1 08 XHHW-2 FR: PULL E-3 PVC-40 4 #12 XHHW-2 TO. MH-1 4 #14 XHHVV.2 3 98 >> PMP-1851 P-212 2 *14 >> TSH P-212 2 #12 >> MWH P-212 3 #8 >> PMP-1021 P-212 2 #14 >> TSH P-212 2 #12 >> MWH P-212 10 #12 XH 1 #12 XHHW-2 FR: PULL BOX E-3 PVC-40 4 #14 XHHW.2 TO., MH-1 3 #12 >> PMP-1682 P-205 2 #14 >> TSH P-206 2 #12 — MWH P-205 3 #12 PMP-1692 P-206 2 #14 >> TSH P-206 2 #12 >> MWH P-205 jF--FJA 'Z 77-- P-255 E-12 2' 10 #12 XHHW-2 1 #12 XHHW-2 FR: PULL BOX E-3 PVC_40 4 #14 XHHW-2 TO: MH-1 3 #12 » PMP-1674 P-232 2 #14 >> TSH P-232 2 #12 » MWH P-232 3 #12 » PMP-1676 P-232 2 #14 >> TSH P-232 2 #12 » MWH P-232 U .<:liVf maawmffm� r 2" a #4 XHHW.2 1 #4 XHHW-2 FR: FULL BOX E-3 PVC-40 6 #8 XHHW-2 TO., MHA 4 #12 XHHW-2 3 #4 >> PMP-1845 P-256 4 #14 2 #14 >> TSH P-256 -XHHW-2 2 #12 — MWH P-250 3 #4 PIMP-1615 P-256 2 #14 — TSH P-256 2 #12 MWH P-258 3 #8 >> VCP-1698 P-256 3 #8 » HOI-1662 DISCONNECT P-256 P-270 E-12 I'm 0.76' 3 #10 XHHW-2 1 #12 XHHW-2 FR: MRU-15W VIA DISCONNECT P-272 SLT TO: CONDUIT TEE 3 #10 » MAU-16W 7rr"7 7777 T'7�r rr= =M;FR27z P-271 0.76' 8#12 012 XHHW.2 FR: F-1000 VIA UJUGUNNE UT ADD. NO. 2 SLT TO: CONDUIT TEE 6 #12 >> F-XF-16DO VIM Mu M 77,71=177717=11- 77 .77777777 MR. December 2010 - FINAL 16990-20 8151A.10 c:\pw_vdorking\projectMse\kangle\dms90674\Lubbock Digester No. 8 9 Conduit Schedule V9.2.)dsm CONDUIT SCHEDULE 1126111 SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND DESCRIPTION CONNECTING SEGMENTS NUMBER DWG TYPE SIZE # SIZE TYPE 0 SIZE I TYPE P-272 E-17—PCS 0.75- 3 #10 XHHW-2 1 #12 XHHW-2 FR: CONDUIT TEE ADD. NO. 2 8 #12 XHHW-2 TO: PULL BOX 3 #10 » MAU-IBM P-270 6 #12 » EXF-1600 P-271 P-275 E-12 PCs 0.75" 1 #14 XHHW-2 R: PULL BOX E-3 PVC_40 TO: MH-1 ------ ----- iq!m P-280 E-4 2' 3 94 XHHW-2 1 #4 XHHW.2 FR: thN E-11 PVC_40 3 #8 XHHW-2 TO: MCC-16M 7 #12 XHHW-2 3 #4 — PMP-1815 4 #14 XHHW-2 2 #14 — TSH 2 #12 >> MWH 3 #12 >> PMP-1874 2 #14 » TSH 2 #12 » MWH 3 #8 » VCP-1698 P-281 E-4 =S 7 3 #8 XHHW-2 1 #10 XHHW-2 FR: MH-1 E-11 PVC 40 3 #10 XHHW-2 TO: MCC-1600 7 #12 XHHW-2 3 #8 >> PMP-1621 4 #14 XHHW-2 2 #14 >> TSH 2 #12 >> MWH 3 #12 >> PMP-1682 2 #14 >> TSH 2 #12 >> MWH 3 #10 >> VCP-1601 777 P-283 E-4 PC$ 2" 3 #4 XHHW.2 I� #4 XHHW-2 FR: MHA E-11 PVC�_40 3 #8 XHHW-2 TO: MCC-16M 3 #10 XHHW-2 3 #4 >> PMP-1645 P-268 2 #12 XHHW-2 2 #14 >> TSH P-288 2 #14 XHHW-2 2 #12 >> MWH P-268 3 #8 — VCP-1691 3 #10 >> VCP-1606 P-284 PCs 1.6" 3' #8 XHHW-2 1 #8 XHHW'-2 FR: MHA E-11 PVQ_40 3 #10 XHHW-2 TO: MCC-1600 7 #12 XHHW-2 3 #12 >> PMP-1876 4 #14 XHHW-2 2 #14 >> TSH 2 #12 >> MWH 3 #10 >> MAU-16M 3 #8 >> PMP-1651 2 #14 >> TSH 2 #12 >> MWH P-287 E-4 PCs 2'_ 8 HW-2 1 #8 XHHW-2 FR:: MHA ADD.NO.2 E-11 PVC-40 11 #12 XHHW-2 TO: MCC-16M 2 #14 XHHW-2 6 #12 » EXF-1600 P-271 3 #12 >> PMP-1892 2 #14 >> TSH 2 #12 >> MWH 3 #8 >> HOI-1662 DISCONNECT 3 #8 >> VCP-1662 P-289E-4 PCs T 12 #10 XHHW-2 1 #10 XHHW-2 FR: MH_I E-11 PVC-40 TO: DP-1601 3 #10 >> EAM-1680 P-262 3 #10 >> EAM-1619 P-262 3 #10 >> EAM-1690 3 #10 >> EAM-1649 RM, IN P-290 E-12 PCs 0.75" 3 #12 XHHW-2 1 #12 XHHW-2 FR: SF-1603 VIA DISCONNECT P-292 TO: CONDUIT TEE 3 #12 >> SF-1603 P-291 E-12 PCs 0.75" 6 #12 XHHW-2 1 #12 XHHW-2 FR: EXF-1602 VIA DISCONNECT P-292 TO: CONDUIT TEE 6 #12 » EXF-16M L P-292 E-12 PCs 0.75" 9 #12 XHHW-2 1 #12 XHHW-2 FR: CONDUIT TEE P-295 I 1 1 TO: PULL BOX 3 #12 >> SF-1603 P-290 8 #12 » EXF-1602 P-291 December 2010 - FINAL 16990-21 8151A.10 c:\pw_W*rkingXprojectvAse\kangle\dmsgOB74\Lubbock Digester No. 8 9 Conduit Schedule V9.2.xism CONDUIT SCHEDULE 1126111 SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND CONNECTING NUMBER DWG TYPE SIZE # SIZE TYPE # SIZE TYPE DESCRIPTION SEGMENTS P-295 E-12 2" 9 #12 XHHW-2 1 #12 XH 2 FR: PULL BOX P-298 E-1 TO: MH•1 3 #12 » SF-1803 P-292 6 #12 » EXF-1602 P-292 -1 P-296 PCs 0. 5 9 #12 XH 12 FR: E-11 PVC-40 TO: MCC-16W IXHHW-2 3 012 as SF-1803 P-295 - 6 #12 » EXF-1602 P-295 -- _- _ -.- - - _ GP-401 P-400 PCS 0.75" 3 #10 XH 1 910 XHHW-2 FR: -16W SLT TO: J-BOX EFLX 3 #10 » EDR-1603 a: ," - P- E-15 PC .7 " 6 #10 10 XH W- -8•X� FR: -404 TO: DISCONNECT 6 #10 » EDR-1603 P-400 7777777777 P 402 E 15 0.75 3 #10 XHH -2 XHHW-2 FR: EDR-1804 403 SLT TO: J-BOX EFLX 3 #10 » EDR-1804 P-403 E-1PCs 0.75" 6 #10 XHH 2 1 XHHW-2 FR: 1-BOX P-404 O: DISCONNECT 6 #10 as EDR-1604 P-402 - P-404 . E-15 PCS 2" 6 #10 XHHW 2 FR: J• 1 E-3 PVC_40 TO: MH-1 E-17 3 #10 » EDR-1603 P-401 E-4 3 #10 » EDR-16N P-403 -410 E-18 PCS 0.75" 3 #10 XHHW-2 FR: EDR-1833 -4 SLT TO: J-BOX EFLX 3 #10 » EDR-1633 - 1 0.75" 6 #10 #10 XHHW R: J- X -414 TO: DISCONNECT a 010 » EDR-1633 P-410 -E-1 e2 I _ v3 P-412 PCS 0,75' #10 XHHW-2 1 #10 7HHW2 FR: EDR-1634 3 SLT TO: J-BOX 3 #10. >a EDR-1634 � " ^ .- •air 1r _ :, >.a -- a a.�• .,.a:: P-413 18 0.75' 6 #10 XHHM 1 910 XHHW-2 FR: J-BOX -414 TO: DISCONNECT 6 #10 » EDR-1634 P-412 7 P-414 Pub 6 #10 1 H -2 -BOX E-4 PVC-40 TO: MH-1 E-17 3 #10 » EDR-1833 P-411 3 #10 » EDR-1634 P•413 P 481 12 #10 10 XH W-2 FR: MH-1 E-11 PVC 40 TO: DP-1801 3 #10 » EDR-1803 P-404 3 #10 » EDR-1804 P-404 3 #10 » EDR-1633 3 #10 » EDR-1634 17500 E-17 PCs 3" 3 500 )(HHW.2 1 XHHW-2 FR: PMP-1612 1 E-3 PVC_40 2 #12 XHHW2 TO: MH-1 E-4 SLT 2 #14 XHHW-2 3 500 » PMP-1612 2 #14 » TSH 2 #12 » MWH wldk"N'4�' P-510 E-17 8 3 500 XHH -2 #210 XHHW-2 FR: PMP-1642 PVC 40 2 #12 XHHW-2 TO: MH•1 SLT 2 #14 XHHW-2 3 500 » PMP-1642 2 #14 » TSH 2 . #12 » MWH - - • P-520 1 3" 3 500 XHHW- 1 #210 XHHW-2 FR: PMP-1811 -550 PVC 40 2 #12 XHHW2 O: MH-1 SLT 2 #14 XHHW2 3 500 a> PMP•1811 2 #14 a> TSH 2 #12 a> MWH December 2010 - FINAL 16990-22 8151A.10 c:\pw WorkinglprojectwiseXkangieldms90874\LubbOck Digester No. 8 9 Conduit Schedule V9,2.xlsm NUMBER DWG TYPE SIZE # SIZE TYPE # SIZE TYPE DESCRIPTION CONNECTING SEGMENTS P-530 E-17 PCs 3" 3 5� XHHW-2 1 #2/0 XHHW-2 FR: PMP-1641 P- PVC 40 2 #12 XHHW-2 TO: MH-1 SLT 2 #14 XHHW-2 3 500 » PMP-1641 2 #14 >> TSH 2 #12 >> MWH P-540 E-17 0.75" 3 110 X W-2 1 #10 X HW-2 R: VCP 16W P- SLT TO: CONDUIT TEE 3 #10 >> VCP-1606 P-543 E-17 PCS 0.75" 3 1 XHH -2 1 #10 XHHW-2 FR: HOI-1601 P- ELT TO: CONDUIT TEE VIA DISCONNECT 3 #10 >> HOI-1601 P- E-17 0.75" 6 #10 XHH -2 1 #10 XH FR: C D E - TO: PULL BOX 3 #10 >> VCP-1606 P-540 3 #10 >> HOI-1601 P-543 P- E-4r 3" 3 500 XHHW-2 1 #2/0 XHHW-2 FR: MH-1 E-11 2 #12 XHHW-2 TO: MCC-1600 2 #14 XHHW-2 3 500 >> PMP-1611 P-520 2 #14 » TSH P-520 2 #12 » MWH P-520 A P-581 E-4 3' 3 500 XHHW-2 1 #2/0 XHHW-2 FR: MH-1 E-11 PVC_40 2 #12 XHHW-2 TO: MCC-1600 2 #14 XHHW-2 3 500, >> PMP-1612 P-500 2 #14 » TSH P-500 2 #12 » MWH PSOD P-582 E-4 PCS 3" 3 500 XHHW-2 1 #21 XHH - -1 E-11 PVC_40 2 #12 XHHW-2 TO: MCC-1600 2 #14 XHHW-2 3 500 >> PMP-1642 P-510 2 #14 >> TSH P- 510 2 #12 >> MWH P-510 _. _ P-583 E 4 PC 3" 3 SW XHHW-2 1 #2/0 XHHW-2 FR: MH-1 E-11 PVC_40 2 #12 XHHW-2 TO: MCC-1600 2 #14 XHHW-2 3 500 >> PMP-1641 P-530 2 #14 » TSH P- 530 2 #12 >> MWH P-530 -6w E• 4 PCs1" 5 #12 XH W-2 1 812 XHHW-2 FR: GRI-1801 PVC_40 2 #14 XHHW-2 TO: VCP-1601 SLT 3 #12 >> GRI-1601 2 #14 >> TSH 2 #12 >> MWH LML P-601 E-14 PCs 1" 5 #1 1 #12 XHHW-2 FR: 1-1802 PVC_40 2 #14 XHHW-2 TO: VCP-1601 SLT 3 #12 >> GRI-1602 2 #14 » TSH MWH 2 #12 >>77 - � _ E-14 1" 3. 1 W-2 1 #10 -2 FR: V P-1801. P-W5 PVC 40 TO: J-BOX 3 #10 » VCP-1601 _ �J - P-605 -14 2 3 #10 HW-2 1 #10 XH W-2 13 X E-3 PV_ C_40 TO: MH-1 SLT 3 #10 >> VCP-1801 P-602 P-700 E-3 PVC_40 3" 3 500 HHW-2 1 #310 XHHW-2 FR: MCC-1600 E-11 PCs TO: TR-1600A 3 500 >> MCC-1600 y 0 P-701FE PVC 40 3" 3 500 XHHW-2 1 #3/0 HW-2 FR: MCC 1600 PCS TO: TR-1600A 3 500 » MCC-1600 ay - W , ::- 3 yP-702PVC_40 3' 3 500 XHHW-2 1 #310 XHHW-2 FR: MCC-1600 PCs TO: TR-1600A 3 5o0 >> MCC-16W . �. ...1 '.,C,. - P-703 E-3 PVC_40 3' 3 500 XHHW-2 #310 XHHW-2 �---.._ FR: E-11 PCS TO: TR-1600A 3 500 >> MCC-16M rm- _ , , r. , (, December 2010 - FINAL 16990-23 f c:kpw Mrkinglprojectwisekkanglekdms90674MLubbock Digester No. 8 9 Conduit Schedule V9.2.)dsm 8151A.10 CONDUIT SCHEDULE 1126f1I SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND CONNECTING NUMBER DWG TYPE SIZE # SIZE TYPE # SIZE TYPE DESCRIPTION SEGMENTS -'r7-04 —E3 `PV4 —3-3 5-00 —XrHW'-2 —1 72W -XW—W2 FR: MCC-16w E-1 1 PCs TO: TR-1600B 3 500 » MCC-1600 I . - 'M7 -77- 7777 77' 7777-7771'14 PVG-4U Soo 1 #310 XHHW-2 FIR: MCC'1600 E-11 PCs TO: TR-16MB 3 500 >> MCC-1600 P-706 E-3 3*' 500 XHHW-2 1 #31 0 XHHW-2 FR: MCC -low E-11 PCs To. TR-1600B 3 500 » MCC-1600 175 7 M P-707 -T- Pvc_4o 3" 3 � #310 AMMW-2 FR: MCC-1500 E-11 PCs TO: TR-1600B 3 SW » MCC -low 777777777�=' - 7 P.m 0.76- T #10 XHHW-2 1 #12 XHHW-2 m: PMP-101 CABLE J-BOX TO: PULL BOX 3 #10 >> PMP-701 �XH -!- -m -- -�� k 0--*.1�i - 'n t P-777 0.75 #10 1 #12 XHHW -2 PMP -702 CABLE J-5QX TO: PULL BOX 3 #10 >> PMP-702 778 PCs 2"XMHW-2 3 #10 X 4 1 #12 XfiHW-2 FR. PULL 50A IWOO PVC-40 TQ EX. EHH-006 3 #10 » PMP-701 EXISTING CONDUIT& NEW CABLE - 777777 7777 e 7 Z P-779 E-4 21 3 0ir ' XHHVV-2 1 #12 XHHW2 FR: PULL Box P-781 PVC-40 TO: EX. EHH-008 3. #10 >> PMP-702 EXISTING CONDUIT & NEW CABLE =RE LOW 412 �X"" WOW 77 77777,77 77=77777 777,17 P-760 -2- —3 #10 #12' X FR: k:EH E-4 PCs TO: EX. MCC-500 3 #10 ;> PMP-701 P-776 GRC EXISTING CONDUIT & NEW CABLE P-781 *tro 2"�3 —#10 #12 XHHW-2 FIR: EX. EHH-OW E-4 PCs TO; EX MCC-5W 3 #10 >> PMP-702 P-779 GRC EXISTING CONDUIT & NEW CABLE E-1 PVL�_:M 3 #2 XHHVV-2 1 #8 XHHW-2 F EA. Ftlm-uuts E-4 PCs TO: EX MCC-500 VIA EXISTING PULL BOX GRC 3 #2 » VCP-710 P-784 EXISTING CONDUIT & NEW CABLE 2" 3 #2 XKH #B XHHW-2 FR: VCP-710 P-702 E-1 TO: EX, EHH-OW 3 #2 >> VCP-710 "99= 77-77"T r7-86 1. 3 #8 XHHW-2 1 #10 XHHW-2 FR: BLO-710 PVC-40 2 #12 XHHW-2 TO: VCP-710 SLT 2 #14 XHHW-2 3 08 >> BLO-701 2 #12 >> MVM 2 #14 >> TSH 7— P-757 F-23 PCs 1. 3 #8 HH 1 #10 AHHW-2 FR: BLO-711 PVC 40 2 #12 XHHW-2 TO, VCP-710 SLT 2 #14 XHHW-2 3 #8 » BLO-711 SLT 2 #12 » MWH SLT 2 #14 » TSH P-788 E-23 POS 0.75" 3 #12 XHH'2 PUMP &710� PVC-40 TO: VCP-710 SLT 3 #12 » PMP-712 =7'-= P-8W GRC 11' XHHW-; #8 Z90-2 R.DP-1601 TO: MCC-16W 3 #2 >> DP-1601 K P 801 2" 2 250 XHHW.2 #4 XHHW-ZIT FR:TR-1601 SLT 0. MCC-16M 2 250 >> TR-1601 PRIMARY LW TTM7 a, gn- 0.76" 2 21C-#16S 9342 1 HW-2 FR: V'CP-2350 5.010 TO: CONDUIT TEE 2 2(C-#161S » VCP-2350 Er� . . . . . . . . . . . . - 114 IL�Z T S-OW E-20 PCs 0.76'1 2 2AC-416S 9342 1 #14 FIR: WP-2380 "10 I 1 1 1 1 I)GiHW-2 To. CONDUIT TEE 2 2C4168 >> VCP-230D December 2010 - FINAL 16990-24 8151A.10 c:\pw_viorkingXprojectvAse\kangle\dmsgGB74\Lubbock Digester No. 8 9 Conduit Schedule V9.2.xism CONDUIT SCHEDULE 1126111 SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND NUMBER DWG TYPE SIZE # SIZE TYPE # SIZE TYPE DESCRIPTION CONNECTING SEGMENTS 10 E-20 PCs 1" 4 2/C-#16S 9342 1 #14 XHHW-2 FR: CONDUIT TEE -012 TO: J-BOX 2 2/C-018S » VCP-2350 S-007 2 2/C416S » VCP-2360 S-008 S-012 E-20 PCs 2" 4 2/ 16S 1 #14 XHHW-2 FR: J- 14 EXISTING E-3 PVC 40 TO: EXISTING MANHOLE 2 2/C418S » VCP-2350 S-010 2 2/C4168 » VCP-2360 S-010 EXISTING CONDUIT & NEW CABLE 014 -3 _40 2" 4ei- #14 XHHW- R: EXISTING MANHOLE EXISTING PCs TO: EXISTING RTU-2 2 2/C-#16S » VCP-2350 S-012 - 2 2/C-010S » VCP-2360 S-012 NEW & EX. CONDUIT & NEW CABLE 8-201 PUS 0.75" 2 2/C41 1 #14 XHHW-2 FR: EAM-1880 5203 SLT TO: CONDUIT TEE 2 2IC416S » EAM-16M ,. ..s ✓. .' -h £'K '- - - _,....._ -._. S 02 0.75" 18 H EAM-1890 203 SLT TO: CONDUIT TEE 2 2/C416S » EAM-1690 a _ 8-203 S 1 #14 H -2 F . (XMIA 'IT TEE 209 TO: J-BOX . 2 2/C-018S » EAM-1680 S-201 2 2/C-018S » EAM-1690 S-202 wc 2 2/C-#1 9342 1 #14 XHH -2 EAM-1649 209 SLT TO: J-BOX 2 2/C-#16S , » EAM-1649 - 2 2fC-#16S 1 #14 XHHW-2 FR: EAM-1619 2- SLT TO: J-BOX 2 2/C-#16S » EAM-1619 1.5" 8 2/ 1 #14 HH -2 R: J BO 2 TO: CONDUIT TEE - 2 2/C-#16S » EAM-1680 S-203 2 2/C-#16S >> EAM-1690 S-203 2 2/C-#16S » EAM-1649 S-207 2 2/C-#16S » EAM-1619 S-208 0.75' 1 3!C-#1 3091A 1 #14 XHHW-2 FR: TE-1545 SLT TO: TIT-1648 1 3/C-#16S » TE-1846 1'. ........ 1 ,7-7�.w ..............„..�.Si �S e� . '. q�S' .4� .. �:a. �a .:?�,.... i �.r i.... �"v'.,3� '"'Yq';° � b ,e�*_._'.m _.a.....�: 221 1 3/C-#1 1 #14 XHHW-2 FR: TE-1818 SLT TO: TIT-1616 1 3/C-#16S » TE-1616 - t W.8-222 7, E, 0.75" 1 R 1 #14 XHHW-2 SLT TO: FIT-1685 1 MFR » FE-1685 r> v S-223 0.75" 1 3/C191 714 XHHW- R: TE-164i SLT TO: TIT-1649 1 304168 » TE-1649 22 . 5" 1 3091A 1 #14 XHHW-2 FR: 1 1 SILT TO: TIT-1619 1 3/C-#18S » TE-1619 ._._ ._...., ;...,7. -� _ _x 0.75' 1 3/C-#16S 3091A #14 XHHW-2 FR:y4' SLT TO: TIT-1647 1 3/C-#168 >> TE-1647 LW a*0.75" �iw 14L#14 77 228 1 3/ 16S XHHW-2 FR: T -161 SLT TO: TIT-1617 1 3/C-#16S » TE-1617 1 #14 XHHW-2 FR: TF-1550- SLT TO: TIT-1650 1 3/C-#16S » TE-16W FR: -1620 5226 -PCs .7 1 #14 XHHW-2 SLT TO: TIT-1620 1 3/C4168 » TE-16W ir December 2010 - FINAL 16990-25 8151A.10 c:\pw Workingtprojectwise\kangleldms9G674tLubbock Digester No. 8 9 Conduit Schedule V9.2.XIsm CONDUIT SCHEDULE 1126f11 SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND NUMBER DWG TYPE SIZE # SIZE TYPE # SIZE TYPE DESCRIPTION CONNECTING SEGMENTS s-229 E-12 0.75" 1 MFIT ABLE #1 XH W-2 FR:FE-1684 SLT TO: FIT-1684 1 MFR » FE-1684 _ _._. _..: ,.r .. ..... E-12 PCs 0. 1 2/ 1 1 914 X - FR: TIT-1646 32 SLT TO: CONDUIT TEE 1 2/C-#16S >> TIT-160 231 -12 .75' 1 2/C-#16S 9M #14 XHHW-2 FR: 01T-1685 S-232 SLT TO: CONDUIT TEE 1 2/C-#16S » FIT-1685 77 S-232 E-12 PCS 0.75' 2 ZIC418 9342 1 #14 XHHW-2 FR: CONDUIT TEE S-234 TO: CONDUIT TEE 1 2/G#16S » TIT-1646 S-230 1 2/C#16S » FIT-1685 S-231 _ GTIT-to- N � 233 E-12 0,75" 1 1 XH -2 FR: S-234 SLT TO: CONDUIT TEE 1 2/0416S » TIT-1649 .:, , -12 PCs 1" 3 2/C-#16S 9342 4 XHHW-2 FR: S-236 TO: CONDUIT TEE 1 2/C4168 » TIT-1646 S-232 1 2/C416S >> FIT-1685 S-232 1 2/C#18S » TIT-1649 S-233 235 E-12 PCs 0.75" 1 Ecrit 2 1 914 XHKW-2 FR: TIT-1647 S-236 SLT TO: CONDUITTEE 1 2/C•#16S >> TIT-1647 ZM S-236 E-12 1" 4 2/C#18S 9342 #14 XHHW-2 FR: CONDUIT TEE 8-238 TO: CONDUIT TEE 1 2/C#16S » TIT-1848 S-234 1 2/C-#16S » FIT-1685 S-234 1 2/C-#16S » TIT-1649 S-234 1 2/C-#16S » TIT-1647 S-235 S-237 E-12 5" 1 2/C #16S 9342 1 #14 XHHW-2 FR: TIT-1650 S-238 SLT TO: CONDUIT TEE 1 2/C#16S >> TIT 1650 S-238 E-12 PCs 1.5" 5 2/G#16S 9342 1 #14 XHHW-2 FR: CONDUITTEE S-253��n TO: CONDUIT TEE 1 2/C#16S » TITAW S-236 1 2/C-#18S >>FIT-1885 S-236 1 2/C#16S >> TIT-1649 S-238 1 2/C-#16S >> TIT-1647 S-236 1 2/C-#16S >> TIT-1650 S-237 S-240 - 1 2/ 1 9342 1 #14 XHHW-2 FR: TI -1616 275M SLT TO: J-BOX 1 2/C#16S >> TIT-1616 S-241 - 1 2/ 16S 8 1 XHHW-2 FR: TIT-1619 242 SLT TO: CONDUIT TEE 1 2/C#168 >> TIT-1619 _ �= W6 W#14 14L4 Ed, g7 42 1 1. XHHW-2 FR: CONDUIT TEE S-244 6 2/G#16S 9342 TO: J-BOX 1 2/C#16S » TIT-1819 S-241 1 2!C-#16S » TIT.1818 S-275 1 2/C#16S » AIT1697 S-275 2 #14 » AIT1597 24VDC POWER S-275 1 2/C-#16S » AIT1696 S-275 2 #14 » AIT169624VCDPOWER S-275 1 2/C-#16S » TIT-1877 S-249 1 2/C#16S » AIT-1695 S-276 2 #14 » AIT-169524VDC POWER S-276 .--. . —' FIR nls..:v _-...� .EV�;a4..,,. d':�• 43..•+< :: - ::-°a < ; 1=, .wn,. ... .>::, ,., .. �r ,,::nit u_..... �- - S-243 "1 0.75" 1 2(C-#16S 9342 FR: TIT-1617 U-244 SLT TO: CONDUIT TEE 1 2/C#16S >> TIT-1617 __...�.�....�.. :.y:;:� � �, .I , .. „ z ,a «.:ra.. ._,5r..'!.• :.; R'. ._y.. 'b k^'s _ "�' -,'- ��ris December 2010 - FINAL 16990-26 8151A.10 c:\p\k._\Norking\.projeetwisekkangle\dms9O674\lubbock Digester No. 8 9 Conduit Schedule V9.2.xism CONDUIT SCHEDULE 11E6H1 SEWRP DIGESTERS S AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND DESCRIPTION CONNECTING NUMBER DWG TYPE SIZE # SIZE TYPE # SIZE TYPE SEGMENTS 244 -12 PC 1.5" 6 #14 XHHW-2 1 #14 XHHW-2 FR: CONDUITTEE 8-246 7 2/0416S 9342 TO: CONDUIT TEE 1 2/C-#16S » TIT-1619 S-242 1 2/0416S >> TIT-1616 S-242 1 2/C-#16S » AIT1697 S-242 2 #14 » AIT169724VDCPOWER S-242 1 2/C-#16S » AIT1696 S-242 2 #14 » AIT1696 24VCD POWER S-242 1 2/C-#16S >> TIT-1677 S-242 1 2/Ca#16S » AIT--1695 S-242 2 #14 » AIT 1695 24VDC POWER S-242 1 2/C-#16S >> TIT-1617 S-243 ..- .21C-#16S =._ "� - _ .;, �a E-12 0.75" 1 9342 1 #14 X W- FR TIT- 820 2 SLT TO. CONDUIT TEE 1 2/C-#16S » TIT-1620 248 E•1-Ott 1.5" 8 #14 XHHW-2 1 #14 XHHW-2 FR: CONDUIT TEE S251 8 2/Ca#16S 9342 TO: CONDUIT TEE 1 2/Ca#16S >> TIT-1619 S-244 1 2/Ca#18S >> TIT-1616 S-244 1 2/Ca#16S >> AIT1897 S-244 2 #14 >> AIT169724VDCPOWER S-244 1 2/Ca#16S >> AIT1696 S-244 2 #14 >> AIT169624VCD POWER S-244 1 2/Ca#16S >> TIT-1677 S-244 1 2/Ca#16S >> AIT-1695 S-244 2 #14 » AIT-1695 24VDC POWER S-244 1 2/C-#18S >> TIT-1617 S-244 1 2/C-#18S » TIT-1620 S-245 S-248 -1 0.75" 1 MFR CABLE 1 #14 XHHW2 FR: TE1677 TO: TIT-1677 1 MFR >> TITITE1677 n v� - -1 Y * x S-249 E- 2 PCs 0.75" 2/C-#16S 9342 1 #14 XHHW-2 FR: TIT 1677 S•242 TO: J-BOX 1 2/C-#16S >> TIT-1677 7 i S-250 E-12 PCs 0.75" 1 2/C #18S 9342 1 #14 XHHW-2 FR: FIT-1664 257 SILT TO CONDUIT TEE 1 2/ 16 >> FIT 1684 _ ry _.6 S2 1 12 PC3 2" # 4 XHHW-2 1 #14 XHHW_-2 FR: CONDUITTEE S•252 11 2/C-#18S 9342 TO. CONDUIT TEE 1 2/C-#16S >> TIT-1619 S-246 1 2/CaN6S » TIT-1616 S-246 1 2/C416S >> AIT1697 S-246 2 #14 >> AIT109724VDCPOWER S-246 1 2/C-#16S >> AIT1696 S-246 2 #14 >> AIT1698 24VCD POWER S-246 1 2/Ca#18S » TIT-1677 S-246 1 2/C-#16S » AIT-1695 S-246 2 #14 » AIT-1695 24VDC POWER S-246 1 2/C-#16S » TIT-1617 S-246 1 2/Ca#16S » TIT-1620 S-246 1 2/Ca#16S >> FIT-1684 S-267 1 2/C-#16S >> AIT-1698 S-267 1 2/C-#16S » AIT-1699 S-267 252 E-12 PCS 2.5" 6 #14 XHHW-2 1 #14 XHHW-2 FR. CONDUIT TEE S-253 19 2/C #16S 9342 TO: CONDUIT TEE 2 2/C-#16S » EAM-1680 S-209 2 2/C-#16S >> EAM-1890 S-209 2 2/Ca#16S » EAM-1649 S-209 2 2/C-#16S » EAM-1619 S-209 1 2/C-#16S >> TIT-1619 S-251 1 2/C-#16S >> TIT-1616 S-251 1 2/C-#188 » AIT1097 S-251 2 #14 >> AIT109724VDC POWER S-251 1 2/C-#188 » AIT1696 S-251 2 #14 > AIT169624VCD POWER S-251 1 2/C-#16S » TIT-1677 S-251 1 2/C-#16S » AIT-1695 S-251 2 #14 » AIT-169524VDC POWER S-251 1 2/C-#16S >> TIT-1617 S-251 1 2/C-#16S » TIT-1620 S-251 1 2/C-#16S >> FIT-1684 S-251 1 2/C-#16S » AIT-1698 S-251 1 2/C416S >> AIT-1899 S-251 December 2010 - FINAL 16990-27 8151A.10 c:\pw Working\projectAse\kangle\dms90674\Lubbock Digester No. 8 9 Conduit Schedule V9.2.XIsm CONDUIT SCHEDULE 1126111 SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND NUMBER DWG TYPE SIZE # SIZE TYPE # SIZE TYPE DESCRIPTION CONNECTING SEGMENTS 25 1 PCS 3 6 #14 7HHW-2 1 #14 XHHW-2 FR: CONDUIT TEE S-260 24 2/C-#16S 9342 TO: PULL BOX 1 2/C-#16S » TIT-1646 S-238 1 2/C-#16S >> FIT-1685 S-238 1 2/C-#16S » TIT-1649 S-238 1 2/C-#18S » TIT-1647 5.238 1 2/C-#1SS » TIT-1650 S-238 2 2/C-#16S » EAM-1600 S-252 2 2/C-#16S > EAM-1690 S-252 2 2/C-#16S >> EAM-1649 S-252 2 2/C-#16S » EAM-1619 S-252 1 2/C-#16S » TIT-1619 S-252 1 2/C-#16S >> TIT-1616 S-252 1 2/C-#16S >> AIT1697 S-252 2 #14 >> AIT1697 24VDC POWER S-252 1 2/C-#16S >> AIT1696 S-252 2 #14 >> AIT1696 24VCD POWER S-252 1 2/C-#16S >> TIT-1677 S-252 1 2/C-#16S » AIT-1695 S-252 2 #14 >> AIT-1695 24VDC POWER S-252 1 2/C-#16S >> TIT-1617 S-252 1 2/C-#16S >> TIT-1620 S-252 1 2/C-#16S >> FIT-1684 S-252 1 2/C-#16S >> AIT-1698 S-252 1 2/C-#16S >> AIT-1699 S-252 .-260 ..F.12.: .PCs 2.5°: 6 #+_< 14 XHHW-2 1 #14 X HW H-2 FR: PULLB X 2 E-3 PVC_40 24 2/C-#16S 9342 TO: MH-1 1 2/C-#16S >> TIT-1646 S-253 1 2/C-#16S >> FIT-1685 S-253 - 1 2/C-#16S >> TIT-1649 S-253 1 2/C-#16S >> TIT-1647 S-253 1 2/C-#16S >> TIT-16M S-253 2 2/C-#16S >> EAM-1680 S-253 2 2/C-#16S >> EAM-1690 S-253 2 2/C-#16S >> EAM-1649 S-253 2 2/C-#16S >> EAM-1619 S-253 1 2/C-016S >> TIT-1619 S-253 1 2/C-#16S >> TIT-1616 S-253 1 2/C-#16S » AIT1697 S-253 2 #14 >> AIT1697 24VDC POWER S-253 1 2/C-#16S » AIT1698 S-253 2 #14 >> AIT1698 24VCD POWER S-253 1 2/C-#16S >> TIT-1677 S-253 1 2/C-#16S >> AIT-1695 S-253 2 #14 >> AIT-1695 24VDC POWER S-253 1 2/C-#16S >> TIT-1617 S-253 1 2/C-#16S >> TIT-1620 S-253 1 2/C-#16S » FIT-1684 S-253 1 2/C-#16S >> AIT-1698 S-253 1 2/C-#16S >> AIT-1699 S-253 S-2 1 -12 PCs 2.5" 6 #14 -2 1 #14 XH W-2 FR: PULL BOX 2 E-3 PVC_40 24 2/C-#16S 9342 TO: MH-1 1 2/C-#16S >> TIT-1646 S-253 1 2/C-#16S » FIT-1685 S-253 1 2/C-#16S » TIT-1649 S-253 - 1 2/C-#16S >> TIT-1647 S-253 1 2/C-#16S » TIT-1650 S-253 2 2/C-#16S >> EAM-1680 S-253 2 2/C-#16S >> EAM-1690 S-253 2 2/C-#16S >> EAM-1649 S-253 2 2/C-#16S » EAM-1619 S-253 1 2/C-#16S >> TIT-1619 S-253 1 2/C-#16S >> TIT-1616 S-253 1 2/C-#16S >> AIT1697 S-253 2 014 >> AIT1697 24VDC POWER S-253 1 2/C-#16S >> AIT1696 S-253 2 #14 >> AIT169624VCD POWER S-253 1 2/C-#16S >> TIT-1677 S-253 1 2/C-#16S >> AIT-1695 S-253 2 #14 >> AIT-1695 24VDC POWER S-253 1 2/C-#16S >> TIT-1617 S-253 1 2/C-#16S >> TIT-1620 S-253 1 2/C-#16S >> FIT-1684 S-253 1 2/C-#16S >> AIT-1698 S-253 1 2/C-#16S >> AIT-1699 S-253 December 2010 - FINAL 16990-28 c:1pw working projectwiseXkangle\dms90874\Lubbock Digester No. 8 9 Conduit Schedule V9.2.x1sm 8151A.10 CONDUIT SCHEDULE 1126111 SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND NUMBER DWG SIZE # SIZE TYPE # SIZE TYPE DESCRIPTION CONNECTING SEGMENTS 264 E-120.75" 2 #14 XHHW-2 1 #14 XHHW-2 FR: AIT-1899 S-26 MPCS 1 2IC-#16S 9342 TO: CONDUIT TEE 1 2IC-#16S » AIT-1699 2 #14 >> AIT-169924VDCPOWER S E-12 0.75" 2 #14 7HHW-2 1 #14 XHHW-2 FR. AIT-1698 5-267 SLT 1 2IC-#16S 9342 TO: CONDUIT TEE 1 2IC-#16S » AIT-1698 2 #14 » AIT-1698 24VDC POWER J �e 267 E-12 S 1 3 2/C4116S 9342 1 #14 XHHW-2 FR: CONDUIT TEE S 251 TO: CONDUIT TEE 1 2IC-#16S >> FIT-1684 S-250 1 2IC-#16S >> AIT-1698 S-265 1 2IC-#1SS >> AIT-1698 S-264 S-270 E-12 PCS 0.75" 2 210416SP9342 1 #14 XHHW-2 FR: CONDUIT TEE TO: CONDUIT TEE 1 2/C416S » AIT-1698 S-287 1 2/C416S » AIT-1699 S-287 S-271 E-12 PCs 0.75" 2 #14 1 #14 XHHW-2 FR: AIT1697 5.273 1 2IC-#16S - TO: CONDUIT TEE - 1 2IC-#16S » A1T1697 2 #14 >> AIT169724VDC POWER _ _ S-272 -12 PCs 0.75" 2 #14 XHH -2 1 #14 XHHW-2 FR: Ai 1 98 273 1 2IC-#16S 9342 TO: CONDUIT TEE 1 2IC-#16S >> AIT1696 2 #14 » AIT169624VCD POWER 7 7 - 273 E-12 PCs 0.75" 4 #14 XHHW-2 1 #14 XHH -2 FR: CONDUIT TEE s-275 2 2IC-#16S 9342 TO: J-BOX 1 2IC-#16S » AIT1697 S-271 2 #14 >> AIT169724VDC POWER S-271 1 2IC-#16S >> AIT1896 S-272 2 #14 » AIT1696 24VCD POWER S-272 S-276 E-12 PCs 1.5" 6 #14 XHHW-2 1 #14 XHHW-2 FR: J-BOX 5.242 4 2/C-#16S 9342 TO: J-BOX 1 2/C-#16S >> TIT-1816 S-240 1 2/C-#16S >> AIT1697 S-273 2 #14 » AIT169724VDC POWER S-273 1 2/C-#16S >> AIT1696 S-273 2 #14 » AIT169624VCD POWER S273 1 2/C-#16S » AIT-1695 S-278 2 #14 >> AIT-169524VDC POWER S-276 '~5-278-- tt2 E-12 0.75" #14r XHHW-2 1 #14 X W-2 AT-1 - S242 1 2/C-#16S 9342 TO: J-BOX 1 2/C-#16S » AIT-1895 2 #14 » AIT-1695 24VDC POWER S 280 E-4 PCS 2.5" 8 #14 XHHW-2 1 #14 XHHW-2 FR: MH-1 E-11 PVC_40 24 2/C-#16S 9342 TO: RTU-13 1 2/C-#16S >> TIT-1646 S-260 1 2/C-#16S >> FIT-1685 S-260 1 2/C-#16S » TIT-1649 S-260 1 2/C-#16S >> TIT-1647 S-260 1 2/C-#16S » TIT-1650 S-260 2 2/C-#16S » EAM-1680 S-260 2 2/C-#16S » EAM-1690 S-260 2 2/C-#16S » EAM-1649 S-260 2 2/C-#16S » EAM-1619 S-260 1 2/C-#16S » TIT-1619 S-260 1 2/C-#16S >> TIT-1816 S-260 1 2/C-#16S » AIT1697 S-260 2 #14 >> AIT169724VDC POWER S-260 1 2/C-#16S >> AIT1696 S-260 2 #14 » AIT169624VCD POWER S-260 1 2/C-#16S » TIT-1677 S-260 1 2/C-#16S » AIT-1695 S-260 2 #14 >> AIT-169524VDC POWER S-260 1 2/C-#16S » TIT-1617 S-260 1 2/C-#16S » TIT-1620 S-260 1 2/C-#16S >> FIT-1684 S-260 1 2/C-#16S >> AIT-1698 S-260 1 2/C-#16S >> AIT-1699 S-260 December 2010 - FINAL 16990-29 8151A.10 ( c:Xpw workingXprojectwisetkangieldms90874\Lubbock Digester No. 8 9 Conduit Schedule V9.2.xlsm L _I CONDUIT SCHEDULE SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND NUMBER DWG TYPE SIZE # SIZE TYPE # SIZE TYPE DESCRIPTION CONNECTING SEGMENTS 281 E-4 PCS 3" 8 #14 XHHW-2 1 714 XHHW-2 FR: MH-1 E-11 PVC_40 28 2/C-#16S 9342 TO: RTU-13 1 2/C-#16S » TIT-1646 S-261 1 2/C•#16S » FIT-1685 S-261 1 2/C-#16S » TIT-1849 S-261 1 2/C-#16S TIT-1647 S-261 1 2/C-#16S » TIT-1650 S-261 2 2/C-#16S » EAM-1680 S-261 2 2/C-#16S » EAM-1690 S-261 2 2/C-#16S » EAM-1849 5-281 2 2/C416S » EAM-1619 S-261 1 2/C-#16S » TIT-1619 S-261 1 2/C-#16S » TIT-1616 S-261 1 2/C-#16S » AIT1697 S-261 2 #14 » AIT169724VDCPOWER S-261 1 2/C-#16S » AIT1696 S-261 2 #14 » AIT169624VCD POWER S-261 1 2/C-#16S » TIT-1677 S-261 1 2/C-#16S » AIT-1695 S-261 2 #14 » AIT-169524VDC POWER S-261 1 2/C-#18S » TIT-1817 S-261 1 2/C-#16S » TIT-1620 S-261 1 2/C-#16S » FIT-1684 S-261 1 2/C-#16S » A1T-169B S-261 1 2/C-#16S » AIT-1699 S-261 1 2/C-#16S » FIT/FE-1614 S-400 1 2/C-#18S » FIT/FE-1544 S-410 1 2/C-#16S >> FIT-1603 1 2/Ci#16S » FIT-1604 #1 E-15 Y 1 1 4 XHHW-2 FR: FIT/FE-1614 251 E-3 PVC_40 TO: MH-1 E-17 EFLX 1 2!C4n8S >> FIT/FE-1614 E-4 410 E-18 2" 1 2/ 4 XHHW- FR: IT/FE-1644 2 1 E-4 PVC 40 TO: MH-1 1 2IC416S >> FIT/FE-1644 .. , E- MrR CABLE 1 #14 XHHW-2 FR: FE-1503 PVC 40 TO: FIT-1803 SLT 1 MFR >> FE-1603 1 4 FUS1 FR 14 HW-2 FR: FE-1804 PVC 40 O: FIT-16D4 SLT 1 MFR » FE 1604 �1� ^1�, ,IT-1603 - _ .75" 1• #14 HH •2 FR: PVC_40 TO: J-BOX SLT 1 VC 16S » FIT-1603 8-603 .75" 1 2/C-#1 #14 I -1 5 PVC-40 TO: J-BOX SLT 1 21C-#10S » FIT•1604 S 805 2 2/C-#1atr- #14 XHHW -2 J- E-3 PVC_40 TO: MH-1 SLT 1 2IC416S >> FIT-1603 S-602 1 2/C-#16S >> FIT-1604 S-603 S E-23 PCS 0.75" 1 2IC-#16S 1 #14 XHHW-2 FR: - 01 55 SLT TO- J-BOX 1 2/C-#16S » FIT-701 _ _ y 7 1 0.76' 1 18S 1 #14 XHHW-2 FW.� FE-702 55 SLT TO, FIT-702 1 2C418S >> FIT-702 t ._.UeL. SAk A S-755 3 2/ 18 #14 XHHW-2 FR: -BOX 789 TO: PULL BOX 1 2/C-#18S >> FIT-701 S-750 1 2/C-#16S >> LIT-701 S-761 1 2/C-#16S » FIT-702 S-751 s}d, .: . Fis3S..- ' ;.: a`::u' ... .. a:-_ .. s . . ,.:., .,... >;. s • .1 ,..: .t•:77 S-761 1 2/C-#16S 9342 1 #14 XHHW 2 FR: UT-701 5-755 1 TO: J-BOX 1 2/C-#16S » LIT-701 December 2010 - FINAL 16990-30 8151A.10 c:\pw working\projectMse\kangle\dms90674\Lubbock Digester No. 8 9 Conduit Schedule V9.2.XIsm CONDUIT SCHEDULE SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND CONNECTING NUMBER DWG TYPE SIZE # SIZE TYPE # SIZE . TYPE DESCRIPTION SEGMENTS 789 723 3 21C-#16S 9342 1 #14 XHHW-2 FR: J-BOX 780 EXISTING PVC_40 TO: EX. EHH-006 1 2/C-#16S » FIT-701 S-755 1 2/C-#16S » LIT-701 S-755 1 2/C-#16S » FIT-702 S-755 EXISTING CONDUIT & NEW CABLE 5770 E-23PCs 0.75' 1 3/C-#18S 30011A 1 #14 XHHW-2 FR: LCP-701 776 TO: PULL BOX 1 3IC-#16S » LCP-701 af14, SO fip0. ' 1 311 1 #14 XHHW-2 FR: L P-702 776 TO: PULL BOX 1 31C-#18S » LCP-702 77, , r_ _ _ w 5778 3" 2 31C-#18S 1 1 #14 XHHW-2 FR: PULl80X 5781 TO: EX. EHH-006 1 3/C-#18S » LCP-701 S-770 1 3/C-#16S » LCP-702 S-771 EXISTING CONDUIT & NEW CABLE . "r,Ma�t t . ...'7 .: S-777 R 1" 4 2/C #1 1 #14 XHHW-2 FR: EX. MCC-500 TO: EX. RTU-8 2 2/C. #18S » PMP-701 2 2/C-#168» PMP-702 _ _ :a. 7 PVC_40 3" 3 iff1 714 XHHW- GRC TO: EX. RTU-8 PCs 1 2/C-#16S » FIT-701 S-769 1 2/C416S » FIT-702 S-769 1 2/C-016S » UT-701 S-769 EXISTING CONDUIT & NEW CABLE 5781 40 0.75" 2 3/C #18S 1A 1 #14 XHHW-2 FR: EX. EHH-006 TO: EX. MM500 1 3/C418S » LCP-701 S-776 1 3/C418S » LCP-702 S-776 EXISTING CONDUIT & NEW CABLE ;- _._...^. r41a .. `_�.�..:t: -.. ..... ...... _. '-.. _, . .. .. �. .. a s.. r. ""'"'___: ._,-._..., ,, ..:: :. ..r r. .,,.rr.,w o .;___ ...:. .. 3_. ... i ,kd'. U„ X-150 E-1 2" 1 PULL FR: FLARE AREA E-3 PVC_40 TO: MH-1 1 PULL » SPARE X 281 E-12 PCs 2" 1 PULL FR: PULI BOX E-3 PVG 40 TO: MH-1 1 PULL » SPARE Y=-X-262 - ri - - - E-12 PCs 2" 1 PULL�H FR: PULL BOX E-3 PVC_40 TO: MH-1 1 PULL » SPARE X-505 -14 PCs 2" 1 PULL R FR: 5LUUGF FEED CONTROL PAD E-3 PVC_40 TO: MH-1 1 PULL » SPARE .:. , -, r..,.:;, N ' `.tie" X-551 PCS 2" 1 PULL FR: PULL BOX E-1 PVC_40 TO: MH-1 1 PULL » SPARE X-553 E-17 Z. 1 PULL R FR: PUMP MIX AREA E-3 PVC_40 TO: MH-1 1 PULL » SPARE _ X-554 PGS 2" 1 PULL ROPE FR: PUMPMIXAREAY E-3 PVC_40 TO: MH-1 1 PULL » SPARE 556 E-17 PCS 2" 1 PULL ROPE FR: PUMPMIXAREA E-3 PVC_40 O: MH-1 1 PULL » SPARE _ 7h'X':. X 602 4 PVC 40 2" 1 PULL FR: MH-1 PCs TO: MCC-1600 ELECTRICAL BUILDING 1 PULL » SPARE . �.. zk tjj,.. X-803 40 2" 1 PULL FR: MH-1 PCs TO: MCC-16D0 ELECTRICAL BUILDING 1 PULL » SPARE X 40 2" 1 PULI ROPE FR: MH-1 PCs TO: MCC-16W ELECTRICAL BUILDING 1 PULL » SPARE December 2010 - FINAL 16990-31 8151A.10 c:Xpw working\projectWlseXkangleWms90874NLubbock Digester No. 8 9 Conduit Schedule V9.2.XIsm l__I CONDUIT SCHEDULE SEWRP DIGESTERS 8 AND 9 IMPROVEMENTS LUBBOCK, TX CONDUIT CONDUCTORS GROUND CONNECTING NUMBER DWG TYPE SIZE # SIZE TYPE 9 SIZE TYPE DESCRIPTION I SEGMENTS X-605 E-4 PVC.-40 Y 1 _7 P =LL -70—PE FR: MH-1 PGS TO: MCC-1600 ELECTRICAL BUILDING I PULL » SPARE -Ae X_M I PULL ROPE FR: MH-1 PCs TO., MCC-1600 ELECTRICAL BUILDING I PULL >> SPARE 77 '06W 11 e- 40 2- 1 PULL L FR: MH-1 E-11 PCs TO: LP-1601 I PULL SPARE 'Offi- 7777 X-M E-4 PVC-A--O T I PULLROPE FR: MHA E-11 PCs TO: RTU-13 1 PULL SPARE - - ---------- FR: MHA E-11 PCs TO: RTU-13 I PULL » SPARE 51 X-61PVC-40 2" 1 PULL ROPE FR: MHA E-11 PCs TO: RTU-13 1 PULL >> SPARE 72612 KUM; FR: MK-1 E-1 I PCs TO: DP-10011 I PULL » SPARE X_61 3 M-40 2- 1, PULL ROM E-11 PCs TO: DFL1601 I PULL » SPARE 7 -7- 7. T7 I END OF CONDUIT SCHEDULE I December 201 - FINAL 16990-32 c:\pw_Working\projectvAse\kangle\dmsGO674\Lubbor-k Digester No. 8 9 Conduit Schedule V9.2.yjsm 8151A.10 LL 1 �i I 1 1 I 1 1 I 1 I (1 I 1 1 I I _s I 1, ILE TAG. NO. AREA PURPOSE SLUDGE FEED SLUDGE FEED PSD FEED OIGESTERMUONG iWASFEED DIGESTER MOONG PSDL=EED TYPE SIZE ELECTRIC ACTUATOR GRM501 GRM602 PLUG W EDR-1633 PMP-1841 PLUG 8' EDR-1834 PMP-1642 PLUG . w EDR-lW3 PMP-1612 DIGESTERMDONG TWASFEED DIGESTER MDONG =RECONTROL DIGESTERMDING i7URECONTROL DIGESTERMDONG TIRECONTROL PLUG w EDR-1604 PMP-1611 CONTROL 4• EAM-1680, PMP-IWS CONTROL c EAM-1690 PMP-1607 CONTROL w EAM-1819 PMP-1674 DIGESTER CONTROTURE CONTROL r3-WAYCONTROL w EAM-1649 PMP-1676 DIGESTERCONTROHLORIDEFEED DIGESTERCONTROHLORIDEFEED 1'EDR-2350 PMP-1682 1' EDR-2360 PMP-1692 DIGESTERCONTRO DIGESTER CONTRO DIGESTER CONTRO DIGESTERCONTRO DIGESTER CONTRO DIGESTER CONTRO DIGESTER CONTRO DIGESTERCONTRO DIGESTERCONTRO DIGESTERCONTRO DIGESTER CONTRO GAS FLARE AND BOOSTER GAS FLARE AND BOOSTER GASFLAREAND BOOSTER GAS FLARE AND BOOSTER FERRIC CHLORIDE FEED FERRIC CHLORIDE FEED CENTRATE EQUALIZATION CENTRATE EQUALIZATION ODOR CONTROL ODOR CONTROL ODOR CONTROL PMP-1651 PMP-1621 PMP-1645 PMP-1615 BOI-1681 60I-1691 EXC-1618 EXC-1646 PMP-1698 PMP-ISM SLO-1661 SLO-1662 FLA-1684 FLA-1665 PMP-2350 PMP 2360 PMP701 PMP-702 BLO-710 BLO-711 PMP-712 OF LUBBOCK, TEXAS I :RS 8 AND 9 IMPROVEMENTS PROJECT I ENT AND VALVE SCHEDULES 6151A.10 BAR IS ONE INCH ON ORIGINAL DRAWLNG DRAWING NO. D®r M-1 IF HOT ONE WCH ON SHEET NO. THIS SHEET, ADJUST' SCALES ACCORDINGLY 42 OF 125 w E GENERAL NOTES. 1. FORALLYARDPS'WOSEECMLDRAWINGS. NOTALL pIPMO SHOWN ON THIS DRAWING. 2. SEE SU58EQUENT M-SHEETS FOR FURTHER MECHANICAL DETAILS, 3. SLOO FOOT PIPING AT MINIMU 14'-INCH Q Eb8T14G 8' P86 DLy `OF LUBBOCK, TEXAS VERIFYSCALES 0 ®1� tFNaTONE INCH a+ YMSp AIST SFD SCALES ACCORDINGLY JOB NO. 8151A.110 S 8 AND 9 IMPROVEMENTS PROJECTOMYANO DRAWING NO. M-2 O MECHANICAL OVERALL PLAN p v1i11 WS ADDENDUM NO2 SHEET NO. 43 OF 125 REV DATE BY DESCWPTION S PROJECT NO. 8151A10 FILE NAME: 8151A10 M-02.dgn 77771 No Text CONFERENCE MEMORANDUM Project: Digesters 8 & 9 Improvements Project Conf. Date: January 28, 2011 Client: City of Lubbock Issue Date: February 2, 2011 Location: Southeast Water Reclamation Plant, Lubbock, TX Attendees: City of Lubbock: Marta Alvarez Charles Baldwin Tim Crosswhite Zoltan Fekete Wood Franklin Mary Gonzales Craig Henderson Carollo: Jason Anderson Mary Clyburn Hani Michel Contractors: See Attached Sign -in Sheet Purpose: Meeting No. 5 — Pre -Proposal Conference, RFP 11-9835-MA, CIP 92177 Distribution: Attendees File: 8151A.10 Discussion: The following is our understanding of the subject matter covered In this conference. If this differs with your understanding, please notify us. DISCUSSION 1. A pre -proposal meeting was held at the City of Lubbock Southwest Water Reclamation Plant in preparation of receiving competitive sealed proposals from Contractors for construction of the Digesters 8 & 9 Improvements Project. The purpose of the meeting was to inform prospective bidders of the intent of the project, and point out the requirements for submitting a proposal. The meeting concluded with an optional tour of the project site. The remainder of this conference memorandum will summarize discussion items from the meeting. 2. Proiect Team Introduction. A. Zoltan Fekete (Project Manager, City of Lubbock, hereafter COL) and Hani Michel (Project Manager, Carollo Engineers, hereafter CE) opened the meeting with introductions of the design team members present. B. Marta Alvarez (Director of Purchasing and Contract Management, COL) reminded everyone to sign in, and asked each person in the room to stand up and state who they were with. Ms. Alvarez also asked the City staff present to introduce themselves. 3. Project Introduction. A. Jason Anderson (Project Engineer, CE), provided a project overview, and presented a 3D model of Digesters 8 and 9 as designed. C:�pw_workingVrgecWseyandersonldms90653Wl-28-11 Minutes.doc 1 1_ 4. Questions During Bid Period A. All questions must be through Bidsync, or must be submitted to Marta Alvarez directly. Ms. Alvarez will then pass questions to the Project Team for response. B. Questions from the Pre -proposal Conference will be answered in Addendum 2. C. Written questions must be received by 3:00 P.M. local time on February 9, 2011. D. The Contractor Checklists were pointed out. 5. Bid Documents and Bid Form. A. Marta Alvarez reviewed the Bid Documents and Bid Submittal, B. Submit everything on the Contractor Checklist. C. Proposals are evaluated as 60% price, 25% Contractor qualifications, 10% safety record, 5% construction time. D. Bid bond can be an AIA Bid Bonding Security Form. E. Write in construction days. There will be separate contract days for substantial completion and final completion. F. Liquidated damages beyond substantial completion and final completion have been reduced to $2,500 per day, and $1,000 per day, respectively. G. Concrete testing is the responsibility of the Owner and Engineer. H. Hani Michel reviewed the Bid Form. 6. Questions/Comments. A. Items 3 and 6 of the first Contractor Checklist are the same. 1) Missing Item is Contractors Statement of Qualifications, which will be added in Addendum 2. B. Must substantial or final completion be written in, and will a Contractor be penalized? 1) As shown, write in days to final completion . However, the Bid Form will be changed to allow write-in of the separate contract times and total days as part of Addendum No. 2. C. Proposed List of Subcontractors is submitted with bid, and Final List of Subcontractors is y submitted 7 days later? 1) Yes. D. Will the City want a list of Vendors as well? 1) No. E. What permits are expected? - 1) A permit for sludge hauling will be required. 2) Stormwater permit (SWPPP). 3) Typical construction permits. 4) No City building permits required. F. Does the City have shop drawings of the existing fixed and floating digester covers that.. can be provided to the Contractors? 1) The City will look for the digester cover shop drawing submittals, and will place them t on Bidsync if they are able to locate them. G. Callouts of digester sludge (DS) line to Digesters 6 and 7, are inconsistent between the Civil and Mechanical Drawings (specifically, Drawings C-2, M-5, M-13, and M-17). 1) Clarification will be made via Addendum No. 2. C:1pw workinglprojeeWseyenderson\dms90653101-2&11 Minutes.doc H. Callouts of digester gas (DG) lines to and from Digesters 8 and 9 are inconsistent between the Civil and Mechanical Drawings (specifically, Drawings M-2, and M-6). 1) Clarification will be made via Addendum No. 2. I. On Drawing C-2, General Notes, abandoned lines are called to be filled with concrete slurry. Can the limits of the slurry be defined? 1) Fill entire abandoned line. J. Key Note 30 indicates Sch 40 PVC below grade, and 316 Stainless Steel above grade, but Piping Schedule indicates glass -lined for this pipe. What is intended, and what 316 stainless steel is required? 1) Key Note 30 is pointing to the wrong line; Key Note 30 pertains to digester gas (DG) piping, not digested sludge (DS) piping. Clarification will be made with Addendum No. 2. K. In Specification Section 01500, Page 9, the requirement to provide a pumping system to pump from Digester 8 to Digester 9. Plant flow rate is to be matched via a 4-20 mA signal from the Operations Building. Please clarify what is intended. 1) Upon review of the language in Section 01500, it has been determined that variable speed pumps, and flow matching will not be required. The applicable language will be stricken from Section 01500 in Addendum No. 2. L. After checking with a dome supplier (Eimco), one Contractor has received a quote of 11 months for delivery of digester domes, thereby making the project 2 years instead of 16 months. Are liquidated damages additive? 1) Substantial completion liquidated damages are separate from final completion liquidated damages; both damages would not be assessed at the same time. 2) Write in expected schedule where provided for in the Proposal Submittal Form. M. The dome lay down area appears tight, and a very large, expensive crane will be required for the lift. The dome for Digester 8 will have to pass over either the dome for Digester 9, or the Administration Building during the lift. 1) This was recognized as a key challenge of construction. The intent with the location of the dome lay down area was to place the crane in the road in front of the Digester Control Building, a central point between the lay down area and the two domes. It is recognized that portions of the road will be blocked during dome assembly and each lift. 2) Access by the City to buried valves and/or electrical vaults in the lay down area may occasionally be required. 3) The domes were originally built on the ground directly west of the digesters, and lifted into place. N. When was the last time the digesters were cleaned? 1) 1996-1997. O. If Contractor writes in a contract time over that specified, can it be assumed that LDs will not kick in until after the time written in? How much will a proposal be penalized for a contract time over that specified? 1) Yes, the schedule written into the Proposal by the successful bidder will be used in the contract executed with the City. 2) Schedule is 5% of selection scoring (maximum of 5 points). Score will be assessed based on all proposals submitted (see Page 16, Item 32 of Volume 1 of 5). P. Will a copy of the sign -in sheet be posted on Bidsync? ., 1) Yes. Q. Is the electrical building east of Digester 8 all the electrical to the plant? C1pwworking\projectMseyanderson\dms90853\01-28-11 Minutes.doc 3 1) The larger buildings house the main electrical gear for the plant. R. What are the dimensions on the metal siding to be replaced? 1) The metal siding is 10 feet - 4 inches tall. S. Is the aluminum cover for the EQ basin? 1) Yes. T. What are the coating requirements of the domes? Must overspray be contained? Can paint be rolled instead of sprayed? 1) Domes shall receive the appropriate primer and high solids epoxy system on the underside, as specified in Section 09960A. The top of the domes shall receive a primer as recommended by the dome insulation manufacturer, followed by the sprayed -in -place polyurethane foam insulation, and base coat, top coat, and roofing granules as specified in Section 07570. Wind protection may be required during spray application, per Section 09960A. Per Section 09960A, coatings may be applied by brush, roller, trowel, or spray, unless a particular method of application is required by the coating manufacturer's instructions, or Section 09960. U. Is it possible to know the quantity of sludge that is in the digesters now? 1) The digesters are operated in overflow mode at all times, and so remain full under normal operating conditions. Elevations and cone slopes for the digesters are shown on the Plans, and the volume to the overflow can be calculated. Estimated quantities are also indicated on the Bid Form. The percent solids is unknown. Payment for disposal is by volume. V. Is there anything special about the sludge? Any special dump site that must be hauled to? 1) The sludge is a Class B material (not hazardous). Contractors cannot take sludge to the City landfill, as this is where the City currently disposes of the dewatered sludge; There is a restriction on the ratio of sludge to trash that can be mixed, so any material brought to the City landfill by a Contractor would limit what the City could dispose of on that day. A subcontractor with the appropriate permit can haul the material to another landfill. 7. Optional Site Tour. A. The meeting concluded with a tour of the project site (Digesters 8 and 9). Prepared By: Jason Anderson J EA: jea C:lpw workinglprojectwiseyandersonldms90653101-28-11 Minutes.doc 4 I � i_ 1 Pre -Bid Conference RFP 11-9835-MA / Digesters 8 and 9 Improvements Project January 28, 2011 @ 9:00 AM Southeast Water Reclamation Plant PLEASE PRINT TELEPHONE FAX E-MAIL COMPANY REPRESENTATIVE MAILING ADDRESS NUMBER NUMBER ADDRESS P.O. Box 2000 City of Lubbock Alvarez, Marta City: Lubbock 806 775-2572 (806) 775-2164 malvarez@mvlubbock.us State, Zip Code: Texas 79457 !VC,/fU' Qjo"e Jq Address: Sa 9 v.L �Z -I 3�3-9►3��5 6oZ��aeo1S -CO��n� wry.tar� State Zip Code: A $5 03 Address: AOO S. rY A = Lad ) (BO b ) T ka,TF_X ELEC. _&?Ai city: "RbA&,E2 2.7y -716q f-73 - 3331 bro nJon@ke 14e1de_kc+r 0o State, Zip Code:1-1 O 0 '0Ce Errr� j �� Address: -o ¢ city: in.-. «u s ( ) (`) �v ( State, Zi Code: [ 5�05— QCity: Address: 3 I C,4" IV �` s.g � (71 A.) (� i') P State, Zip Code: (C. i . 66 4 (9a'� -llcl� .13� = �l!�I n. � �� �.;��^-e `fib- � � •�•� Address: tTi4T ss: 4 S'Zc� __N . Z 31 i 95 NC, City: �-�,aas _ _T State, Zip Code: 3N 4S 01t2 stems - 323 Z DAQy.0 4KPM4'►4 Q Eye Address: 6 ) City: 4 ., .�s y' State, �p Code: 1f �� S C' /$ Z- �� ST •� 14 Address: 2 T'Q U L-10 S i v City: (e- ( ) ?7 2- S 7 8- eo I ) ( ) Decw, pcykr & gag, ,- i9 C, - State,, Zip 7 S D 08 _ .y Address: i," ROA) — City: �ArAoRr kk)ATi/ State, Zip Code: 81 //oi y6S 3 �ctc' � 'JTa c , rbrq- , dr[- r W o �aQ Z 149 `t ¢� Address: f, 0 City: J .-Moole ?TS "3 t 7 3 Zee � I -A f &t State, Zip Code: C, ,,,,//J� Address: 77S a 3y i' �t 6��lriu� ►'j°•� State, ZipCode _ J aSo-� ��Cr 15ej-, Address: City: Oft ><� zzaa `r` 5� - 5 3 9 3 L1 ;— o /O I .1 �a�o�o. cow , e State, Zip Code: %X �B�S� c . earn-1 es. L�'t.N . S-X:wc, C_ is Pre -Bid Conference RFP 11-9835-MA / Digesters 8 and 9 Improvements Project January 28, 2011 @ 9:00 AM Southeast Water Reclamation Plant PLEASE PRINT TELEPHONE FAX E-MAIL COMPANY REPRESENTATIVE MAILING ADDRESS NUMBER NUMBER ADDRESS P.O. Box 2000 City of Lubbock Alvarez, Marta City: Lubbock 806 775-2572 (806) 775-2164 malvarez@rnyLubbock.us State, Zip Code: Texas 79457 6b) Address: City: ) i q-1iPe? / d. M a State, Zip Code: � ;C;r jj �n Address: City: tea .'� � )�'� ASQ ) 1C Its State, Zip Code: ' /! S�e Address: City: Dcc��— W✓nr� , i - �a !'t J / r State, Zip Code: / Address: City. ✓�W'fvl/' State, Zip Code: sNf:�wi Address: )1 I' L.1'Onl City: L.✓Ri3o�tG ?''3� 39 V74,`� y%i ►e,tr�RA� State, Zip Code: 41 Ce Aux _ [St�rcJ ��lA/►S Address: 1/l"'/ ;c"k �s ,zf bb City: C�IC ��K (—)747-IYyi bOi, )7'17- /�/SO GUi�151�cZL�ic,CcN1 State, Zip Code: nn D6- Address: • gosc IZ`EA city: �E��tk}u� qP4-43<4 e.9z-i��9 State, Zip Code: Tk -13'iS .�J' !,`�h l !%•+` Sul Address: 11 t1t city: ► t ` ( �) $g�"�31% ) ( g9 -,/ 1G id r'y►'I State, Zip Code: t t �S des Va� We& Address: !UeN lA#AtV+ ft city: ft wsra;& ) -E;�3 `-tS03 Lai—) State, Zi Code:"" Address: City: State, Zip Code: Address: City: State, Zip Code: Cr Pre -Bid Conference RFP 11-9835-MA / Digesters 8 and 9 Improvements Project January 28, 2011 @ 9:00 AM Southeast Water Reclamation Plant PLEASE PRINT TELEPHONE FAX E-MAIL COMPANY REPRESENTATIVE MAILING ADDRESS NUMBER NUMBER ADDRESS P.O. Box 2000 City of Lubbock Alvarez, Marta City: Lubbock 806 775-2572 (806) 775-2164 malvarez@mvlubbock.us State, Zip Code: Texas 79457 Address: 1558 6 dil r-�..�%eL'g pGv� G1^1 �D bkt1 Z7 '� City: I'tlucNt)`.. State, Zip Code: A-'L , Sa3 �- I G"' lei c-0�, c �M Address: v ��N�GT�GP State, Zip Code: Address: 2 % 21 A Jr- ,s s ; J ( S L7) ( `� � 7) kc k a w F_ s+I;RN City: AP-L,.+4�- State, ZipCode: `r' -7 L oc (o � `4 � � 3 g y v (D � O - �73 ,,k Q c ►f� �i� s;�� • cc m Address: P &• o 00 ( ) ( So (o ) City: L.1 bbock o-0Ab6 Jr GoniA-Ivs m d_'r State, ZipCode: 14,97 � z 1 �Zry 7 73-- 2-h ✓h o eS k b Address: LKELU) 7v2- (�I'�' ) 7L2- city: (p State, Zip Code: Address: 19 1-7 Uo,- ) ( ) City: l�-�:y L c l � ?621azz -2ll Z - �Msz �. 0- p e-c z c� fit- C o •-•-, State, Zip Code: Tx Address: City: State, Zip Code: Address: City: State, Zip Code: Address: City: State, Zip Code: Address: City: State, Zip Code: Address: City: State, Zip Code: am LkS t✓� Pre -Bid Conference RFP 11-9835-MA / Digesters 8 and 9 Improvements Project January 28, 2011 @ 9:00 AM Southeast Water Reclamation Plant PLFASF PRINT TELEPHONE FAX E-MAIL COMPANY REPRESENTATIVE MAILING ADDRESS NUMBER NUMBER ADDRESS P.O. Box 2000 City of Lubbock Alvarez, Marta City: Lubbock 806 775-2572 (806) 775-2164 malvarez@mylubbock.us State, Zip Code: Texas 79457 vc5TEe►.1 ►�Aee`t {GoN �- Address: 54-7o \:NLA _J H V^Vr-A Lia-1 1-1 ) ✓M�T RpSS c�.a.r..1t�P�n1 City: T�0&.Uy-_Z_ State, Zip Code: _ a. TaO-S 6.c7 f Address: City. (�'tz ) 4153-153 ( -ice) 4ri3-ri3S3 i'lrn#CheL���'�'�(o��C'w- �aVC(�o rN��S +-favt� 1�1.iCNE� State, Zip e• Address: LJ7aag2) �_) .- City: `77St State, Zip Code: )ao /4.vS Address: City: State, Zip Code: Address: (_) ( ) City: State, Zip Code: Address: City: State, Zip Code: Address: (1) (_) City: State, Zip Code: Address: City: State, Zip Code: Address: City: State, Zip Code: Address: City: State, Zip Code: Address: City: State, Zip Code: Pre -Bid Conference RFP 11-9835-MA / Digesters 8 and 9 Improvements Project January 28, 2011 @ 9:00 AM Southeast Water Reclamation Plant PLEASE PRINT TELEPHONE FAX E-MAIL COMPANY REPRESENTATIVE MAILING ADDRESS NUMBER NUMBER ADDRESS P.O. Box 2000 City of Lubbock Alvarez, Marta City: Lubbock 806 775-2572 (806) 775-2164 malvarez@mvlubbock.us State, Zip Code: Texas 79457 Address: V i 2 7 ✓Y.B el (80 6) (`) nn K� - City: ty: L.y oc /ljI/ 77�-03 O re -Ica G'C e'r; lc�t State, ZipCode: b J Address: to r e Y,&- (_) (AR b) �G/►�� �L�c �21L 2 �G+,cc �r9� ti1 City: State, Zip Code: ?; i4 f eY 7 ins- �.7 1J 7 ems- 3io bhr.o,r ✓ C �c;r-o �ocl Address: City: State, Zip Code: Address: City: State, Zip Code: Address: City: State, Zip Code: Address: City: State, Zip Code: Address: City: State, Zip Code: Address: City: State, Zip Code: Address: City: State, Zip Code: Address: City: State, Zip Code: Address: City: State, Zip Code: „ No Text W.c. HAMILTON ENGINEERING, INC. GEOTECHNICAL INVESTIGATION FINAL REPORT ADDITIONS TO CITY OF LUBBOCK 3UTHEAST WATER RECLAMATION PLANT LUBBOCK, TEXAS i prepared by HAMMTON ENGINEERING, INC. GEOTECHNICAL INVESTIGATION f FINAL REPORT ADDITIONS TO CITY OF LUBBOCK ' SOUTHEAST WATER RECLAMATION PLANT LUBBOCK, TEXAS prepared for MR. JOHN S. KELLEY, P.E. PARKHILL, SMITH & COOPER, INC. LUBBOCK, TEXAS L AUGUST 17, 2007 PROJECT NO.2150406 Final William C. Hai Vice -President J.1 MILTON W.0 HAMILTON ENGINEERING, INC. TABLE OF CONTENTS PAGE INTRODUCTION General........................................................................... i Existing Site Conditions .............. ............. ................. .............. ..... 2 Subsurface Exploration ................................................. ........... 2 LaboratoryTesting.................................................................. 3 Summary.......................................................................... 4 SUBSURFACE MATERIALS AND CONDITIONS Stratification....................................................................... 5 SiteGeology....................................................................... 5 Material Characteristics............................................................... 5 Subsurface Water Conditions.......................................................... 6 ShrinkiSwell Potential........................................................ . ....... 6 FrostDepth........................................................................ 7 SeismicZone....................................................................... 7 FOUNDATION DESIGN RECOMMENDATIONS General........................................................................... 8 Potential Soil Movements............................................................. 8 Structural Load Support, Plant 4 Secondary Clarifier (Boring Nos. B-I through B-3) ............... 9 Structural Load Support, Plant 4 Primary Clarifier (Boring No. B-14) ........................... 9 Structural Load Support, Filtration/UV Complex Filters and UV (Boring Nos.B-15 and B-16)....................................................... 10 Structural Load Support, Plant 4 Aeration Basin (Boring Nos. B-17 through B-19) ............... 10 Structural Load Support, Plant 4 Filter Complex (Boring Nos. B-20 and B-21) ................... 10 Structural Load Support, Plant 4 UV Structure (Boring No. B-22) ............................. I 1 Structural Load Support, Pump Station (Boring Nos. B-23 and B-24) .......................... 1 I Floor Slab Considerations (where applicable) ............................................. 11 Lateral Earth Pressures.............................................................. 12 OTHER DESIGN CONSIDERATIONS Other Design Values................................................................ 13 FOUNDATION CONSTRUCTION CRITERIA Site Preparation.................................................................... 14 Select Non -Expansive Fill Material ......................................... I ........... 15 Vapor Barrier (if applicable).......................................................... 15 Foundation Construction............................................................. 15 Drainage Considerations............................................................. 16 BackfillCompaction................................................................ 16 Excavation Construction............................................................. 16 De -watering of Excavations during Construction .......................................... 16 PAVEMENT DESIGN AND CONSTRUCTION CRITERIA Design Criteria..................................................................... 17 Traffic Conditions and Pavement Thicknesses ............................................ 17 Construction Criteria................................................................ 19 Drainage......................................................................... 19 LIMITATIONS OF THIS INVESTIGATION . .............................................. 20 REFERENCES ....... ............... ........... ............ I .... I .............. I ..... .. 21 #" APPENDIXES W. C, HAMILTON ENGINEERING, INC. � GEOTECHNICAL INVESTIGATION FINAL REPORT ADDITIONS TO CITY OF LUBBOCK SOUTHEAST' WATER RECLAMATION PLANT LUBBOCK, TEXAS INTRODUCTION General: This geotechnical investigation at the site of additions to the City of Lubbock Southeast Water Reclamation Plant in Lubbock, Texas, was performed under an extension of our signed agreement dated April 24, 2006, by Mr. John S. Kelley, Principal, Parkhill, Smith & Cooper, Inc., Lubbock, Texas, and was performed in general accordance with our letter proposal dated April 20, 2006. Reports for intermittent phases were provided, as requested, on August 17, 2006, February 8, 2007, and May 14, 2007. This report, a compilation of final recommendations for the foundation design, was requested by Mr. Kelley on June 19, 2007. The purpose of this investigation has been to explore subsurface conditions at the site, to conduct field and laboratory tests to characterize the physical soil properties, to provide design and construction recommendations to assist the structural engineer in the design of the foundation system for the additions, and to provide pavement section and construction recommendations for the proposed pavement areas. The site is located on the grounds of the existing wastewater treatment plant on CR 2600 in Lubbock, Texas. The general location of the site is shown on the site vicinity maps on Plates I, Ia, and lb in Appendix A. 1 W'c. HAWLTON ENGINEERING, INC. ExistingSite Conditions: The boring locations were in undeveloped areas of the plant at the time of the geotechnical drilling operations. No previous use of the site was evident or made known to W. C. Hamilton Engineering at the time this report was prepared. Subsurface Exploration: Subsurface materials at the site were explored by atotal of twenty-four borings at locations selected by Parkhill, Smith & Cooper, Inc. personnel. Boring Nos. B-1 through B-3 and B-14 through B-24 are applicable for this project and the logs of boring are contained in Appendix B of this final report. Boring Nos. B-4 through B-13 were performed but are not a part of the final project. These logs are contained in Appendix C. The borings were drilled to a maximum depth of 45.0 feet. The approximate boring locations are shown on Plates 1, la, and lb in Appendix A. Final field drilling operations were completed with the plugging of the holes on April 24, 2007. The borings were advanced using continuous sampling techniques until push tube refusal was encountered. The materials were monitored at the direction of the geotechnical engineer during the drilling operations for any signs of physical changes in the materials. A thin -wall steel push tube sampler was used to obtain undisturbed samples at the depths indicated on the Logs of Boring, These samples were visually examined, identified, wrapped and sealed in plastic, when appropriate, and placed in core boxes for transportation to the laboratory. At refusal of the steel tube sampler, a fish -tail bit and- a tri-cone rock bit were used to advance each boring the remaining depth of the hole. Compressed air was used as the cuttings removal and bit cooling medium during the drilling operations. Pocket penetrometer readings were taken in the field on the push tube samples as the samples were extruded from the push tubes. This test is a quick method for determining the relative consistencies of the samples and gives an indication of the relative strengths of the samples. These test results are shown on the Logs of Boring in Appendix B in the "test" column, The Standard Penetration (SPT) Test, ASTM D1586, was conducted at various intervals of depth during the exploration to aid in strength evaluations. This test procedure drops a 140 Wc HAMILTON ENGINEERING, INC. pound hammer from a height of 30 inches to advance a split barrel drive point. Depending on the resistance of the materials to penetration by the drive point, either the number of blows required to advance the drive point 12 inches, 50 blows resulting in six inches or less penetration, or the inches of penetration due to 100 blows is recorded. Results of the SPT tests are shown on the left-hand side of the Logs of Boring. The SPT samples were visually examined, identified, and wrapped and sealed in plastic for transportation to the laboratory. Earth electrical resistivity tests were also performed at four locations. These tests were performed by Earth Measurement Corporation, Cypress, Texas, under the direction of Mr. Joe Austin, State of Texas Professional Geoscientist, License #5336, in accordance with ASTM G57-95a, Standard Method for Field Measurement of the Soil Resistivity Using the Wenner Four -Electrode Method. The east -west directions of the electrical resistivy at locations three and four were not performed due to constraints of construction and structure locations in the area. These test results are shown in Appendix D. Samples obtained from the field operations that were not utilized in the laboratory testing will be stored for 30 days from the date of this report. After that time they will be discarded unless written notification is received. Laboratory Testing: The soil samples were returned to the laboratory where they were re- examined and the visual classifications checked by the geotechnical engineer. Selected specimens were chosen for testing to identify their soil classifications and natural moisture contents. The specific tests conducted are summarized as follows: • Atterberg Limits Tests • Percent Passing No. 200 Sieve Tests • Natural Moisture Content Tests • Sulfate Content Tests • Chloride Ion Content Tests • Soil Resistivity Tests 3 W. c. HA AMTON ENGINEERING, INC. The Atterberg Limits tests, percent passing No. 200-mesh sieve tests, and natural moisture content tests were used to evaluate the basic engineering properties of the soil. The results of these tests and the classifications of the subsurface materials are shown in the summary on Plate II in Appendix A. The soil classifications refer to the Unified Soil Classification System per ASTM D2487. Sulfate content and chloride ion content tests were also performed on selected specimens. The results of these tests are shown on Plates III and IV in Appendix A. The results of laboratory soil resistivity tests performed on selected samples are shown on Plate V in Appendix A. Summary: The results from the field explorations and the laboratory investigations were utilized in an engineering study to develop recommendations for the design of the structure and {g pavement foundation systems. These evaluations and recommendations are discussed in the lf_ following sections. 4 W.c. HAMMTON ENGINEERING, INC. SUBSURFACE MATERIALS AND CONDITIONS Stratification: Specific types and depths of the subsurface strata encountered in the borings are shown on the attached Logs of Boring in Appendix B. In general, the subsurface materials encountered from the ground surface down consisted of: Stratum I Brown or Tan CLAYEY and/or SILTY SAND, some with Calcareous Particles, 8.5 to 23.0 feet in thickness (Boring No. B-22 terminated in this stratum); Stratum II Tan SANDSTONE, some with Clay Layers, 0 to 18.0 feet in thickness (Boring Nos. B-17, B-18, B-19, B-20, and B-21 terminated in this stratum); Stratum III Reddish Brown WEATHERED SHALE 0 to 9.0 feet in thickness (Boring Nos. B-I and B-24 terminated in this stratum); Stratum IV CONGLOMERATE 0 to 1.5 feet in thickness (encountered only in Boring No. B-16); Stratum V Tan SILTY and/or CLAYEY SAND, some with Calcareous Particles, at least to the bottoms of the remaining borings. Site Geology: The near -surface CLAYEY SANDS and SILTY SANDS were alluvial deposits of the Holocene geologic era. The SANDSTONES and lower CLAYEY SANDS and SILTY SANDS were of the Blanco and Ogallala formations from the Pliocene geologic era. The WEATHERED SHALES and CONGLOMERATE were remnants of the Dockum Group of the Triassic period. Material Characteristics: The site is adjacent- to the North Fork of the Brazos River. The results of the pocket penetrometer tests and the SPT tests indicate that the near -surface SILTY and/or CLAYEY SANDS ranged from loose to medium dense in relative density. The SANDSTONES were primarily quartz sands in a calcium carbonate cement. The SANDSTONES were generally in a well to highly -cemented condition. Due to the highly variable nature of the sandstone deposits and that they are underlain primarily by silty and/or clayey sands in some cases, it is 5 W. c. HAMLTON ENGINEERING, INC. { probable that the sandstone deposits were boulders. Some primary sandstone formation was probably encountered in the borings furthest from the river. The WEATHERED SHALES were generally soft to medium stiff. The CONGLOMERATE was very hard. Excavations into the SANDSTONES will be difficult. Subsurface Water Conditions: The borings were advanced to a depth of up to 45.0 feet using dry sampling techniques. Groundwater seepage was encountered in Boring Nos. B-2, B-3, B-15, and B-16 during the geotechnical drilling operations. The materials encountered in Boring No. B-23 were very moist. Notes on groundwater observations are contained on the Logs of Boring in Appendix B. Be aware that these limited observations do not represent a groundwater study which was beyond the scope of this investigation, and that due to the nature of subsurface water and its relationship to climatic influences, the groundwater may be intermittent and of varying quantities and depths due to changes in the seasonal moisture content. It should be anticipated that de -watering techniques will be required for this project. Shrink/Swell Potential. The tendency for a soil to shrink and swell with changes in soil moisture content is a function of the clay content and the type of clay mineral. These are reflected in soil consistency as indicated by the liquid limit and plasticity index of the Atterberg Limits tests. A generalized relationship between shrink/swell potential and the soil plasticity index (P.I.) is shown as follows: General Relationship Between P.I. and Shrink/Swell Potential P.L Range Shrink%Swell Potential 0 to 15 Low 15 to 25 Medium 25 to 35 High >35____] Very Hi h G1 W.c. HAMILTON ENGINEERING, INC. The amount of expansion that will actually occur with increases in soil moisture content is inversely related to the overburden pressure; that is, the larger the overburden pressure, the smaller the amount of expansion. Near -surface soils are thus susceptible to shrink/swell behavior because of the low overburden pressures. Shrinldswell behavior is normally considered to be limited to the upper 15 feet (zone of seasonal moisture changes) of the various soil formations. Overall, the materials encountered at this site possess low shrink/swell potential. Frost Depth: The published frost depth for the area is six inches. Seismic Zone: According to the Uniform Building Code, the area rests in seismic zone zero. The International Building Code-03 site classification is D/E. c. HAUMTON ENGINEERING, INC. FOUNDATION DESIGN RECOMMENDATIONS General: According to the client, the planned construction is to consist of additions to the wastewater treatment plant that will include the following: Boring No. Planned Structure and Relative Boring Location Structure Depth below Existing Ground Surface 1 Plant 4 Secondary Clarifier, SW Perimeter 15.3 feet 2 Plant 4 Secondary Clarifier, Center Point 19.8 feet 3 Plant 4 Secondary Clarifier, NE Perimeter 12.7 feet 14 Plant 4 Primary Clarifier, Alternate Location, Center Point 19,0 feet 15 Filtration / UV Complex, Filters 22.0 feet 16 Filtration / UV Complex, UV 13.0 feet 17 Plant 4 Aeration Basin 20.0 feet 18 Plant 4 Aeration Basin 20.0 feet 19 Plant 4 Aeration Basin 20.0 feet 20 Plant 4 Filter Complex 11.0 feet 21 Plant 4 Filter Complex 14.0 feet 2 Plant 4 UV Structure 13.0 feet 3 L24 Pump Station 20.0 feet Pum Station 15.0 feet Potential Soil Movements: McDowell's potential vertical rise (PVR) procedure (Reference 1) has been used to estimate the possible magnitude of shrink/swell movements at the site. The results indicate possible shrink/swell movements over the site to be less than %2 inch with the soil moisture changing from a "dry" to a "wet" soil moisture content due to seasonal soil moisture variations. It should be noted that this method utilizes correlations of soil types to swell potential and as such, the results must be considered as giving approximate values of the shrink/swell potential. 8 W. c. HAMMTON ENGINEERING, INC. The materials encountered in the borings were generally in a state that is not susceptible to classic consolidation settlement. footings designed using the recommended design values will be subject to settlement of less than one inch total and one-half inch differential settlement. Also, be aware that these potential soil movement estimates are indicative of the relative magnitude of probable movement under seasonal changes in soil moisture content. Soil movements in excess of these values due to either expansion or consolidation may be expected if increases in soil moisture content occur as a result of broken water and sewer lines, improper drainage of surface water, shrubbery and trees planted near the foundations, excessive lawn or shrubbery irrigation, or ponding of water near the foundations. These movement potentials must be considered in the design of the foundation support systems. Structural Load Support, Plant 4 Secondary Clarifier (Boring Nos. B-I through B-3): A mat -type foundation is recommended for use for this clarifier. The following values may be used for design purposes at the corresponding minimum depth below the ground surface: Foundation Type Depth in feet* Net Allowable Bearing Capacity, psf k, pci Mat 12-20 2,000 215 *Depth below the existing ground surface at the time of the geotechnical drilling operations These values provide for a factor of safety of three against a general shear failure. Structural Load Support, Plant 4 Primary Clarifier- (Boring No. B-14): A mat -type foundation is recommended for use for this clarifier. The following values may be used for design purposes at the corresponding minimum depth below the ground surface: Foundation Type Depth in feet* NetAllowable Bearing Capacity, psf k, pci Mat 18-22 2,500 225 11 *Depth below the existing ground surface at the time of the geotechnical drilling operations These values also provide for a factor of safety of three against a general shear failure. g, 9 i W. C. HAMILTON ENGINEERING, INC. Structural Load Support, FiltratiomUV Complex Filters and UV (Boring Nos. B-15 and B-16): A mat -type foundation is recommended for use for these structures. The following values may be used for design purposes at the corresponding minimum depth below the ground surface: Foundation Type Depth in feet* NetAllowable Bearing Capacity, psf it, pei Mat 13-22 1,500 200 *Depth below the existing ground surface at the time of the geotechnical drilling operations These values also provide for a factor of safety of three against a general shear failure. Structural Load Support, Plant 4 Aeration Basin (Boring Nos. B-17 through B-19): A mat - type foundation is recommended for use for the aeration basin. The following values may be used for design purposes at the corresponding minimum depth below the ground surface: Foundation Type Depth in feet * Net Allowable Bearing Capacity, psf k, pei Mat 12-20 2,000 215 *Depth below the existing ground surface at the time of the geotechnical drilling operations These values provide for a factor of safety of three against a general shear failure. Structural Load Support, Plant 4 Filter Complex (Boring Nos. B-20 and B-21): A mat -type foundation is recommended for use for the filter complex. The following values may be used for design purposes at the corresponding minimum depth below the ground surface: Foundation Type Depth in feet* Net Allowable Bearing Capacity, psf k, pci Mat 11-14 2,000 215 *Depth below the existing ground surface at the time of the geotechnical drilling operations These values also provide for a factor of safety of three against a general shear failure. °. _' 10 W.Q HAWLTON ENGINEERING, M. Structural Load Support, Plant 4 UV Structure (Boring No. B-22): A mat -type foundation is recommended for use for this structure. The following values may be used for design purposes at the corresponding minimum depth below the ground surface:_, Foundation Type Depth in feet* Net Allowable Bearing Capacity, psf k, pci Mat 13 1,500 200 *Depth below the existing ground surface at the time of the geotechnical drilling operations These values also provide for a factor of safety of three against a general shear failure. Structural Load Support, Pump Station (Boring Nos. B-23 and B-24): A mat -type foundation is recommended for use for this structure. The following values may be used for design purposes at the corresponding minimum depth below the ground surface: Foundation Type Depth in feet * Net Allowable Bearing Capacity, psf k, pci Mat 15-20 1,500 200 *Depth below the existing ground surface at the time of the geotechnical drilling operations These values provide for a factor of safety of three against a general shear failure. Floor Slab Considerations (where applicable): The subsurface materials appear suitable for support of a typical lightly -loaded floor slab system. The Foundation Construction Criteria section of this report should be consulted for recommendations for preparation of the subgrade and the addition of fill material, if required. Floor slab areas subjected to heavy floor loading or forklift traffic will require special consideration. These floor slabs should be designed as pavements. A "cushion sand" is not recommended for these type slabs. II C. HAMILTON ENGINEERING, INC. Hydrostatic pressure will be a factor in the design of any floor slab systems that will be below the depth of the groundwater seepage. Depending on the embedment depth below the water table, hydrostatic pressure will result from either surface water seepage or pressure buildup from the groundwater. Lateral Earth Pressures: Walls below grade will be acted upon by lateral earth pressures. The magnitude of the lateral earth pressures will be a function of the type of materials used as backfill, compaction achieved during placement, placement method, and specifics of the wall design (i.e., smooth wall, rough wall, braced, battered, height of wall, finished grade, etc.). If the top of the wall is allowed to move slightly, then the "active" Rankine lateral earth pressure case will be developed. If the top of the wall is restrained against movement, then the "at rest" lateral earth pressure case will be developed. The following values are recommended for design purposes and reflect the average or mixed condition for on -site materials: Material At Rest Active Equivalent Equivalent Fluid Fluid Pressure Ka Type Pressure Kh On -Site Materials 60 lbs/ft2/lin ft 45 lbs/fta/lin ft These earth pressure values are for horizontal pressures on a vertical wall (not exceeding 25 feet in height) and do not include surcharge loading or hydrostatic pressure buildup. Due to the potential for leakage in the below -ground structures, it should be anticipated that water seepage and/or infiltration from leaks and surface runoff will result in hydrostatic pressure buildup. It is recommended that a drainage system with a sump pump be included in the below -ground structure design. 12 W.c. HAMILTON ENGINEERING, INC. OTHER DESIGN CONSIDERATIONS Other Design Values: Based on the results of the plasticity index tests, sieve analyses, and correlations of the results with similar materials, the following are recommended design values for the properties of the on -site materials: Angle of Internal Friction (0): SILTY or CLAYEY SANDS: 250 Tan SANDSTONES: 350 Modulus of Subgrade Reaction for Mats and Slabs (pci)*: SILTY or CLAYEY SANDS: 250 Ultimate Friction Factor between Soil and Base Concrete: (Unformed) 0.4 to 0.5 (Formed) 0.3 Unit Weight of Soil: 120 pounds per cubic foot *When prepared as recommended in the Foundation Construction Criteria section of this report F, 13 : (j W. C, HAWLTON ENGINEERING, INC. FOUNDATION CONSTRUCTION CRITERIA Site Preparation: Prior to starting any work at the site it is recommended that proper construction drainage be provided to maintain a relatively dry condition. This will be very important if any work is attempted during periods of prolonged rainfall which occur seasonally in this area. Ponding of water at the site should be avoided during all phases of construction and post construction grading. Site preparation should begin by removing all surface vegetation and root systems to a minimum depth of six inches within the building areas and six inches within the pavement areas for a distance of five feet outside the building lines and two feet beyond pavement lines. This material should not be used for structural fill or in the building areas. Tree stumps, if encountered, should be completely removed and backfilled. Backfilli.ng should be accomplished in maximum eight - inch loose lifts and then compacted to a minimum of 95 percent of maximum density (ASTM D698) at not less than two percentage points of optimum moisture. Compacted select, non - expansive fill material should be used to fill in stump holes. The exposed surfaces for the building areas (when at proper subgrade) should be compacted to a minimum of 95 percent of ASTM D698 maximum density at not less than two percentage points of the optimum moisture content determined by this test. If any soft or weak areas are revealed, they should be removed and then replaced with compacted select fill prior to placement of fill or base material. Any areas found not to comply with the compaction requirements should be reworked and retested prior to placing the next lift. A density test frequency of one test for every 2,500 square feet of building area is recommended. Occasionally, the shallow soils become wet and pump during site preparation, and become difficult to work. This condition generally occurs with trapped moisture in the subgrade. If this condition occurs during construction, the soils need to be excavated, aerated to dry, and 14 w 4 HAMMTON ENGINEERING. INC. recompacted adequately. At times excavating and replacing with selected soils may be required to achieve an adequate subgrade. Select Mon -Expansive Fill Material: Fill material used, if required, should be the on -site material or a select non -expansive material meeting the following general requirements-' Maximum Aggregate Size .............. 3.0 inchesi Percent Retained on No. 4 Sieve ................ 25-50 Percent Retained on No. 40 Sieve ............... 50-85 Plasticity Index ....................... 15 maximum Other local materials that do not meet these requirements should be submitted to the geotechnical engineer for evaluation and testing prior to their use. The fill material should be compacted to a minimum of 95 percent of ASTM D698 maximum density in maximum eight -inch loose lifts and tested for compliance prior to proceeding with subsequent lifts. Any areas where the fill material will be over four feet in depth should be compacted to a minimum of 98 percent of ASTM D698 maximum density in maximum eight - inch loose lifts and tested for compliance prior to proceeding with subsequent lifts. The moisture content should be maintained at or near the optimum moisture content as determined by ASTM D698, and should not be less than two percentage points of the optimum moisture content determined by this test. Vapor Barrier (fapplicable): A vapor barrier below the floor slab should be considered in areas where moisture sensitive floor coverings will be applied. Foundation Construction: It is recommended that all footing excavations be inspected and checked by the owner's authorized representative for proper foundation supporting material and depth, proper dimensions, and proper reinforcement size and placement. Loose material should be removed from the excavation prior to the placement of steel and concrete. Foundation excavations should remain open only the minimum time necessary to permit good quality construction. 15 W.c. HAWLTON ENGINEERING, INC. or 2. Laver Coefficients Asphaltic Concrete Surface, at 0.40 Asphaltic Concrete Base, a2 0.25 Base, a3 0.10 Recommended Section .Standard Heavy Duty Duty 1.5 2.0 inches of Hot Mix Asphaltic Concrete Surface Course (11MACS) 440 5_0 inches of Hot Mix Asphaltic Concrete Base Course (HMACB) 5.5 7.0 inches Total Constructed Pavement Thickness, above 6.0 6.0 inches of Compacted Subgrade Alternate Section Standard Heavy Duty Duty 2.25 3.0 inches of Hot Mix Asphaltic Concrete Surface Course (HMACS) 7.00 9.0 inches of Flexible Base Material 9.25 12.0 inches Total Constructed Pavement Thickness, above 6.0 6.0 inches of Compacted Subgrade Assumptions for rigid pavement section are the same as outlined previously except for the following additional assumptions: l . Load Transfer, J = 4.1 (Assuming no load transfer devices in jointed pavement) Concrete Compressive Strength (28 days) = 3,000 psi Concrete Modulus of Elasticity = 3,600,000 psi Modulus of Rupture = 500 psi Overall Standard Deviation, So = 0.35 Modulus of Subgrade Reaction = 250 pci 18 W. HAMILTON ENGINEERING, INC. The following rigid pavement section would be appropriate at this site Standard Heavy Duty Duty 5.0 6.0 inches of Portland Cement Concrete 6.0 6.0 inches of Compacted Subgrade Reinforcing steel consisting of deformed steel re -bars (not wire mesh) should be used in concrete pavement at this site. Thickness selection is based on concrete flexural strength, soil modulus, and traffic volume. Selection of steel is dependent on joint spacing, slab thickness, and other factors as discussed in the Portland Cement Association publications. Construction Criteria: The pavement should be specified, constructed, and tested to meet the following requirements: 1. Hot Mix Asphaltic Concrete Pavement - Texas Department of Transportation (TxDOT) Item 340, Type C or D, 1993 Specification, compacted to at least 93% of the Rice Specific Gravity (TEX Method 227-F). 2. Hot Mix Asphaltic Concrete Base - TxDOT Item 340, Type B, 1993 Specification, compacted to at least 93% of the Rice Specific Gravity (TEX Method 227-F) in maximum four -inch lifts. 3. Flexible Base Material - TxDOT Item 247, Type A, Grade 3, 1993 Specification. The material should be compacted to a minimum of 95% of AASHTO T180-74 density near optimum moisture content. 4. Compacted Subgrade - The subgrade beneath the pavements should be compacted to a minimum of 95% of AASHTO T180-74 density near optimum moisture content. 5. Portland Cement Concrete - Portland Cement Concrete should be specified to contain a minimum of 5.0 sacks of cement per cubic yard and minimum 3000 psi compressive strength at 28 days. Reinforcing steel is recommended for temperature and expansion control. Drainage: Proper drainage of the paved areas, including minimization of ponding of water on the pavement surface, is essential to provide maximum pavement life. 19 W.C, HANMON ENGINEERING, INC. LIMITATIONS OF THIS INVESTIGATION The subsurface materials and conditions are known only at the specific boring locations and within the depths explored. Subsurface conditions have been extrapolated based on known conditions in the borings, and actual field conditions elsewhere at the site may differ from those described in this report due to geological, prior use, or other factors. For this reason, we recommend that the geotechnical engineer be retained through the construction phase to include plan review and to identify variations in subsurface materials and conditions and to confirm that the recommendations contained in this report are applicable to subsurface conditions encountered elsewhere on this site. This report has been prepared based on a specific site and specific use. The geotechnical engineer must be consulted prior to this report being used for other than the specific project for which this report was written. This report should not be copied without permission of the geotechnical engineer. When copied with his/her permission, the report should be copied in its entirety and in no case should the boring logs be separated from the body of the report. I It is recommended that the construction materials testing laboratory shall meet the basic requirements of ASTM E329, but as a minimum shall have demonstrated satisfactory performance in the AASHTO Materials Reference Laboratory Proficiency Sample Program in soils and concrete. 2© W.C. HAMiLTON ENGUMRING, INC. REFERENCES 1. McDowell, C., "The Relation of Laboratory Testing to Design for Pavements and Structures on Expansive Soils," Quarterly of the Colorado School of Mines, Vol. 54, No. 4, Oct. 1959, pp. 127-153. 2. AASHTO Guide for Design of Pavement Structures, American Association of State Highway and Transportation Officials, 1993. 3. Standard Specifications for Construction of Highways, Streets and Bridges, Texas Department of Transportation (TxDOT), 1993. 21 3= SITE VICINITY MAP AND APPROX. BORING LOCATIONS United States 12 Mar 2002 Project No. 2150406 City of Lubbock Wastewater Treatment Plant Lubbock, Texas PLATE I W.C. HAMMTON ENGINEERING, INC. No Text W.C. HAMiLTON ENGINEERING, INC. SUMMARY OF SOIL CLASSIFICATION TEST RESULTS % Passing Natural Boring Depth Liquid Plasticity 200-mesh Moisture Classi- Material Number in Feet Limit Index Sieve Content fication Description B-2 20.0-21.5 NP* W, 49.9 6.7 SM Tan SILTY SAND with Calcareous Particles B-3 25.0-26.5 36 16 88.8 16.2 CL Reddish Brown WEATHERED SHALE B-15 5.0-6.5 NP* NP* 35.1 6.6 SM Tan SILTY SAND with Calcareous Particles B-16 10.0-11.5 27 11 34.0 6.8 SC Brown CLAYEY SAND with Calcareous Particles B-16 15.0-16.5 27 11 29.5 10.0 Sc Brown CLAYEY SAND with Calcareous Particles B-17 2.5-4.0 27 8 46.3 7.2 SC Tan CLAYEY SAND with Calcareous Particles B-18 9.0-10.5 53 18 20.8 12.8 SM Tan SILTY SAND with Calcareous Particles B-19 2.5-4.0 27 11 57.3 7.0 CL Tan CLAYEY SAND with Calcareous Particles B-20 0-1.5 41 18 41.1 17.1 SC Brown CLAYEY SAND B-21 18.0-19.5 NP* NP* 26.3 9.3 SM Tan SANDSTONE B-22 5.0-6.5 30 10 37.0 13.5 SC Tan CLAYEY SAND with Calcareous Particles B-22 9.0-10.5 33 14 35.8 13.4 SC Tan CLAYEY SAND with Calcareous Particles *Non -plastic TEST Project No. 2150406 Final PLATE City of Lubbock Wastewater Treatment Plant RESULTS Ij Lubbock, Texas c, IFAMILTQN ENGINEERING, INC. SUMMARY OF SULFATE CONTENT TEST RESULTS Boring Number Depth in Feet Sulfate Content mg/kg 13-17 0-1.0 8.0 B-18 5.0-6.5 56.5 B-19 5.0-6.5 60.5 B-20 9.0-10.5 56.0 B-21 2.54.0 272.0 B-22 13.-14.5 89.7 Tests performed by Environmental Lab of Texas, LTD, Odessa, Texas, US EPA Laboratory Code TX00158 TEST R.ESUtTS Project No. 2150406 Final PLATE III City of Lubbock Wastewater Treatment Plant Lubbock, Texas n W.c. HANIILTON ENGINEERING, INC. SUMINLNRY OF CHLORIDE ION CONTENT TEST RESULTS Boring Number Depth in Feet Chloride Ion, mg/kg B-15 0 14.0 B-17 0 143.0 B-17 9.0 54.6 B-24 1.5 487.0 B-24 9.0 437.0 Tests performed by Environmental Lab of Texas, LTD, Odessa, Texas, US EPA Laboratory Code TX00158 TEST RESULTS Project No. 2150406 Final PLATE IV City of Lubbock Wastewater Treatment Plant Lubbock, Texas e H,AMMON ENGINEERING, INC. SUMMARY OF SOIL RESISTIVITY TEST RESULTS Boring Number Depth in Feet Soil Resistivity, ohm -cm B-17 5.0-6.5 1812 B-18 0-1.5 4329 B-19 9.0-10.5 1130 B-21 5.0-6.5 1984 Tests performed by Environmental Lab of Texas, LTD, Odessa, Texas, US EPA Laboratory Code TX00158 TEST RESULTS Project No. 2150406 Final PLATE V City of Lubbock Wastewater Treatment Plant LubbocLDexas W.C. RABULTON ENGINEERING, INC. KEY TO LOG OF BORING E F E T E H T s Y M B O L S A M P L E T E S T MATERIAL DESCRIPTION u b w p C f u t S f M C L L P 1 %C 2 Q 0 S a A I S L s 5 4.5 18 c-6.0 a-a.5 ROD 60.0 Push un e sample and FOCKetene rome er Result Standard Penetration Test Sample and "N" Value Cuttings Sample Core Sample Testable Core Sample Unit Dry Weight Test Result, pcf Unconfined Compression Test Result, tsf Moisture Content Test Result, % Atterberg Limits Test Results Passing No. 200-Mesh Sieve Test Result, % Unified Soil Classification Water Surface Level V Water Surface Date 01/01 /2020 115.8 4.35 12.8 25 12 66.3 CL 10 15 20 25 SYMBOLS LEAN CLAY (CL) SAND (SP) CALICHE FAT CLAY (CH) GRAVEL -(GP) LIMESTONE CLAYEY SAND (SC) SILT (ML) SANDSTONE SILTY SAND (SM) ELASTIC SILT (MH) SHALE Groundwater Note: The boring was advanced to a depth of teet below the ground surrace without using arming nu►a and groundwater was not encountered above that depth. LOG OF Project No. Date: Type: BORING Project Name BORING Air Rotary NO. Location l • 11 W.c. HAMLTON ENGINEERING, INC. D F P E E H T S Y M B O L S A M P L E T E S T MATERIAL DESCRIPTION U D W p c f U t f M c L L P t o /o 2 Q S L a I L S 5 rown Tan SILTY SAND with Calcareous Particles 1= 0.5" Tan SANDSTONE = 1" = 1" 10 50 J $ 20 syrr r=?•r: 50 50 Tan SILTY SAND with Calcareous Particles 25 20 Reddish Brown WEATHERED SHALE = 3" Tan SANDSTONE 30 Af> 50 Reddish Brown WEATHERED SHALE .. 35 25 27 40 Totalep o boring =35.0 reet Groundwater Note: The boring was advanced to a depth of 35.0 feet below the ground surtace without using drilling nuia ana groundwater was not encountered above that depth. LOG OF Project No. 2150506 Date: Type: BORING Additions to Wastewater Treatment Plant BORING 05-10-2006 Air Rotary NO. B-1 City of Lubbock, Texas 1w'C. HAWLTON ENGINEERING, INC. E F P E T E T T S Y M B 0 L S A M P L E T E S T MATERIAL DESCRIPTION U Q W P c f C t s f M C L L P 1 Yo 2 0 0 S C 0 A 1 S L S 5 {Y ox 4.5 4.0 brown with Calcareous Particles 6.7 NP NP 49.9 SM Tan SILTY SAND with Calcareous Particles 10 15 31 50 - 0.511 Tan SANDSTONE Tan SILTY SAND with Calcareous Particles 20 28 25 $ 30 27 Reddish Brown WEATHERED SHALE Water Surface 35 30 05/10/06 Tan SILTY SAND with Calcareous Particles 12 40 otal Depthot boring = 3b.0 Feet urounCtwater Not@: 1 Ile boring was aavanceQ To a aepin oT io.v Teel Oelow ine 9ruunu Sunuue wunuut usniy us lilts nu callu groundwater was encountered at a depth of 32.0 feet. LOG OF Project No. 2150506 Date: Type: BORING Additions to Wastewater Treatment Plant BORING 05-10-2006 Air Rotary NO. B-2 City of Lubbock, Texas 1 11 W. C. HAMgt,TON ENGINEERING, INC. E F P E E HT 5 Y M B O L S A M P L E T E S T MATERIAL DESCRIPTION U 0 w p C f U t f M C L L P { e !e 2 0 3 L a f L S 5 <rY�: 4.5 4.0 4.0 Brown CLAYEY SAND with Calcareous Particles 16.2 36 16 88.8 CL 15 17 50 Tan SANDSTONE = 0.5" Tan SILTY SAND with Calcareous Particles 20 17 25 23 Reddish Brown WEATHERED SHALE 30 26 Brown CLAYEY SAND 35 29 Reddish Brown WEATHERED SHALE KZ Water Surface Tan SILTY SAND 05/10/06 18 40 oral ep FT Ronng = TTU Fee7 uroundwater Note_ i he Donng was advanced to a depth of 35.0 teet below the ground surtace without using dnuing nuid and groundwater was encountered at a depth of 33.0 feet. LOG OF Project No. 2150506 Date: Type: BORING Additions to Wastewater Treatment Plant Additions BORING Air Rotary NO. B-3 City of Lubbock, Texas W.0 HAKMTON ENGINEERING, INC. 0 E F P E T E H T S Y M B 0 L S A M P L E T E S T MATERIAL DESCRIPTION U 0 W P C f C t f C L P � 2 0 S � O A L S 5 �, 4.5 2.0 Brown CLAYEY SAND with Calcareous Particles = 2" Tan SANDSTONE 10 50 Tan SILTY SAND with Calcareous Particles 15 -1:�yx 50 = 4" = 1" Tan SANDSTONE = 1.5" = 1" = 0.5" = 1.5" 20 50 25 30 v `. 50 50 35 50 50 40 otal Depth0of gonng =35.0 Fee urounawater Note: i ne oonng was aovanceo to a ueput of oa.0 fast LMIUW tj is yiuullu oul1=4,W VVIUI UV U-,...y w,,,..,.t+ .1— �••" groundwater was not encountered above that depth. LOG OF Project No. 2150506 Date:EAirRotaty BORING BORING Additions to Wastewater Treatment Plant 05-10-2006 NO. B-4 City of Lubbock, Texas W.c HAK11TON ENGINEERING, INC. D F F E r E H T S Y M B 0 L S A M P L E T E S T MATERIAL DESCRIPTION U D w p c f C t s f M C L L P 1 ° �° 2 0 0 C 5 Q A 1 S L S 5 I Ix 4.5 brow CEMEY with Calcareous Particles - 3.9 1.7 - NP NP - NP NP - 16.0 11.1 - SM SM-SP - - Tan SILTY SAND with Calcareous Particles 10 10 15 40 Reddish Brown WEATHERED SHALE Tan SILTY SAND and SAND with Silt with Calcareous Particles 20 21 25 61 30$ 55 = 3" Tan SANDSTONE > 50 Tan SANDSTONE = 1" with Clay Layers Water Surface 05/08/06Li 40yr. .. 50 E71 Page 1 of z LOG OF Project No. 2150506 Date: Type: BORING BORING Additions to Wastewater Treatment Plant 05-08-2006 Air Rotary NO. B-5 City of Lubbock, Texas W.c HAIIII.LTON ENGINEERING, INC. EF P E T E H T S Y M 6 O L S A M P L E T E S T MATERIAL DESCRIPTION D w P C f C t S f M C L L P 1 o !u 2 0 0 S L O A 1 S L S 45 :y> Tan SANDSTONE with Clay Layers =1 " 50 oral ep of oring =45. U Feet GToundwateT Note: The Donng was aavancea to a WPM OT 45.0 Teet Delow the grouna surtace wimuut usutg ui um ig iwtu ar iu groundwater was encountered at a depth of 40.0 feet. LOG OF Project No. 2150506 Dom: Type: BORING Additions to Wastewater Treatment Plant BORING 05-0-2006 Air Rotary NO. B-5 City of Lubbock, Texas 17 11 W. c. HAMTLTON ENGINEERING, INC. O F P E E H T S Y M IS O L S A M L E T E S T MATERIAL DESCRIPTION U D w P C f U t f M C L L P 1 , % 2 0 S C o A 1 L S 5- 4.0 Brown SILTY SAND with Calcareous Particles 3.3 NP NP 13.7 SM 10 12 Tan SILTY SAND with Calcareous Particles 15 18 20 31 = 1.5" Tan SANDSTONE = 0.5" Water Surface 05/08/06 = 2" 26 30 U t. r . 50 50 35 1 50 Tan SILTY SAND with Calcareous Particles 40 .p: N4k' 50 = 2" Tan SANDSTONE = 2" Total Depth of Boring = 40.0 FeetLJ 50 Groundwater Note: The boring was advanced to a depth of 40.0 feet below the ground surface without using drifting fluid and groundwater was encountered at a depth of 29.0 feet. LOG OF Project No. 2150506 Date: Type: BORING Additions to Wastewater Treatment Plant BORING 05-08-2006 Air Rotary NO. B-6 City of Lubbock, Texas W. c. HAMILTON ENGINEERING, INC. 0 p E F P E E HT g Y M B 0 L g A M P L E T E 3 T MATERIAL DESCRIPTION U 0 W p c f C t f M C L L P I 2 0 S L 0 A I L S 5 t 0 0 Brown SILTY SAND with Calcareous Particles 10 6 Tan SILTY SAND with Calcareous Particles =1" Tan SANDSTONE =1" Water Surface 15 14 20 50 :s. 50 30 05/09/06 Tan SILTY SAND with Calcareous Particles Total Depth of Boring = 40.0 Feet 35 13 140,1[lp 11 9 Groundwater Note: I ne taonng was aavanew ro a aepm or au.0 feet oeiow me grouna sunace wnnout using arnnng ifulu anu groundwater was encountered at a depth of 28.0 feet. LOG OF Project No. 2150506 Date: Type: BORING Additions to Wastewater Treatment Plant BORING 05-09-2006 Air Rotary NO. B-7 City of Lubbock, Texas �W. e. EUkMMTON ENGINEERING, INC. I D F P E E HT S Y M B O L S A M P L E T E S T MATERIAL DESCRIPTION D D w p c f U t f M C L L P 1 % 2 0 C S O A t L S 5 4.0 Brown SILTY SAND with Calcareous Particles 9.5 NP NP 30.8 SM 10 10 Tan SILTY SAND with Calcareous Particles 8 50 =1.5" Tan SANDSTONE - 0.511 20 3 : 26 30 ;<: ' 4 i �}1y a. 50 50 Tan SILTY SAND with Calcareous Particles = 2 Tan SANDSTONE = 0.51/ 1.51f 35 �h A?: fi; 50 50 40 r-otal Wepthof boring =35.0 Peet Groundwater Note: I he boring was advanced to a depth of 35.0 teet below the ground surtace wnnout using dmmng t►uid ano groundwater was not encountered above that depth. LOG OF Project No. 2150506 Date: Type: BORING Additions to Wastewater Treatment Plant BORING 05-09-2006 Air Rotary NO. B-8 City of Lubbock, Texas w.c, HAWLTON ENGINEERING, INC. D E F P E T E H T s Y M B O L S A M P L E T E S T MATERIAL DESCRIPTION U D w P C f U C t f C L P % - 2 0 c S L d A L S 5 ' 0 0 4.5 Brown SILTY SAND With Calcareous Particles 6.8 NP NP 36.2 SM 10 20 Tan SILTY SAND with Calcareous Particles Brown CLAYEY SAND with Calcareous Particles 15 N 10 Tan SILTY SAND with Calcareous Particles Water Surface 05/09/06 = 2" Tan SANDSTONE - 1" = 1" 20 3 25 9 30 >< 50 35 r hN ` j'4 •. g. . '�ii' rY 50 50 40 otal Depthof Boring =35.0 Feet Groundwater Note: i ne nonng was aavancea io a aepm or ,so.0 ieei oe,uw me grvunu suiiai:e mmuut uwl19 u,ull,1y uuiu aln+ groundwater was encountered at a depth of 23.0 feet. - LOG OF Project No. 2150506 Date: Type: BORING Additions to Wastewater Treatment Plant BOR�G 05-09-2006 Au Rotary NO. $-9 City of Lubbock, Texas 1.-1;11 W'C, 1EIAMILTON ENGINEERING, INC. D F p E E HT S Y M B 0 S A M P L E T E S T MATERIAL DESCRIPTION u D W p c f G t f M C L L P i '� 2 0 S C o A I L S 5 s r4. r 4.0 Brown CLAYEY SAND with Calcareous Particles 5.1 NP NP 25.3 SM Brown SILTY SAND with Calcareous Particles 10 7 Tan SILTY SAND with Calcareous Particles = 2" Tan SANDSTONE = 1" 15 15 20 20 25 30 50 50 . 50 Tan SILTY SAND with Calcareous Particles = 1" Tan SANDSTONE = 2„ 35 -f. ., 40 y. MIS 50 Tan SILTY SAND Water Surface 05/08/06 Page 1 of 2 LOG OF Project No. 2150506 Date: Type: BORING Additions to Wastewater Treatment Plant BORING 05-08-2006 Air Rotary NO. B-10 City of Lubbock, Texas I c. HAARLTON ENGINEERING, INC. E F P E T E H T S Y m B 0 L S A m P L E T E 3 T MATERIAL DESCRIPTION U D W P C f u C t S f M C L L P 1 % 2 0 0 C S L 0 A 1 S L S 46 30 Tan SILTY SAND with Calcareous Particles 36. I otal Ueptn of goring =45.0 t-eet (3rounawater Note: i ne, Donng was aovancea to a aepul 01'40.0 feet veluw the gfuunu bul Imm walluut Ubmw U1111mv nulu allu groundwater was encountered at a depth of 39.5 feet. LOG OF Project No. 2150506 Date: Type: BORING Additions to Wastewater Treatment Plant BORING 05-08-2006 Air Rotary NO. B-10 City of Lubbock, Texas W. G $ANXTON ENGINEERING, INC. D F P E E IT T S Y M B 0 L s A M P L E T E S T I MATERIAL DESCRIPTION u D W p c f c t f M c L L P t ° 2 U C 5 a A I L g 5 Brown CLAYEY SAND with Calcareous Particles $.5 21 8 47.3 SC 10 13 Tan SILTY SAND with Calcareous Particles 15•,• 10 = 1.5" Tan SANDSTONE Water Surface 20 �Nt 50 25 x Y T:. R� `n�5• r 30 05109106 Tan CLAYEY SAND with Calcareous Particles 35 11 12 40 owl DepthEST Ronng =15. u Fee Groundwater Note: The boring was advanced to a depth of 35.0 feet below the ground surface without using drilling fluid and groundwater was encountered at a depth of 28.5 feet. LUG OF Pro ect No. 2150506 Date: Type: BORING Additions to Wastewater Treatment Plant BORING 05-09-2006 Air Rotary NO. B-1 1 City of Lubbock, Texas W. c_ HAAULTON ENGINEERING, INC. r d D F P E T E H T S Y M B O L s A M P L E T E S T MATERIAL DESCRIPTION u D w P o f u C t f c � P % _ 2 Q C S L 0 A L S 5 yV .4 < rs. s " : Brown CLAYEY SAND with Calcareous Particles 4.5 14.5 NP NP NP NP 22.4 26.3 SM SM 10 15 Tan SILTY SAND with Calcareous Particles 15 18 20 11 _ 111 Tan SANDSTONE - 0.5" Water Surface 25 50 50 30 05/09/06 Tan SILTY SAND with Calcareous Particles Total Depth of Boring = 40.0 Feet 35 g 40 10 10 GrounClWater Note: I ne Donng was aavancea To a aeptn uT 4v.v feet Lit:ivw uta ytvunu sutUlu= wttnvuc uanty umtirty nuw anu groundwater was encountered at a depth of 29.0 feet. LOG OF Project No. 2150506 Date: Type: BORING Additions to Wastewater Treatment Plant BORING 05-09-2006 Air Rotary NO. B-12 City of Lubbock, Texas �I L° c, MUMTON ENGiINEERING, INC. E F P E H T 3 Y M 0 L S A p L E T E T MATERIAL DESCRIPTION U 0 W p c f U t f M C L L P ( �° 2 0 g. C O A i L S 5 rr f < tiY k fi :' t{. 4.5 4.5 4.5 Brown CLAYEY SAND with Calcareous Particles 0.8 NP NP 10.6 SM-SP 10 21 Tan SILTY SAND and SAND with Silt with Calcareous Particles 20 25 2 50 = 0.5 ,f Tan SANDSTONE fl = 1 =1" Water Surface 50 30 .y liN. 50 05/09/06 Tan SILTY SAND with Calcareous Particles 35 8 10 40 oral ep of Soring = ee Groundwater Note: The boring was advanced to a depth of 35.0 feet below the ground surface without using drilling fluid and groundwater was encountered at a depth of 28.0 feet. LOG OF Project No. 2150506 � Date: Type: BORING BORING Additions to Wastewater Treatment Plant 05-09-2006 Air Rotary NO. $-13 City of Lubbock, Texas 11 w.0 HAMILTON ENGINEERING, INC. D F P E E HT S Y M S 0 L S A M P L E T E S T MATERIAL DESCRIPTION U D W p c f U t f0 M C L L P I % 2 3 C 0 A I L 5 5 . rows Tan SILTY SAND with Calcareous Particles 10 23 36 =1" Tan SANDSTONE = 1" = 0.5" 20 , 50 25 y n\ah_ v; 50 L30 50 Tan SILTY SAND with Calcareous Particles 35 26 32 40 otal Depthof Boring = 35.0 Feet Groundwater Note: 1 ne nOnng was aavancea to a aepin oT io.v Teet uelow the ytuuttu sullauc wtuwut uZ,my u1unny nufu anu groundwater was not encountered above that depth. LOG OF Project No. 2150506 Date: Type: BORING Additions to Wastewater Treatment Plant BORING 05-10-2006 Air Rotary NO. 13-14 City of Lubbock, Texas C. HANIUMON ENGINEERING, INC. D F P E E HT S Y M B O L S A M P L E T E S T I MATERIAL DESCRIPTION U D W p a f U t f M G L L P i 2 00 S L d A 1 L S 5 r f' nr. • grown CLAYEY bANU With Cal. Hart. 6.6 NP NP 35.1 SM Tan SILTY SAND with Calcareous Particles 10 15 7 50 Tan SANDSTONE = 2" Tan SILTY SAND with Calcareous Particles = 1" Tan SANDSTONE 20 50 f? .«C.- _ Water Surface T 05/10/06 = 3" Tan SILTY SAND with Calcareous Particles 25 46 30 50 35 32 29 40 otal Uepthot goring = ee Groundwater Note: The boring was advanced to a deptn of 35.0 teet Below the ground surtace wrcnout using arming Tfui and groundwater was encountered at a depth of 21.0 feet. LOG OF Project No. 2150506 Date: Type: BORING Additions to Wastewater Treatment Plant BORING City of Lubbock, Texas 05-1 Q-2Q06 Air Rotary NO. B-15 - - W.0 ELUMTON ENGINEERING, INC. 0 E F P E T T }� 5 Y B 0 � s A P L E T s T MATERIAL DESCRIPTION U 0 P f U C t f c L j % o 0 C S L O S L S 5 Brown CLAYEY SAND with Calcareous Particles 6.8 10.0 27 27 11 11 34.0 29.5 SC SC 10 45 Tan SILTY SAND with Calcareous Particles 15 4 Brown CLAYEY SAND with Calcareous Particles 20 5 Conglomerate Water Surface 06/10/06 Tan SILTY SAND with Calcareous Particles 25 34 - 2" Tan SANDSTONE 30 {�. y 50 Tan SILTY SAND with Calcareous Particles 8 35 otal Depthof Poring = 30.0 Feet 4Q Urounawater Note: ► ne oonng was aovancea to a oepui or au.0 mut unwvr uses yivui{u oul law " Ivua UQ 1.v .,...... .y ......... groundwater was encountered at a depth of 19.0 feet. LOG OF Project No. 2150506 Date: Type: BORING Additions to Wastewater Treatment Plant BORING 05-10-2006 Air Rotary NO. B-16 City of Lubbock, Texas 11 c. HAMILTON ENGINEERING, INC. E F P E H T S Y B O L S A P L E I T s T MATERIAL DESCRIPTION U D a c f G t f c L P ° �0 2 0 S � O' A L S 5 'x 4" ova > ` Brown GLAYLY SAND 7.2 27 8 46.3 SC Tan CLAYEY SAND with Calcareous Particles 17 10 20 = 6" Tan SILTY SAND with Calcareous Particles 50 15 35 50 20 25 _1t Tan SANDSTONE 1" 50 30 a al ue"pM ot Soring =25.0 Feet 35 40 Groundwater Note: ne nonng was aavancea to a aeptn of r-,3.0 Teet neiow the grouna surface witnout using ammng Tim ana groundwater was not encountered above that depth. LOG OF BORING Project No. 2151206-1 Date: 12_05-2006 Type: Air Votary BORING NO. B-17 Additions to Wastewater Treatment F1,-- Lubbock, Texas W.c_ HAMILTON ENGINEERING, INC. E F E E HT S Y M B O L S A M P L E T E S T MATERIAL DESCRIPTION U D W p n f C t f M C L L P 1 /o Z 0 S C O A I L S 5 M' 4.0 Srown CLAYEY 6AND 12.8 53 18 20.8 SM Tan CLAYEY SAND with Calcareous Particles 16 10 25 Tan SILTY SAND with Calcareous Particles 79 15 = 2" = 2#1 Tan SANDSTONE = 1" w 2" '' 50 20 ..-: �t 50 25 50 30 f{hi i >a 50 35 Total ep o Moring =10.0 Feet ILI40 Groundwater Note: f he boring was aovancea to a aepin OT SU.0 Met Deiow me grounu 5U11dUV W1UwUt Ubniy U1 nm 1y nUIU O11U groundwater was not encountered above that depth. LOG OF Project No. 2151206-1 Date: Type: BORING BORING Additions to Wastewater Treatment Plant 12-05_2006 Air Rotary NO. B-18 Lubbock, Texas Il c HAMMTON ENGUaER.ING, INC. E F P E E H T S Y M B O L s A M P L E T E S T MATERIAL DESCRIPTION U D w p c f C t f M C L L P i 2 0 S � o A l L S 5 { brown 9.3 NP NP 26.3 SM Tan CLAYEY SAND with Calcareous Particles 10 f234 Tan SILTY SAND with Calcareous Particles = 5" Tan SANDSTONE = 3" 15 50 20 Y ' v 50 25 total p of boring = ee 30 35 40 Groundwater Note: The goring was advanced to a depth of 20.0 feet below the ground surface without using drilling fluid and groundwater was not encountered above that depth. LOG OF Pra"ectNo. 2151206-1 Date: Type: BORING Additions to Wastewater Treaunent Plant BORING 12-06-2006 Air Rotary NO. B-21 Lubbock, Texas HAMMTON ENGINEERING, INC. D F P E T E H T S Y M a O L S A M P L E T E S T MATERIAL DESCRIPTION D w p is f C t s f M c L L P 1 p !p 2 0 0 S C O A 1 S L S 5 4.5 4.5 Brown CLAYEY SAND 13.5 13.4 30 33 10 14 37.0 35.8 SC SC Tan SILTY SAND 5 Tan CLAYEY SAND with Calcareous Particles 10 10 10 15 Tan SILTY SAND with Calcareous Particles 7 20 oral Depth01 Sonng =15.0 Feet 25 30 35 40 vrounawater Note: I ne oonng was aevancea to a oepui oT to.v Teei veluw mt3 yiuullu sut IOLM wru wuL UW1I!d U1 M11 ty 11wu groundwater was not encountered above that depth. I LOG OF Project No. 2151206-1 Date: Type: BORING Additions to Wastewater Treatment Plant BORING 12_05_2006 Air Rotary NO. B-22 Lubbock, Texas 1 W. HAMILTON ENGINEERING, INC. D F P E E T S Y M a 0 L S A M P L E T E S T MATERIAL DESCRIPTION U D W p c f U t f M C L L P I ° �° 2 0 C S G A I L S FS4.5 V,w 3.5 Brown CLAYEY SAND 22 Tan SILTY SAND with Calcareous Particles 10 62 W 2" =1,5" Tan SANDSTONE = 1" . eftn ;yr 50 50 50 20 25 30 w 0.5° Reddish Brown WEATHERED SHALE 61 50 Tan SILTY SAND (moist) 6 35 6 40 Totaleg ot Boring = 3b.0 Feet groundwater Note: I ne noring was advanced to a deptn oT 35.0 Teel Mow the ground su ce wilnour. using ommng nuio ana groundwater was not encountered above that depth. LOG OF Project No. 2150406-2 Date: Type: BORING Additions to Wastewater Treatment Plant BORING 04-244-2007 Air Rotary NO. B-23 Lubbock, Texas W.c HAMII,TON ENGINEERING, INC. p F P E E H T S Y M B O L S A M P L E T E S T MATERIAL DESCRIPTION U D W p c f U t f M C L L P I % 2 00 S C o A 1 L S 5 4.5 4.5 Brown CLAYEY SAND 15 Tan SILTY SAND with Calcareous Particles 10 20 25 30 28 `. > :tl byY: Y y' 50 =5° = 2" Tan SANDSTONE - 0.5" 50 }A f 50 - 1" Reddish Brown WEATHERED SHALE = 1" 50 50 35 otal Depthot boring =3U.0 Fee 40 urounowater Note: { no Donng was aovanceo to a aepuf or au.0 Teel Delow the grounu sulIttuo wit[ uut uangy u)anny nuany groundwater was not encountered above that depth. LOG OF Project No. 2150406-2 Date: Type: BORING Additions to Wastewater Treatment Plant BORING 04-242007 Air Rotary NO. B-24 Lubbock, Texas Field Measurements #1 N-S g 1 1596.450 too 1,750 t.250 124.61 Am -1 258,480 too I i.0()() 5.000 81.20 4 72.792 too 30.000 1 GAWO 45.73 7 43.1.32 too 60,000 20.000 54.20 21.874 100 90.000, 30.000 41.24 0 .-: -- 3 11 11.770 1 W I io.000 50.000 36.98 TO; 4 �� City of Lubbock Wastewater System M 4 11 April 105 2007 Alea-sui-ed andModeled Data ifl Wo U lo Aj 1.1y A.S10.1-L 11 4 111 Uivei-ed Resistivitv,,Nlodel 4 1 4-z 14 jo I 34 DVI)III ill I Resistivity Test #1 North - South Orientation T C,4z.� �PG; EARTH MEASUREMENT CORP 77-7� l.i►0 a 1f! _... . April 10, 2007 City of Lubbock Wastewater System Inversion Model Measured and A todeled Data 14) `t�wrtiifcy .�tt �t}-�-.�l,��c ti�:� i t1► Layered Resistivity Model Resistivity Test #1 North - South Orientation ' at.► 1 (l ( it 133 �4 44 i Jo(f c. Mull-Iti "NEOA/c EARTH REASUREMENT CORP. f :�.,A!w+rsrltr 6 Anr�.xr^�rw F�a�r.w e Field Measurements #1 E- ' 4 1 2055.250 100 3.750 1.250 161.42 :..: 3 339.715 100 I a.000 45J)(H) 106.73 5 78,476 100 30.000 10,000 49.31 7 32.242 I(x) 60.000 20.000 40.52 ct 22.288 100 90,0(w 30.c>«0 42.03 11 11.195 100 150.000 50.000 55.1 4 R y� City of Lubbock Wastewater System Measured and Modeled Data Layered Resistivity'Niodel 42 7 14 13 2 12 4 16 634 ............ 1 4 # 14 2" 1 April 10, 2007 Resistivity Test #1 East - West Orientation EARTK MEASUREMENT CORP �w City of Lubbock Wastewater System Inversion Model 'Nitasul-c(I and Modeled Dat.) Layet-ed Rcsistivity Mudd 4(s 14 -.2 14 1 . ....... . .. 1 4 It I i 4 2 I Flail -Ill ki to .-,a I 'IN Resistivity Test #1 EARI" MEASUREMENT CORP April 10, 2007 East - West Orientation . wtqw.emc•.. .p"ft�s Field Memiuremeipts #2 N-S 4160 1 2683.300 100 3.750 1.250 210.76 T.M 3 442.770 100 15.000 5.000 139.11 A N R 268.255 100 30.000 10 M)() 108.54 -4 0 7 115.250 100 60.000 20.(X)O 169.95 "'tow" Wool 9 64.249 100 90.000 30.000 12) IM) 11 125,115 100 150.000 500)() 78.L)O A 7 13 15393 100 21 0.(X)() 70,000 67.72 ON �'� City of Lubbock Wastewater System W a April 10, 2007 Aleasui-ed and Modeled Data lrt. . . . . . . . . . . . . . . . . . . . . Wei utra Aj tay A-81 mt i i w t Lavei-ed Resistivity Model 4- 1 k - 46 141 4, 3 3 26 titi s 2 4 22 Resistivity Test #2 North - South Orientation EARTH AWASUREMENT CORP Ift April 10, 2007 City of Lubbock Wastewater System Inversion Model Afewsured and Modeled Dma Lxveved Resistivitv Model -44 8 �4 .......... ....... ..... ........................ f) 4 1 3 36-f Depth ift I Resistivity Test #2 North - South Orientation EARTH M1!A$VRkME1WT CORP Field Messu eats #2- E, 4*040 1 1246.100 100 3.750 1,250 tY7.87 310 -TIWWZMMI z T 3 460.130 1 W 15.000 5.000 144.55 4 Y.- -- -------- .......... . .. 5 259.130 100 30.0(X) 10.000 162.83 14 -4 7 118.680 100 60.000 20.(M 14().15 NOW 9 63,041 100 90ARX) IOAXN) 118.93 U-0 11 24.552 1(w 150.000 50.()N) 77.13 .000 61 13 13.449 100 210.()()O 70.(XX) 59.15 - -. I"--�� .�•----. �^�. �`°'�'i'v`�'`. ragt •---� .. r-�s':m`� .,r•""ccy'°j .!'�""'ti ..r---� '."_� - --, - ----- ----- System low* ft �� a�Lubbock 1wi f. April 10, 2007 Nleasu1-ed and Modeled Data 11) SV-o u 1c1 Airily Lavei•ed Resistivity .Model �i 4 431 4-41 .1c�1 fee ?� .. �u 1i {� {- � Ni E ti r, 1 �C'E)C�l I f E l { ►j u l 1-11 i Resistivity Test #2 East - west Orientation % MC, M0, EARTH MEASUREMENT CORP � •• •��:ti�:•�+• 4 f Harm+-�:y wwy.wry,a. Cityof Lubbock WastewaterSystem Inversion Model Measured and Modeled Data I. aver-ed Resistivitz. Model .i + -- lit [icltt wii - I+1 KNIS = 1 "r. April ta, 2007 24 41 12 - I ,, . ..,, . , x .� > . -41 � 1 -� I+► , 24) ill, (►1 4 ,�-- 13 1: t, i u tit, Resistivity Test ##2 East -West Orientation ONEMAC EARTH If MUREMENT CORP Field Measurements #3 N-S - ai. 1 1247.258 50 3.750 1.250 195,93 3 362,650 100 15AM 1.000 11.1.94 184.090 100 3o.()O() IWO) 115.68 '20 7 6K805 100 60,M) 20.000 So.41' 9 38.392 1 (R) 90.000 10.000 72.38 -0 M4, 9.0-5 11 2.3.251 100 150.001) 50.(XX) 73.03 .. V a){l?i tf Via. _. _ _ .......l 3 •Ti� - �l t 11.0 + Q April 10, 2007 City of Lubbock Wastewater System Measu{•ed and Modeled Data I() Wellacj Ailay A -Spat ul'.'r 41 f Lavei•ed Resistivity model `, Ill 1.4- {) _44 ® 1_� 40 yS 4 �1 41) ti 98 {� 110.4 �k1 1; 31 4 4' �1 u a� 1� Depth i ft I k-ilu�i-ski Resistivity Test #3 North - South Orientation lowma m C t•f,.. �M lql 1,.r. wvv aAoMe-. J zz I- n April 10, 2007 City of Lubbock Wastewater System Inversion Model Measured and Modeled Data Lavered Resistivity Model 4 i � I -o u 1w 111-- 1 C1,11 It II - 1 4 ►-N- 2 4 E, t 3 1 t I Nt. 4t 0wrl 1 1 Resistivity Test #3 North - South Orientation EARTH MEASUREMENT CORP . . . , T "' .. 1. . Field Measurements #4 N-S 05 1 974130 too 3.750 1.250 76.5 1 ............ 3 300.945 100 15M00 5,000 94.55 Rr A -N WIN 5 134.740 100 30,000 1 O.O(X) 84.65 15; 7 61.263 100 60.000 20.000 76.97 9 35.689 100 90.000 10.000 67.26 11 18.312 too 150.000 50,000 57.51 13 14-763 1 M 210,000 70.000 64.93 ra April 10, 2007 City of Lubbock Wastewater System \Ieasut•ed and Modeled Data WC1111ti _ l 1 a1 A-,` pak 111 ! 4 ti 1 Lavei•ed Resistivity Model �Y 1 �4 ■ 1 — o 1` 1 1 �.► n _. 241 410 , 1 1 4 ► ; I s I 1 o 31 2 ltiti 104 ;u q(i Dept]1 (1)1 �.►�llll-i[1 Resistivity Test ##4 North - South Orientation "NEOMC EARTH MMUREVENT CORP •,.n�w•www+�• ► R R1a•.« e>v Qewo,M.rara April 10, 2007 U City of L bbock Wastewater system Inversion Model Nfeawl-ed and Modeled Data Lavei-ed Resistivit-v Model -_j I )cj it I I I ft I I I RN IS Resistivity Test #4 North - South Orientation fARTH MEASUREMENT CORP 7777 777 RFP No. 11-9835-MA ADDENDUM # 3 RFP # 11-9835 MA Digesters 8 & 9 Improvements Project 'TE1(AS'" DATE ISSUED: February 11, 2011 CLOSE DATE: February 16, 2011 @ 3:00 p.m. The following items take precedence over specifications for the above named Request for C Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. VOLUME 2 OF 5 - SPECIFICATION SECTION 11381- DIGESTER ACCESSORIES PART 2 — PRODUCTS, 2.09 3-WAY MULTIPORT VALVES FOR DIGESTER GAS SERVICE, A.l.c.1) Features: ADD: "At no time or possible position shall the multivort plug valve allow both ports to be closed." After original sentence. PART 2 — PRODUCTS, 2.09 3-WAY MULTIPORT VALVES FOR DIGESTER GAS SERVICE, A.2.c.1) Features: ADD: "At no time or possible position shall the safety selector valve allow bothyorts to be closed." After original sentence. PART 2 — PRODUCTS, 2.10 NON -SPARKING GASTIGHT MANHOLE COVERS, B. Materials: DELETE: "Steel' from 1. Base. REPLACE WITH: "Aluminum" ADD: "3. Hardware and Fasteners: Stainless Steel." PART 2 — PRODUCTS, 2.12 NON -SPARKING GASTIGHT MANHOLE COVERS, B. Materials: DELETE: "Steel' from 1. Base. REPLACE WITH: "316/316L stainless steel' DELETE: "Aluminum" from 2. Cover. REPLACE WITH: "316/316L stainless steel' • Page 2 February 10, 2011 2. VOLUME 2 OF 5 - SPECIFICATION SECTION 11381 -DIGESTER ACCESSORIES PART 1 — GENERAL, 1.05 SUBMITTALS, E. Specific submittal requirements, 12. Record documents, d. Shop drawings, c): DELETE: "AutoCAD by Auto Desk Version 2004" REPLACE WITH: "Microstation by Bentley Version 8" 3. VOLUME 2 OF 5 - SPECIFICATION SECTION 11312E - SCREW CENTRIFUGAL PUMPS PART 2 PRODUCTS, 2.14 SOURCE QUALITY CONTROL, A. Witnessing: ADD: The following: 1. The test shall be observed by the ENGINEER and may be observed by the OWNER 2. The CONTRACTOR shall bear all expenses associated with this test including but not limited to travel, lodginz, and meals. A minimum of 3 individuals for 1.5 days shall be included. 3. The ENGINEER shall be reimbursed by the OWNER for the costs associated with these tests. The OWNER shall deduct from the CONTRACTOR's contract an amount equal to all of the combined OWNER's and ENGINEER's cost. 4. VOLUME 2 OF 5 - SPECIFICATION SECTION 13448 - INTELLIGENT ACTUATORS PART 2 PRODUCTS, 2.01 MANUFACTURERS, A: DELETE: ", to be supplied by Municipal & Industrial Automation, Inc" 5. VOLUME 3 OF 5 - SPECIFICATION SECTION 15114 - CHECK VALVES PART 2 PRODUCTS, 2.02 "DUCKBILL" CHECK VALVES, B. Manufacturers, 1: DELETE: "Series TF-1" REPLACE WITH: "Series TF-2" if • Page 3 February 10, 2011 6. VOLUME 3 OF 5 - SPECIFICATION SECTION 15121- PIPE COUPLINGS PART 2 PRODUCTS, 2.01 PIPE COUPLINGS FOR DUCTILE IRON PIPING: ADD: The following: G. Mechanical wedge action ioint restraints: 1. Manufacturers: The following or approved e(jual: a. EBAA Iron, Inc.. Megalug Series 1100. 2. Materials: Ca. Gland Body: Ductile iron in accordance with ASTM A 536. b. Wedges and wedge actuating components: Ductile iron in accordance with ASTM A 536. 1) Wedges shall be heat treated to a minimum of 370 BHN. ` c. Actuating Bolts and Nuts: Ductile iron in accordance 1..., with ASTM A 536. 1) Provide torque -limiting twist off components to ensure proper installation. 3. Coatings: a. Provide manufacturer applied coating system. b. Manufacturers: The following or equal: 1). EBAA Iron Inc.. Mega -Bond. 4. Working pressure: a. Shall include a minimum safety factor of 2:1. b. For sizes 3 through 16-inch: 350 pounds per square inch. c. For sizes 18 through 48-inch: 250 pounds per square inch. 5. Restraint shall consist of multiple gripping wedges incorporated into a follower gland meeting the requirements of AWWA C111. 6. Restraint shall allow post assembly angular deflection that is a minimum of 50 percent of the angular deflection allowed by the mechanical ioint. 7. Restraint must be in accordance with applicable requirements of AWWA C110 and AWWA C111 for mechanical ioints. • Page 4 February 10, 2011 7. VOLUME 3 OF 5 SPECIFICATION SECTION 17720 - CONTROL SYSTEMS - PROGRAMMABLE LOGIC CONTROLLERS HARDWARE PART 2 PRODUCTS, 2.13 SOURCE QUALITY CONTROL: REPLACE language added with Addendum No. 2 with the following: B. Factory Tests: 1. Test the complete PLC at the manufacturer's facility: a. The test shall be observed by the ENGINEER and may be observed by the OWNER b. The CONTRACTOR shall bear all expenses associated with this test including but not limited to travel, lodging, and meals. A minimum of 3 individuals for 1.5 days shall be included. c. The ENGINEER shall be reimbursed by the OWNER for the costs associated with these tests. The OWNER shall deduct from the CONTRACTOR's contract an amount equal to all of the combined OWNER's and ENGINEER's cost. 8. VOLUME 5 OF 5 - DRAWING M-23 (SHEET 64) — GAS FLARE AND BOOSTER PLAN GENERAL NOTES: ADD: "5. ALL DRIP TRAPS AND U-TUBE ASSEMBLIES SHALL DRAIN TO AN EQUIPMENT DRAIN (TYPICAL DETAIL P410)." PLAN A AT EL 3155.50: MODIFY: PLAN A as described below: The flow arrows between the main headers and each gas booster are incorrectly shown, The southern gas line to each booster is the suction line, and the northern gas line from each booster is the discharge line, so the flow arrows should be reversed. DELETE: Drain line from each flame trap. • Page 5 February 10, 2011 9. VOLUME 5 OF 5 - DRAWING M-24 (SHEET 65) GAS FLARE AND BOOSTER SECTIONS AND DETAILS GENERAL NOTES: ADD: "4. ALL DRIP TRAPS AND U-TUBE ASSEMBLIES SHALL DRAIN TO AN EQUIPMENT DRAIN (TYPICAL DETAIL P410)." KEY NOTES: ADD: KEY NOTE "<20> EQUIPMENT DRAIN PER TYPICAL DETAIL P410" SECTION B: DELETE: Valve associated with Key Note <7> and drain line from Flame Trap Assembly. SECTION C: ADD: Callout for KEY NOTE "<20>" wherever a drain line or U-tube assembly meets the top of the slab. Indicate an EQUIPMENT DRAIN per TYPICAL DETAIL P410 for each drain line or U-tube assembly. SECTION D: ADD: Callout for KEY NOTE "<20>" wherever a drain line or U-tube assembly meets the top of the slab. Indicate an EQUIPMENT DRAIN per TYPICAL DETAIL P410 for each drain line or U-tube assembly. 10. VOLUME 5 OF 5 - DRAWING E-3 (SHEET 76) - SITE ELECTRICAL DUCTBANK SECTIONS - I DUCTBANK SECTION E: DELETE: "L-143" REPLACE W1TH: "L453" I L VOLUME 5 OF 5 - DRAWING E-4 (SHEET 77) - SITE ELECTRICAL DUCTBANK SECTIONS - II DUCTBANK SECTION M: DELETE: "L-143" REPLACE WITH: "L453" r • Page 6 02/11/2011 END OF ADDENDUM NO.3 February 10, 2011 All recjusts fir `additional pimatiqji =must be subintfed ii Writiiac�urtzcXd to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to malvarezADMylubbock.us CITY OF LUBBOCK Marta Alvarez Director of Purchasing and Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any lirements. etc., or any combinations thereof. inadvertently restricts or limits the mguirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the bid close date. A review of such notifications will be made. x .. carol/o city of Engineers... Working Wonders With Water- Iubbock TEXAS DIGESTERS 8 AND 9 IMPROVEMENTS PROJECT SOUTHEAST WATER RECLAMATION PLANT CITY OF LUBBOCK REQUEST FOR CLARIFICATION 2 Date: February 1, 2011 RFP 11-9835-MA CIP 92177 2. Received on Jan 24, 2011 from: Janice Fuqua Office Coordinator C F Engineered Equipment 6505 W. Park Blvd., Suite 306 PMB 374 Plano, TX 75093 PH: 972-479-1105 Fax: 972-479-0133 Q. Is Myers acceptable manufacturer for digesters mixing pump pit submersible sump pump and digester control room submersible pumps? A. Or -equal or substitute equipment and products will not be pre -qualified during the bid ( period; The successful bidder may submit or -equal or substitute equipment and products that meet all requirements of the specifications during the submittal phase of the Work. Note: The comments made herein cannot change the Contract Documents and are not binding. Only Addenda can change the Contract Documents. 3. Received on Jan 24, 2011 from: John Sefton HVAC Rep Enterprises 15827 Nedra Way Dallas, TX 75248 (972) 661-9090 ph (972) 661-9083 fax (469) 585-0554 cell Q. Centrifugal exhaust fan/side discharge supply fan is shown on sheet M-21 for the referenced project; however, the only specs we see call for Gravity Ventilators (Section 15838); and we do not see any fan schedule or requirements listed. Provide specification section, or provide a fan schedule. A. Fans are specified in Section 15830 — Fans. The fan schedule is at the end of Section 15830, 3.05 Schedules, A. Fan Schedule. Note: The comments made herein cannot change the Contract Documents and are not binding. Only Addenda can change the Contract Documents. Engineers... Working Wonders With Water- lle�_ city off ubbom TEXAS DIGESTERS 8 AND 9 IMPROVEMENTS PROJECT SOUTHEAST WATER RECLAMATION PLANT CITY OF LUBBOCK REQUEST FOR CLARIFICATION 4 Date: February 1, 2011 RFP 11-9835-MA CIP 92177 4. Received on Jan 24, 2011 from: Roger Nixon BRB Contractors Q. Is there a geotechnical report for the project? A. A geotechnical report was not prepared for the project. However, borings have been taken in the vicinity of the project, and geotechnical reports have been prepared as part of previous projects. These geotechnical reports can be made available by the City of Lubbock on request. Q. Sheet C-02, the 8" DS line1 8" in size. Sheets G-11 and M-13 call it out as 10". Is there a profile of the buried line or can you tell us how deep It is buried. Key Note 30 points to this line. This says the line is SS above ground and Schedule 40 PVC below ground. This conflict with the piping schedule which calls it glass lined DIP. A. Sheets G-11 and M-13 correctly call out the DS line as 10 inch diameter. Keynote 30 is misplaced, and does not apply to the DS line (Keynote 30 is intended to apply to DG piping). There is no profile information on the DS line; The DS-10 line is shown in Section C on Sheet M-14, and ultimately connects to an existing DS-8 as shown on Sheet C-2. Keynote 25 is incorrectly referenced on Sheet C-2 for connection of the new DS-10 line to the existing DS-8 line; Keynote 29 is the correct reference. Sheet C-2 will ccbe updated to reflect these changes in Addendum 2. L; Note: The comments made herein cannot change the Contract Documents and are not binding. Only Addenda can change the Contract Documents. 0- arollo ity of Engineers... Working Wonders With Water- fI I ; 10j TEXAS DIGESTERS 8 AND 9 IMPROVEMENTS PROJECT SOUTHEAST WATER RECLAMATION PLANT CITY OF LUBBOCK REQUEST FOR CLARIFICATION 5 Date: February 1, 2011 RFP 11-9835-MA CIP 92177 5. Received on Jan 24, 2011 from: Jamie French Hartwell Environmental Corporation. 5211 W. Arkansas Lane Arlington, TX 76016 Office - (817) 446-9500 Cell - (817) 880-4017 Q. Can Shand and Jurs be named by addendum as an acceptable manufacturer to the City of Lubbock's Digester 8 & 9 Improvements Project, specification section 11381 Digester Accessories, specification parts 2.02A-1, 2.03A-1, 2.04A-1, 2.05A-1, 2.06A-1 and 2.07A- 1. Shand & Jurs is named as an acceptable manufacture in all other applicable parts of this specification section. Shand & Jurs meets the specified requirements for the components listed in each of the specification parts where they are not named A. Or -equal or substitute equipment and products will not be pre -qualified during the bid period; The successful bidder may submit or -equal or substitute equipment and products during the submittal phase of the Work. Q. Can Shand & Jurs be named by addendum as an acceptable manufacturer to specification section 11405 Waste Gas Flare, part 2.01.A. Shand & Jurs Waste Gas Flare equipment meets the specification as written. A. Or -equal or substitute equipment and products will not be pre -qualified during the bid period; The successful bidder may submit or -equal or substitute equipment and products that meet all requirements of the specifications during the submittal phase of the Work. Note: The comments made herein cannot change the Contract Documents and are not binding. Only Addenda can change the Contract Documents. L i carol cngineers...Working Wonders With Water- flu"'bV&'k TEXAS DIGESTERS 8 AND 9 IMPROVEMENTS PROJECT SOUTHEAST WATER RECLAMATION PLANT CITY OF LUBBOCK REQUEST FOR CLARIFICATION 6 l; Date: February 1, 2011 RFP 11-9835-MA CIP 92177 6. Received on Jan 24, 2011 from: Paula J. Logan Market Makers Inc. — " Your Division 7 Resource"I 6807 Theall Rd Ste C Houston TX 77066 Q. Can Verisco Inc be acceptable manufacturer for Elastomeric membrane roofing. A. Or -equal or substitute equipment and products will not be pre -qualified during the bid period; The successful bidder may submit or -equal or substitute equipment and products that meet all requirements of the specifications during the submittal phase of the Work. Note: The comments made herein cannot change the Contract Documents and are not binding. Only Addenda can change the Contract Documents. L CITY OF LUBBOCK REQUEST FOR CLARIFICATION 7 Date: February 1, 2011 RFP 11-9835-MA CIP 92177 7. Received on Jan 25, 2011 from: Ben Hames David G. Halley & Co. Inc. bhames@dghco.com (806)-745-3405 Office (806Y745-5924 Fax Q. I have looked at all the drawings and Specs for information on the recirculation pump. I need to know the GPM and Foot of Head for the recirculation pump PMP- 712? A. PMP-712 is found in Specification Section 11395 — Pre -Engineered Biotrickling Filter Odor Control System (Bid Alternate 1). PMP-712 is part of the Biotrickling Filter Odor Control System Scope of Supply. Note: The comments made herein cannot change the Contract Documents and are not binding. Only Addenda can change the Contract Documents. 14srcarollo Engineers... Working Wonders With Water - DIGESTERS 8 AND 9 IMPROVEMENTS PROJECT SOUTHEAST WATER RECLAMATION PLANT CITY OF LUBBOCK REQUEST FOR CLARIFICATION 1 Date: February 1, 2011 RFP 11-9835-MA CIP 92177 1. Received on Jan 21, 2011 from: Bradley R. Wood Plant Division Estimating BRB Contractors, Inc. 3805 NW 25th Street P.O. Box 750940 Topeka, KS 66675 Office: 785-232-1245 r Direct: 785-290-1150 Fax: 785-235-8045 Q. Where do you want the damp proofing applied? Nothing in the drawings indicates where it is to be applied. A. Damp -proofing is required on the exterior of new vertical concrete surfaces, at electrical manholes, and the mixing pump pit walls. This will be shown on the Plans in Addendum 2. Q. Ref pg M-28 key note 23: Are there 5 hatches or just one? A. There are five access hatches, as shown on Drawing No. M-28; Three associated with the basin cover, and two associated with the proposed submersible pumps. Q. There is a specification for fire extinguishers in but not shown anywhere on drawings Are they required? A. Four fire extinguishers are required; One in lower level pump room, one in the upper pump room access, one in the digester control area, and one in the pump mix area under the canopy, lower level, near a stair exit. These will be called out on the plans in Addendum 2 Q. Reference pg M-16 key note 14: The frp grating does not show up in the electrical drawings. Is this grating required? A. Yes, FRP grating is required as indicated on Drawing No. M-16. Q. Ref C-4 detail 3/7: Is 18" of gravel base required? A. Under asphalt, the design indicated on Drawing No. C-4, Details 3 and 7, is 6-inches aggregate limestone sub -base course compacted to 95% and 12-inches aggregate base course compacted to 95%, which is 18-inches total. t Note: The comments made herein cannot change the Contract Documents and are not binding. Only Addenda can change the Contract Documents. fr Note: The comments made herein cannot change the Contract Documents and are not binding. Only Addenda can change the Contract Documents. �i REVISED City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 11-9835-MA Before submitting your bid, 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. I. ✓ Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid 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. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. 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. 2. ✓ Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. ✓ 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. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. J/ Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. -iZ Complete and sign the "CONTRACTOR'S STATEMENT OF QUALIFICATIONS". 7. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be ' explained in detail and submitted with Bid. 8. ✓ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 9. Complete lete and submit the PROPOSED LIST OF SUB -CONTRACTORS. p 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 BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. (Type or Print Company Name) Pare Intentionally Left Blank iv INDEX SECTION NO. PAGE NO. 1. NOTICE TO OFFERORS.......................................................................................................... 1 2. GENERAL INSTRUCTIONS TO OFFERORS.......................................................................... 5 3. TEXAS LOCAL GOVERNMENT CODE § 271.116............................................................... 19 4. PROPOSAL SUBMITTAL FORM.......................................................................................... 23 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM ......................................................... 25 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS ......................................... 29 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT ........................... 41 4-4. SAFETY RECORD QUESTIONNAIRE...................................................................... 43 4-5. SUSPENSION AND DEBARMENT CERTIFICATION .............................................. 45 4-6. PROPOSED LIST OF SUB-CONTRACTORS............................................................. 47 5. POST -CLOSING DOCUMENT REQUIREMENTS................................................................ 49 5-1. FINAL LIST OF SUB-CONTRACTORS..................................................................... 53 6. PAYMENT BOND.................................................................................................................. 55 7. PERFORMANCE BOND......................................................................................................... 59 8. CERTIFICATE OF INSURANCE........................................................................................... 63 9. CONTRACTOR CHECKLIST................................................................................................. 67 10. REQUIRED WORKER'S COMPENSATION COVERAGE ................................................... 71 11. CONTRACT............................................................................................................................ 75 12. GENERAL CONDITIONS OF THE AGREEMENT............................................................... 79 13. DAVIS-BACON WAGE DETERM NATIONS..................................................................... 103 v Paae Intentionally Left Blank SECTION 1 NOTICE TO OFFERORS Paae Intentionally Left Blank NOTICE TO OFFERORS RFP 11-9835-MA Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 p.m. on Wednesday, February 16, 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: "Digesters 8 and 9 Improvements Project" After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 3:00 p.m. on Wednesday, February 16, 2011, and the City of Lubbock City Council will consider the proposals on Thursday, March 24, 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 $100,000 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 Ratine of "A" or better. The bond must be in a form accented 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 mandatory pre -proposal conference on Wednesday, January 26, 2011 at 1:00 mm., at the City of Lubbock, Southeast Water Reclamation Plant at 3603 Guava Street, Lubbock, Texas 79457. An optional plant tour will follow the pre -proposal conference. z Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at http://pr.thereproductioncompany com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $250 REFUNDABLE DEPOSIT FULL SET OF PLANS AND SPECS OR $170 FOR THE HALF SET OF PLANS AND SPECS, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within THIRTY (30) days of the opening of Proposals, after the 30 days, checks will be deposited. Additional sets of plans and specifications may be obtained at the proposer's expense. The contractor award the project 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. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to Offerors. Each Offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. 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. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2175 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta .Alvarez Marta Alvarez DIRECTOR OF PURCHASING AND CONTRACT MANAGEMENT � 3 4 SECTION 2 GENERAL INSTRUCTIONS TO OFFERORS 6 Pape Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to fin-nish Digesters 8 and 9 Improvements Project per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 p.m., Wednesday, February 16, 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: "RFP 11-9835-MA, Digesters 8 and 9 Improvements Project" 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 Offerors 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 mandatortipre-proposal conference will be held at 1:00 p.m., Wednesday, January 26, 2011 at the City of Lubbock, Southeast Water Reclamation Plant, located at 3603 Guava Street, Lubbock, Texas 79457 following the pre-posal. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. Following the pre - proposal meeting, a tour of the project site will be conducted by City personnel. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting. 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 i_ 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 may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the proposer, or in the event the Director of Purchasing and Contract g 4 4 5 Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Director of Purchasing and Contract Management. Such addenda issued by the Director of Purchasing and Contract Management Office 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 Director of Purchasing and Contract Management 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 Director of Purchasing and Contract Management 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 Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the 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 Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than 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. 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 commercial 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 CONFIDENTIAL/PROPRIETARY 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 the General 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 Director of Purchasing and Contract Management if any language. requirements, etc., or any combinations thereof inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Director of __ 10 13 14 15 16 Purchasing and Contract Management Office no later than seven (7) calendar days before the proposal closing date. A review of such notifications will be made. Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock Purchasing and Contract Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: malvarez@mail.ci.lubbock.tx.us Bidsync: www.bidsvnc.com TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be completed within four hundred fifty (450) 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 fiunished. 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 11 L__i i with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 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 years from date of final f" acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner I (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. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: 12 20 21 22 23 24 25 (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. 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 R 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, fiirnish 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 LA 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. IJ_ CONTRACTOR'S REPRESENTATIVE_g 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 3 ` that the work contemplated by this contract is in progress. t_ 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 ,E 13 I furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 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 weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS `- The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and _- - agents of the City. The'Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf § 14 M this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof; such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES 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. (__3 29 PREPARATION FOR PROPOSAL 29.1 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 bidder shall submit his bid on forms furnished by the City, and all blank spaces in the 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 ARCHER WESTERN CONSTRUCTION, LLC 29.3.2 Proposal RFP 11-9835-MA, Digesters 8 and 9 Improvements Project. 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. 30 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. s (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). 15 (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. 31 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 fl 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. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 16 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 271.116. The Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 25% for Contractor Qualifications, 10% for Safety Record, and 5% for Construction Time. The selection criteria used toevaluate each proposal includes the following: 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 maximum point value multiplied by the weight of the price factor for the price score. For example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 25% 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 X Weight = Score). Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. 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 10% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) . Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio. The Contractor must submit this ratio with his bid. Contractors with an Experience Modification Ratio greater than 1 will not be considered. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the Experience Modification Ratio. 32.4 5% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score. 17 __ 32.5 EVALUATION PROCESS_ Evaluators independently review and score each proposal. The committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks Offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that Offerors with higher qualifications scores could be ranked higher than Offerors with slightly better price scores. The estimated Base bid budget for the construction phase of this project is $11,500,000. 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 CONMT 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. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. 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 18 bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 35 PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work 35.3 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. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: htip://www.gM.g-ov/davisbacon/affstates.html 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. 11 In 19 SECTION 3 TEXAS LOCAL GOVERNMENT CODE 4271.116 20 Pase Intentionally Left Blank 21 i 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 a 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 them 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 successful 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 change 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. 22 a J j , Pam I tenl0■all Left Blank . � � a � \ \ � \/ � \\ . � \) 2 - [\ . t2 SECTION 4 PROPOSAL SUBMITTAL FORM 24 Paee Intentionally Left Blank 25 a[ PROPOSAL SUBMITTAL FORM REVISED PRICE PROPOSAL CONTRACT DATE: figeUA&V IL. Zol PROJECT NUMBER: RFP 11-9835-MA - Digesters 8 and 9 Improvements Project Proposal of Asctw, kiweSTLA� acn.A. PLC. (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 the Digesters 8 and 9 Improvements Project 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. ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED NO. QUANTITY AMOUNT 1 All Work as defined in the Contract Documents for LS 1 N/A $ Construction except those items listed separately below IO air[, vel0 2 Mobilization, Demobilization, and SWPPP LS 1 N/A $ 4s01o00. 3 All Work as defined in the Contract Documents for Digester LF 5,000 $ 2.? $ 135' ��� Structural Repair 03938 4 All Work as defined in the Contract Documents for Sludge 1,000S 1,750 $ Zeq 0• co $ oc y201600• Removal, Dewatering and Disposal, and Digester Cleaning of gal as defined in Section 11382 5 Bid for the development, design, and implementation of a LS 1 N/A $ O trench safety system as required by OSHA and for the assumption of responsibility by such said system. 6 Pre -negotiated Bid Price for Screw Centrifugal Pump LS 1 N/A $ 421,625 equipment as defined in Section 11312E 7 Pre -negotiated Bid Price for Chopper Centrifugal Pump LS 1 N/A $ 92,463 equipment as defined in Section 11312 8 Pre -negotiated Bid Price for Tube -In -Tube Heat Exchanger LS 1 N/A $ 313,330 equipment as defined in Section 11403 9 Pre -negotiated Bid Price for MCC 1600 as defined in LS 1 N/A $ 110,849 Section 16444 10 Total Price for remainder of the Work for Pre -negotiated LS 1 N/A $ cki Items 6 through 11, as defined in Section 01000, Items 40.04 and 40.05. 11 Add/Deduct — Final Adjustment to Bid, but not including LS 1 N/A $ a,d previous Bid Items 1 through 11 N u TOTAL BASE BID (sum of Bid Items 1 through 11):4Vt4v E►gh"f':�+A�pHt7'��i l�flrts�t* d, &' �-'b$ , (Price in Words) (Price in Figures) Offeror's Initials Bid Alternates: The Offeror will accept as adjustment to the Bid for quantities of work different than indicated in the Bidding Documents the amount resulting from applying to the difference the following alternate bids. The acceptance or rejection of any or all Bid alternates is at the option of the OWNER and will not necessarily be made on the basis of price alone. The contract price shall be the net amount determined by applying the net addition specified to the Bid. Bidder will complete the Work in accordance with the Contract Documents and accept in full payment for the Work items listed in the Bid Schedule below, using the following Bid Prices, as applicable if the OWNER accepts Bid Alternates as part of the Project. ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED NO. QUANTITY AMOUNT 12 Bid Alternate 1 — All Work as defined in the Contract LS 1 N/A $ Documents for Construction of the Retention Basin and 53(00100p. appurtenances 13 Bid Alternate 1 — Pre -negotiated Bid Price for Recessed LS 1 N/A $ 100,376 Impeller Pump equipment as defined in Section I I312C 14 Bid Alternate 1 - Total Price for remainder of the Work for LS 1 N/A $ 51 coo Pre -negotiated Item 14, as defined in Section 01000, 40.05. TOTAL BID ALTERNATE 1 PRICE (sum of the com uted totals, Items 12 through 14): SIX 4�uKc�ti dc'Ga4 �� WX6 6 I�u►. dt (Price in Words) (Pnicni Figures) Offeror's Initials ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED NO. QUANTITY AMOUNT 15 Bid Alternate 2 — Dewatering and Disposal of the entire 1,000S 2,300 $ $ contents of Digester 9 from the operating level (32 feet of gal po /A % c4 1000 above the top of the cone) to a level 5 feet above the top of the cone. TOTAL BID ALTERNATE 2 (Item No. 15): �1 �OCXVL �UnJa� ' �ou2A�a� l 0USA0J (Price in Words) y rql aO0- 00 $ (Price gores) 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 substantially complete the project within (480) FOUR HUNDRED EIGHTY 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 $2,500 (TWO -THOUSAND FIVE - HUNDRED DOLLARS) for each day in excess of the time set forth herein above for completion, and the sum of $1,000 (ONE THOUSAND DOLLARS) for each consecutive calendar day after substantial completion and in excess of the time to final completion set forth herein above for completion of this of this project, all as more fully set forth in the General Conditions of the Agreement. The proposed number of calendar days to substantial completion. (Number followed by written): The proposed number of calendar days to final completion. (Number followed by written): 51D DA q6 - V� f�u,�a�� 7"E � 114t.gLO AR I1A U s 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. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the !� Y Y 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. Offeror's Initials Enclosed with this proposal is a Cashier's Check or Certified C eck for Dollars ($ ) or a Proposal Bond in the sum of FINE: r OF -rbML*D AjAaWr Dollars which it fig 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) ATTEST./ //V Secre ry Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. 3 Date 2011 Addenda No. Date Date: /,ARui a 14+ 2011 � / zQ1 Authorized Signature IAb11f l._ P. k_l&.&r± (Printed or Typed Name) kG*r2 SST LRA ST2ucn od, U4. Company Address - �. A d Ct " County Tx 3b00 State Zip Code Telephone: Fax: ei - 13 a Email: ►b.K . e4rK FEDERAL TAX ID or SOCIAL SL�CURITY No. M -06611 S log MIWBE Firm: Woman Black American Native American lEspanic American Asian Pacific American Other S ecif 29 THE AMERICAN INSTITUTE OF ARCHITECTS 1... AIA Document A310 Bid Bond r..,( KNOW ALL MEN BY THESE PRESENTS, THAT WE Archer Western Construction, LLC as Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company a corporation duly organized under the laws of the State of Connecticut ((j as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock, Texas as Obligee, hereinafter called the Obligee, in the sum of Five Percept of Amount Bid Dollars ($ (5%) ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Digesters 8 and 9 Improvement Project RFP 11-9835-MA r Project Number: CIP 92177 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may In good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 16th day of February (witness) Kathleen C. O Rou arror an ac] .Jodi Wallace Surety Phone No. ,dy AIA UOCUMRNT A310 • 1111) BOND • AlA • FIN LtTARY 1970 ED. • TITH AMERICAN r INSTITU'I'1; OF ARC:IIFI'1;CfS,173.5 N.Y. AVE., N.W., WASNIN'C;'PON, D.C. 20006 POWER OF ATTORNEY TRAVELERS, Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 222409 Certificate No. 004026910 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Kathleen C. O'Rourke, Brian R. Walsh, J. William Ernstrom, and Jodi Wallace of the City of Chicago , State of Illinois , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their lus4iess of.guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or perrttSin any --ions or ptticeedings allowed by law. 7th IN WIT-WM WHEREOF, the Compa26f�ave caused this ins menk to be sipid and thel�coiporate seals to be hereto affixed, this day of _ .ay L l.sts g Farmington Casualty Cgm1*11ii St. Paul Mercury Insurance Company Fidelity and Guaranty hii6rance Company, '- _ ` t Travelers Casualty and Surety Company Fidelity and Guaranty bsufi ce Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Q. u....s �... as—., r— ..- .. ..., .... State of Illinois County of Cook On this 16 t h day of February , 2011, before me personally appeared Jodi Wallace, known to me to be the Attorney -in -Fact of TRAVELERS CASUALTY AND SURETY COMPANY, the corporation that executed the within instrument and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year in this tiUate. 4rst.writt= "OFFICIAL SEAL" �_.. KATHLEEN C. O'ROURKE Notary Public,StateofIllinois X4 " My Coimmiysion Expires-10/23/2012 (Notary Public) nossuyr-W.... --- 58440-4-09 Printed in U.S.A. OF ATTORNEY IS INVALID WITHOUT THE RED This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary, and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be -affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and Unit Fidand G _ ty Company do hereby certify that the above and foregoing is a true and connect copy of the Power of Attorney executed by said Corn -W q i 11 fo a effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand agr�t ►h oi sa es this 16 t h day of F e b r u 4 r y, 20 1 r �`� r Kori M. Johans Assistant Secretary 1"is 7 Ape Cj �a �' �Q° ■von G\9�°�/P`,.........;�q .a ...: 3sba� 1951 ao '►11`4S.E...A`,SELe� CONE To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attomey-In-Fact number, the above -named individuals and the details of the bond to which the power is attached. Pap.e Intentionally Left Blank CONTRACTORS STATEMENT OF QUALIFICATIONS Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint - ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? 5M 5et.-mots 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". s ge- Src.rl -&4 -rku o (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? if so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgment is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non -responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material. misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorneys fees for collecting such costs and damages. Complete the following information for your organization: 30 AUV - Archer Western Contractors hod A MEMBER OF The Welsh Group September 30, 2010 Re: The Affiliation between Archer Western Construction, LLC and Archer Western Contractors, Ltd. To Whom It May Concern: The intent of this letter is to provide a formal statement regarding the relationship between Archer Western Contractors, Ltd. ("AWC') and Archer Western Construction, LLC ("AWC, LLC'). AWC, Incorporated in 1983 by the Walsh's, a family having 112 years of experience in the construction industry, is an experienced and accomplished general contractor. AWC, LLC is a newer business entity created by that same Walsh family to engage In the same construction business as AWC under a new corporate form, while maintaining the same high standards for quality, safety, responsibility and citizenship. AWC, LLC shares certain practices and policies, draws from the talent and experience of AWC employees, and is often backed by the full faith and credit of AWC and Travelers Casualty and Surety Company as guarantor and surety respectively. AWC, LLC has inherited the industry knowledge and experience of AWC, which is reflected by the project history identified in this proposal. In this proposal, references to "Archer Western Construction, LLC " or "AWC, LLC" shall mean the applicant, whereas "Archer Western Contractors" or "Archer Western" or "AWC' shall mean the predecessor Archer Western Contractors, Ltd., with which the applicant shares resources and experience as described above. If you have any questions relating to the above, our legal department would be happy to explain further the relationship discussed herein. Please do not hesitate to contact the undersigned at any time. Thank you for your attention to this matter. Sincerely, ARCHER WESTERN CONSTRUCTION, LLC Kevin J. Kelly Corporate Counsel 312-563-5474 929 ~ Adams Street. ChFcep Mods OWN R 3MS83MW r- 3IZ563MU An Equal opponunny EMOWW Contractor's General Information Organization Doing Business as Archer Western Construction, LLC Business Address of Principle Office 929 W. Adams Chicago, IL 60607 Telephone Numbers 312.563.5400 Main Number 817-640-3898 Fax Number 817-640-8734 Web Site Address www.waishgroup.com Form of Business (Check One) If a Corporation Date of Incorporation LX FTCorporation A Partnership An Individual September 3, 2009 State of Incorporation Illinois Chief Executive Officer's Name N/A President's Name Daniel P. Walsh Vice President's Name(s) Secretary's Name Matthew M. Walsh IV Treasurer's Name If a Partnership Date of Organization State whether partnership is eneral or limited IndividualIf an Name Business Address Identify-. which exert a significant amount of business control over - organization. Joe Lindeman — Business Group Leader (BGL) IndicatorsOrganization Size Average Number of Current Full 1300 in Texas Average Estimate of Revenue $450 Million in Time Employees I Region for the Current Year I Texas Region [ Statement of Qualifications City of Lubbock Digesters 8 and 9 Improvements 31 Contractor's Organizational Experience Organization Doing Business As Archer Western Construction, LLC Business Address of Regional Office 2121 Avenue J, Suite 103 Arlington, TX 76006 Name of Regional Office Manager Joseph Lindeman Telephone Numbers Main Number 817-640-3898 Fax Number 817-640-8734 Website Address www.waishgroup.com Organization History 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 See Below List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Archer Western is a newer business entity incorporated in 2009 by the Walsh's, a family having 112 years of experience in the construction industry, to engage in the same construction business under a new corporate form, maintaining the same hi h standards for gualily, safety, responsibility and citizenship. Construction. - Years experience in projects similar to the proposed project: As a General Contractor 1 1 1 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? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ears? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or Offeror by any local state or federal agency within the last five ears? No If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? No If yes provide full details in a separate attachment. See details in No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? No If yes provide full details in a separate attachment. See attachment No. Statement of Qualifications City of Lubbock Digesters 8 and 9 Improvements 32 Contractor's Proposed Key Personnel Organization Doing Business As Archer Western Construction, LLC Proposed Project Organization Provide a brief description of the managerial structure of the organization and illustrate with an organizational chart. Include the title and names of key personnel. Include this chart at an attachment to this description. See Section Three Archer Western Construction is a member of The Walsh Group of Companies, a 112 year old, family owned and operated corporation, and shares resources nationwide with Walsh Construction and Archer Western Contractors, Ltd. It is led by president Daniel P. Walsh, a fourth generation Walsh that has grown up in the business. Once a bid or a proposal becomes a contract, the Project receives indiviudal management and supervision by a dedicated Regional Business Group Leader (BGL). Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See Section Three The BGL assigns the project to a Program Manager and together they decide on the appropriate Project Team of a Project Manager, Superintendent, Quality Control, Safety,and Field Staff. The Project Manager oversees the entire project and coordinates all project team members, ensuring the Owner a successful project delivery. The Superintendent is fully responsible for all day -today on -site operation and completion of the project. The QCM and Safety Manager work as part of the team, but also as liaisons for the Owner/Construction Manager to ensure that quality and safety are maintained as a goal towards success. Experience of Key Personnel 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. See Section Two Role Primary Candidate Alternate Candidate Project Manager Todd Swallows Todd Swallows Project Superintendent Shawn Durham Damon Brooks Project Safety Officer Mark Blankemeyer Mark Blankemeyer Quality Control Manager Jay Vincent Jackie Smith 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. Statement of Qualifications City of Lubbock Digesters 8 and 9 Improvements 33 Proposed Proiect Manaaers Organization Doing Business As CandidatePrimary Name of Individual Archer Western Construction, LLC Todd Swallows Years of Experience as Project Manager 14 Years of Experience with this organization 2 Number of similar projects as Project Manager 8 Number of similar projects in other positions 9 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Lubbock Contract D — Lake Alan HenryPump Stations 100% March 2012 Lubbock Contract E — Terminal Storage Reservoir 100% July 2011 Lubbock Contract F — Lake Alan HenryWTP 100% May 2012 **Dedicated to Lubbock program start to finish** Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name Wood Franklin Name Mike Lutz Title/ Position Project Manager Title/ Position Principal Organization City of Lubbock Organization Inte ra Engineering Telephone 806-775-2164 Telephone 303-825-1802 E-mail wfranklin@mail.ci.lubbock.b(.us E-mail mikeL@Integraeng.com Project Lake Alan Henry WTP, Lake Alan Henry PumpStations Lubbock Terminal Reservoir project North Glenn WWTP Candidate role on Project Project Manager Alternate Candidate Name of Individual Candidates role on Project Manager Project Todd Swallows Years of Experience as Project Manager 14 Years of Experience with this organization 2 Number of similar projects as Project Manager 8 Number of similar projects in other positions 9 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Lubbock Contract D — Lake Alan HenryPump Stations 100% March 2012 Lubbock Contract E — Terminal Storage Reservoir 100% July 2011 Lubbock Contract F — Lake Alan HenryWTP 100% 1 May 2012 "Dedicated to Lubbock program start to finish** Reference Contact Name Information• narnes indicates• Wood Franklin • contacting Name the narnes individuals Mike Lutz Title/ Position Project Mana er Title/ Position Principal Organization City of Lubbock Organization Integra Engineering Telephone 806-775-2164 Telephone 303-825-1802 E-mail wfranklin@mail.ci.lubbock.b(.us E-mail mikeL@Integraeng.com Project Lake Alan Henry WTP, Lake Alan Henry Pum Stations Lubbock Terminal Reservoir Project North Glenn WWTP Candidate role on Project Project Manager Candidate role on Project Project Manager Statement of Qualifications City of Lubbock Digesters 8 and 9 Improvements 34 Proposed Project Superintendent Organization Doing Business As Primary Candidate Name of Individual Archer Western Construction, LLC Shawn Durham Years of Experience as Project Superintendent 2 Years of Experience with this organization 9 Number of similar projects as Superintendent 2 Number of similar projects in other positions 6 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Lake Alan Henry Pump Stations 100% March 2012 Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name Wood Franklin Name Richard Provolt Title/ Position Project Manager Title/ Position Construction Services Manager Organization City of Lubbock Organization Freese & Nichols Inc. Telephone 806-775-2164 Telephone 817-735-7300 E-mail wfranklin@mail.ci.lubbock.tx.us E-mail grp@freese.com Project Lake Alan Henry Pump Stations, project Kubala WTP Expansion Candidate role Project Superintendent on Project AlternateCandidate Name of Individual Candidate role Project Superintendent on Project Damon Brooks Years of Experience as Project Superintendent 12 Years of Experience with this organization 12 Number of similar projects as Superintendent 3 Number of similar projects in other positions 3 Current Project Assignments Name of Assignment Percent of Time Estimated Project Completion Used for this Project Date Lake Alan Henry WTP 100% May 2012 Lubbock Terminal Storage 100% July 2011 Reference Contact Name Information (listing names indicates Wood Franklin approval to Name contacting the names individuals as a Heath Bozeman Title/ Position Project Manager Title/ Position Transportation Engineer Organization City of Lubbock Organization TxDot Telephone 806-775-2164 Telephone 806-293-5484 E-mail wfranklin@mail.ci.lubbock.b(.us E-mail hbozeman dot.state.us Project Lake Alan Henry VVTP, Southwest Pump Stations, Lubbock Terminal Reservoir Project 1-27 (3) Pump Stations Candidate role on Project Project Superintendent I Candidate role on Project project Superintendent Statement of Qualifications City of Lubbock Digesters 8 and 9 Improvements 35 Proposed Project Safety Officer Organization Doing Business As Primary Candidate Name of Individual Archer Western Construction, LLC Mark Blankemeyer Years of Experience as Project Safety Officer 16 Years of Experience with this organization 2 Number of similar projects as Safety Officer 20 Number of similar projects in other positions Has always worked in the capacity of a safety officer. Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Regional Safety Manager 100% Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name Jack Brazil Name Clifton Wright Title/ Position Corporate Safety Manager Title/ Position Senior Area Superintendent Or anization Archer Western Contractors, Ltd. Organization AWC Telephone 817-640-3898 I Telephone 817-640-3898 E-mail 'brazil Walsh rou .com E-mail cwri ht Walsh rou .com Project Various Project Various Candidate role Safety Manager on Project Alternate Candidate Name of Individual Candidate role Safety Manager on Project Mark Blankemeyer Years of Experience as Project Safety Officer 16 Years of Experience with this organization 2 Number of similar projects as Safety Officer 20 Number of similar projects in other positions Has always worked in the capacity of a safety officer. Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Regional Safety Manager 100% Reference Contact Name Information (listing names indicates Jack Brazil approval to contacting Name the names individuals as a Clifton Wright Title/ Position Corporate Safety Manager Title/ Position Senior Area Superintendent Organization Archer Western Contractors, Ltd. Organization AWC Telephone 817-640-3898 Telephone 817-640-3898 E-mail jbrazil@walshgroup.com E-mail cwright@walshgroup.com Project Various I Project Various Candidate role on Project Safety Manager I Candidate role on Project Safety Manager Statement of Qualifications City of Lubbock Digesters 8 and 9 Improvements 36 Proposed Project Quality Control Manager Organization Doing Business As Primary Candidate Name of Individual Archer Western Construction, LLC Jay Vincent Years of Experience as Quality Control Manager 25 Years of Experience with this organization 15 Number of similar projects as Quality Manager 16 Number of similar projects in other positions 16+ Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date OKC — Canadian WTP 30% April 2012 Cypress 2010 WTP 20% January 2012 Lake Alan Henry Pump Stations 30% March 2012 Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name Mike Hall Name Heath Bozeman Title/ Position Project Manager Title/ Position Transportation Engineer Organization City of Barltesville Organization TxDot Telephone 918-338-4282 Telephone 806-293-5484 E-mail cmhall ci ofbartlesville.or E-mail hbozeman@dot.state.us Project Bartlesville WTP Project 1-27 Lubbock 3 Pum Candidate role QC/APM on Project Alternate Candidate Name of Individual fStations Candidate role QC/APM on Project Jackie Smith Years of Experience as Quality Control Manager 2 Years of Experience with this organization 2 Number of similar projects as Quality Manager 3 Number of similar projects in other positions 3 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Lubbock Terminal Water Storage 100% July 2011 Lake Alan Henry WTP 100% May 2012 Reference C. Name . . . names indicatesapproval Wood Franklin . contacting Name the narnes individuals as a Gene Bilodeau Title/ Position District Manager Title/ Position VP of Administration Organization City of Lubbock Organization Colorado Northwestern Community College Telephone 806-775-2164 Telephone 970.824.1103 E-mail wfranklin@mail.ci.lubbock.bc.us E-mail gene.bilodeau@cncc.edu Project Lubbock Terminal Water Storage, Lake Alan HenryWTP Project j CNCC Candidate role on Project QC/Project Engineer Candidate role on Project Project Engineer l Statement of Qualifications ((( City of Lubbock Digesters 8 and 9 Improvements 37 Contractor's Project Experience and Resources Organization Doing Business As Archer Western Construction, LLC Organization Provide a list of major projects that are currently underway, or have been completed within the last ten on Attachment A. See Section Five 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. See Section Five Include a completed Project Information Form (Attachment B) for projects which illustrate the experience of the proposed key personnel. See Section Five Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control See Section Six 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meetin HUB / MWBE Participation Goal Equipment Provide list of major equipment proposed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own Bull Lease See Section Seven for Equipment Listing Division of Work between Organization and Subcontractor What work will the organization 'complete using its own resources? Typically, Archer Western Construction, LLC. self performs demolition, clearing, grubbing, site civil, underground piping, concrete work, erection of metals/structural steel, mechanical piping, and equipment installation. What work does the organization propose to subcontract on thisproject? Electrical, Painting, I&C, Joint Sealants, OHD, HVAC, Plumbing, Metal Bldg., Fencing, Interior Finish, & Rebar Placement. Statement of Qualifications City of Lubbock Digesters 8 and 9 Improvements 38 Contractor's Subcontractors and Vendors Organization Doing Business As Archer Western Construction, LLC Project Subcontractors Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts Name Work to be Provided Est. Percent of Contract HUB/MWBE Firm 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 HUB/M WBE Firm E Statement of Qualifications City of Lubbock fDigesters 8 and 9 Improvements I_ 39 1 Current Projects and Project Completed within the last 10 Years )chment A Project Owner 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 Project Name General Description of Project: See attached Project Data Sheet Project Cost I 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 Project Name General Description of Project: See attached Project Data Sheet Project Cost I 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 SEE IN SECTION FIVE Statement of Qualifications City of Lubbock Digesters 8 and 9 Improvements ent ; Project Information Project Owner Project Name General Description of Project Project Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days 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 Key Project Personnel j Actual / Estimated Final Completion Date Manager Project Safety Officer Quality Control Manager Superintendent 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 change. Reference Contact Information (listing narnes indicates Name approval Title/ Position to contacting the names individuals as a reference) Organization Telephone E-mail Owner Designer Construction Manager Surety Issues / Disputes Resolved or Pending Resolution by Arbitration, Litigation Number of Total Amount involved in Issues Resolved Resolved Issues or Dispute Review Boards Number of Total Amount involved in I issues Pending Resolved Issues SEE IN SECTION FIVE Statement of Qualifications City of Lubbock Digesters 8 and 9 Improvements CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror and Agent I Must be submitted with Proposal I, 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 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. .0 l�✓G ornractor ( Original Signature) DA�I r L- p I,CkLLI} Contractor (Print) CONTRACTOR'S FIRM NAME: WfcS'r eul (Print or Type) CONTRACTOR'S FIRM ADDRESS: Z lz t Av%Zue J J, Su tie- L403 Name of Agent/Broker: Tr. -71o00(e Agent / Broker (Signature) ,.c. - -- "'-" Address of Agent/Broker: 200 E. Randolch St. City/State/Zip: Chicdgp, IL 60601_ Agent/Broker Telephone Number: ( 312. 381-4380 Date: 1-18-11 NOTE TO If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of PurehasN and Contract ]Management for the City of Lubbock at (806) 775-2163. a*�� PROPOSAL RFP 11-9835-MA - Digesters 8 and 9 Improvements Project 42 Paae Intentionally Left Blank 43 �J E SAFETY RECORD QUESTIONNAIRE "he 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, Cityof Lubbock has adopted the following written definition and riteria 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: 1—'he 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 hvironmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among her things: 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. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. Convictions of a criminal offense within the past ten (l 0) years, which resulted in bodily harm or death. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the 4 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. I,) 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 uee (3) questions and submit them with their proposals: s t QUESTION ONE 4s 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 ,f the Offeror has indicated YES for question number one above, the Offeror must provide to City of Lubbock, with its oposal submission, the following information with respect to each such citation: to of offense, location of establishment inspected, category of offense, final disposi 'on of offense, if any, and penalty 1 �sessed. Offeror's Initials 44 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 of 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 V 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 whict resulted in serious bodily injury or death? YES NO 1/ 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: IJ Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty, assessed. QUESTION FOUR 0 I IY I Provide your company's Experience Modification Rate and supporting information: ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK 1 certify that I have made no willful misrepresentations in this Questionnaire nor have 1 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. ,zl- ? -,(2 Signature Pitsi 06AT• Title 45 { 1 SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-1 10) 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: Agave, f , FEDERAL TAX ID or SOCIAL SECJURITY No. q a(.p Signature of Company Official: Printed name of company official signing above: Wir—L, P. �A&Ls l- � 4, Date Signed: /- 31-11 46 Paae Intentionally Left Blank 47 _,_ 3. 4. a 5. 6. 7. 9. f...h0 i; 11. 12. 13. 45. Company Name " t tl*&14 IC.. pia Co PROPOSED LIST OF SUB -CONTRACTORS Location Setrvvices Provided � f S Minority Owned Yes No / 2/ ►�leA ' S 1: _ tow- VA W. ❑ A4 .}� G ❑ T,n a �aa ❑ PA I Alic< ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: jr 'ROPOSAL RFP 11-9835-MA - Digesters 8 and 9 Improvements Project 48 • c A Pa2e Intentionally Left Blank 49 SECTION 5 POST -CLOSING DOCUMENT REQUIREMENTS 50 I t; POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Director of Purchasing and Contract Management Office r., Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. .1 FINAL LIST OF SUB -CONTRACTORS 52 I I 1 1. 2: 3. 4. MIAL LIST OF SUB-COMTRACTORS _:'Mliorltv.Owned Conipany Name Services Provided Yes No: aoe . . . . . . . . . . . PC, 13 log, El 01 P.- 13 E3 0 13 b: El M .13: No Text SECTION 6 PAYMENT BOND 56 .„.. �9mw+ ��.� � m=� u�,�t :^ � �.w,.,�a Cam � ,w r �,, �. � ,� ��� �. ., �� ..,�e . ,,,� BOND NUMBER: 105597192 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 Archer Western Construction LLC (hereinafter called the Principal(s), as Principal(s) and TravPlPrs ('g-,i mitwanci RurPtvV Cnmpgny (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 girTHIlLTEEN MILLION,EIGHT HUNDRED AND EIGHTY SIX THOUSAND DOLLARS AND 0/100 l$13,886,000.001lawful 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. n, r:5., WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated �" 28:: dad of and said Principal under the law is required before commencing the work provided for in said contract to execute a bond i 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. „— � ,. n —w .� � n �. —� �. �. �-. �, „� .� M I IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 11 th day of May 2011. f Archer Western Construction, LLC (Contractor Name) By: Daniel P. Walsh President ed am (Signature) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Johrr V. Shropshire, Jr. 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. s Travelers Casualty and Surety Company Surety By: (Title) John V. Shropshire, Jr., Agent J I Approved as to form: f c City ofYL b Y ' B Ci ttorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. I WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AMIN POWER OF ATTORNEY TRAVELERSFarmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 222409 Certificate No. 003898782 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Kathleen C. O'Rourke, Brian R. Walsh, J. William Ernstrom, and Jodi Wallace of the City of Chicago , State of Illinois , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of — y 2010 7th Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company `, Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company GI.SU,, FFRE 6 RIt..: N•(` • :R� SU•�'c tY AN Rw.� O? Y �] n i a ""`�Vltr� n,� �t Fim WrcOPPORATF _.p: a � p W�IIiTFO y DIED yba* 1951 y.. ;.SEA[ ioJ �`.SESL,'a E y coNe. c* 1 c 1996 ` N a r moo; �a�••........ '•!J s : an a +� *� State of Connecticut City of Hartford ss. By: Georg Thompson, (i.�rce President On this the 7th day of May 2010 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 6WA, In Witness Whereof, I hereunto set my hand and official seal.My Commission expires the 30th day of June, 2011. Marie C. Tetreault, Notary Public 58440-4-09 Printed in U.S.A. INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 11 day of May _ 20 11 Kori M. Johans Assistant Secretary GASUA�� � J�'H0.E44 O�AN �MSG9 JPt.:NSUgq eJA��r ANpB �NmSW)n, ��Y� ,[yp�P. plMb,,r,w� ZOR POAA)Fy A' RPORAr %0 w 9� O S � fl 7� '•`^�vwWTt� 6 _ Z % ;,�,� W eG0 E F gar -.... '. r s W NARiPoHD, FNR1FdN0. A -� ot �. n OOW! ? in ♦�6 �y FMa �� ~s��eAueF°� `afSMrM . •'a° To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER SECTION 7 PERFORMANCE BOND 60 BOND NUMBER: 105597192 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, that Archer Western Construction LLC (hereinafter called the Principal(s), as Principal(s) and Travelers Casualty and Surety Compauny (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 THAMEN MILLION.EIGHT HUNDRED AND EIGHTY SIX THOUSAND DOLLARS AND 0/100 ($13,$86,000.00) 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, fuinly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 28s" day of April . 2011, to 11-9835-MA - DIGESTERS 8 AND 9 IMPROVEMENT PROJECT 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. i t_ ,�_ __ _ � � �._ —� �� r ,,w � ��e .� �,� ��. �, � n� �... ,� „,rv.. �.. _.� �w �,.�, � �.�,, „�� E' t IN VMNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this i r , 11 th .daY of May 2011. I � _._ Travelers Casualty and Surety Company ArnhPr WpgtPrn Constn,rt_ do _I_LC Surety (Contractor Name) *By. A �k/ k /-- By: Daniel P. Walsh, PrPs"dent t ! z .e 'allace, Attorney -in -Fact (Agnature) i The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates John V. Shropshire, Jr. an agent resident in Lubbock County to whom any requisite notices j may be delivered and on whom service of process may be had in matters arising out of such suretyship. 11 Travelers Casualty and Surety Comp ny Surety By: (Title),John V 9bLQpShire, JL--A-aent Approved as to f rm. City of L bo 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. No Text OF POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 222409 Certificate No. 003898784 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Kathleen C. O'Rourke, Brian R. Walsh, J. William Ernstrom, and Jodi Wallace of the City of Chicago , State of Illinois , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WYPNESS5 WHEREOF, the May uU Compa�tbels,ltave caused this instrument to be signed and their corporate seals to be hereto affixed, this day of , 7th Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company a 'p.+a�n���FNIiF011�1 � 1977SEALio/ cONN.8:SEILL'r �Oo J g�Ltnr+ct� �d �'•........ 1•r1 O•. •.... dD d +se ' . State of Connecticut City of Hartford ss. By: /Gemg6 Thompson, nior fice President On this the 7th day of May 2010 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G.Tlr In Witness Whereof, I hereunto set my hand and official seal. R My Commission expires the 30th day of June, 2011. Gs AUBU��* 5 58440-4-09 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY THE RED Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, ridelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 11 day of May 20 11. Kori M. Johans Assistant Secretary GI.SUA E1RE ,4 RN iMg 2; y9S1 J'•SEAG o`�� �' ... CONN. n�G jC i1+ 1896 5.:.�.✓r +r � i f+ � AINO To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. SECTION 8 CERTIFICATE OF INSURANCE �g i 64 Page Intentionally Left Blank 65 1Travelers"T' IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3130 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. I ACORa CERTIFICATE OF LIABILITY INSURANCE DATE(MMDD/YYYI) osnonoT1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Aon Risk Services Central, Inc. Chicago IL office 200 East Randolph Chicago IL 60601 USA CONTACT AIC,t�,EXt: (866) 283-7122 FAX(847) 953-5390 E-MAIL PRODUCER CUSTOMER ID #: 10774506 INSURER(S) AFFORDING COVERAGE NAIL # INSURED Archer western Contractors, Ltd. 2121 Avenue 7 Suite 103 Arlington TX 76006 USA INSURER A: Arch Insurance company 11150 INSURER B: Allied world National Assurance Company 10690 INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 5/UU416U4:3/3 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as re ueste INSR LTR TYPE OF INSURANCE INSR =0 POLICY NUMBER EFF WD M1DPOLICY LIMITS A GENERAL LIABIUTY PKG EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY SIR applies per policy terns & conditions PREMISES Es ocaxrence $300,000 CLAIMS -MADE X❑ OCCUR MED EXP (Any one person) S10,000 PERSONAL 6 ADV INJURY $1,000,000 GENERAL AGGREGATE S2,000,000 GEML AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2 , 000, 000 POLICY X PRO- LOC A AUTOMOBILE LIABILITY 41PKG2282304 06/01/201000MBINED S#JGLE LIMIT c d n $2,000,000 A X ANY A05 41CA62282404 06/01/2010 06/01/2011 BODILY INJURY (Per Penton) X ALL OWNED AUTOS MA ONLY BODILY INJURY (Per accident) X SCHEDULED AUTOS PROPERTY DAMAGE X HIRED AUTOS er acddenl X NON OWNED AUTOS B UMBRELLA LIAR X OCCUR EACH OCCURRENCE S10,000,000 X EXCESS CLAIMS -MADE AGGREGATE S1010001000 DEDUCTIBLE RETENTION A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR I PARTNER EXECUTIVE OFFICERIMEMSFR EXCLUDED'! M (Mandatory In HH) N I A w-c 1 1 1 011 X WC STATU- OTH- TORY LIMBS E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE -EA EMPLOYEE $1,000,000 tf yea, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS! VEHICLES (Attach ACORD 101, Additional Remarks Schedule, I more space Is required) RE: Lubbock improvements to Digesters #8 and #9 at the southeast water Reclamation Plant - Lubbock, Texas. Awc job #211039. see attached. CERTIFICATE HOLDER CANCELLATION_ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Lubbock AUTHORIZED REPRESENTATIVE 1625 13th street Lubbock Tx 79401 USA ©1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD No Text INSURED Archer Western Contractors, Ltd. 2121 Avenue 7 - Suite 103 Arlington Tx 76006 USA Attachment City of Lubbock (Owner) Carollo Engineers (Engineer) are an Additional insured pertaining to General Liabilty and umbrella Liability with respects to liability arising out of the Named Insured's operations on the referenced project. Professional services for Architects, Engineers, consultants, etc. are excluded. A Waiver of Subrogation in favor of City of Lubbock (owner) and Carollo Engineers (Engineer) are included on the General Liability, Automobile Liability, umbrella Liability and workers Compensation policies. Certificate No : 570041804373 is No Text POLICY NUMBER: 41PKG2282304 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED — OWNERS, LESSERS OR CONTRACTORS — SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILTY COVERAGE PART. SCHEDULE Name of Additional Insured Person(s) or Organization (s): City of Lubbock Location(s) Of covered Operations: Lubbock improvements to Digesters #8 and #9 at the Southeast Water Reclamation Plant - Lubbock, Texas. AWC Job #211039. Information required to complete this Schedule, if not shown above, will be shown in the Declarations 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) designated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment 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 intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project CG 20 10 07 04 Copyright, ISO Properties, Inc., 2004 No Text POLICY NUMBER: 41PKG2282304 COMMERCIAL GENERAL LIABILITY CG20370704 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED — OWNERS, LESSERS OR CONTRACTORS — COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILTY COVERAGE PART. SCHEDULE Name of Additional Insured Person(s) or Organization (s): City of Lubbock Location(s) Of covered Operations: Lubbock improvements to Digesters 48 and #9 at the Southeast Water Reclamation Plant - Lubbock, Texas. AWC Job #211039. Information required to complete this Schedule, if not shown above, will be shown in the Declarations 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" 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 Copyright, ISO Properties, Inc., 2004 No Text THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES Policy Change Ni lmhpr POLICY NUMBER POLICY CHANGES COMPANY EFFECTIVE 41PKG2282304 06/01/2010 Arch Insurance Company NAMED INSURED AUTHORIZED REPRESENTATIVE THE WALSH GROUP, LTD. COVERAGE PARTS AFFECTED General Liability Business Auto Coverage CHANGES Number of Days Notice: 90 For any statutorily permitted reason other than non-payment of premium, the number of days required for notice of cancellation, as provided in paragraph 2. of either the CANCELLATION Common Policy Condition or as amended by an applicable state cancellation endorsement, is increased to the number of days shown above. Authorized Representative Signature IL 12 01 1185 Copyright, Insurance Services Office, Inc., 1983 Page 1 of 1 ❑ Copyright, ISO Commercial Risk Services, Inc., 1983 li I THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION —CERTIFICATE HOLDERS The person(s) or organization(s) listed or described in the Schedule below have requested that they receive written notice of cancellation with respect to this policy. It is agreed that we will mail or deliver a copy of the written notice of cancellation which was sent to you to the Person(s) or Organization(s) listed or described in the Schedule. Such copies of the notice will be mailed as soon as practicable to the address or addresses provided by your broker or agent. Proof of mailing will be sufficient proof of our good faith attempt to provide such notice. Our failure to provide such notification to the person(s) or organization(s) shown in the Schedule will not extend any policy cancellation date nor impact or negate any cancellation of the policy. This endorsement does not entitle the person(s) or organization(s) listed or described in the Schedule below to any benefit, rights or protection under this policy. Schedule Person(s) or Organization(s) including mailing address: All certificate holders where written notice of the cancellation of this policy is required by written contract, permit or agreement with the Named Insured and whose names and addresses will be provided by the broker or agent listed in the Declarations Page of this policy for the purposes of complying with such request_ All other terms and conditions of this policy remain unchanged. All other terms and conditions of this Policy remain unchanged. Issued By: ARCH INSURANCE COMPANY Endorsement Number. 008 Policy Number: 41PKG2282304 Named Insured: THE WALSH GROUP, LTD_ OR WALSH CONTSTRUCTION GROUP, LLC Endorsement Effective Date. 10114/2010 President 11 00 ML0207 001103 Page 1 of 1 i, f .__..., n _ __. ......._, �,._.-.. ._,�.� .__.._ � � � - __ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION —CERTIFICATE HOLDERS The person(s) or organization(s) listed or described in the Schedule below have requested that they receive written notice of cancellation with respect to this policy. It is agreed that we will mail or deliver a copy of the written notice of cancellation which was sent to you to the Person(s) or Organization(s) listed or described in the Schedule. Such copies of the notice will be mailed as soon as practicable to the address or addresses provided by your broker or agent. Proof of mailing will be sufficient proof of our good faith attempt to provide such notice. Our failure to provide such notification to the person(s) or organization(s) shown in the Schedule will not extend any policy cancellation date nor impact or negate any cancellation of the policy. This endorsement does not entitle the person(s) or organization(s) listed or described in the Schedule below to any benefit, rights or protection under this policy. Schedule Person(s) or Organization(s) including mailing address: All certificate holders where written notice of the cancellation of this policy is required by written contract, permit or agreement with the Named Insured and whose names and addresses will be provided by the broker or agent listed in the Declarations Page of this policy for the purposes ofcomplying with such request. All other terms and conditions of this policy remain unchanged. All other terms and conditions of this Policy remain unchanged. Issued By: ARCH INSURANCE COMPANY Endorsement Number.006 Policy Number: 41 WC12282204 Named Insured: THE WALSH GROUP, LTD. OR WALSH CONTSTRUCTION GROUP, LLC Endorsement Effective Date:10/14/2010 President 00 ML0207 0011 03 Page 1 of 1 No Text SECTION 9 CONTRACTOR CHECKLIST 68 Paize Intentionally Left Blank i 69_ t? CONTRACTOR CHECKLIST CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any . change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND THE ENGINEERS (CAROLLO ENGINEERS, INC. AND HUGO REED & ASSOCIATES, INC.) 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. .. 70 Page Intentionally Left Blank 71 L i SECTION 10 REQUIRED WORKER'S COMPENSATION COVERAGE 72 Paue Intentionally Left Blank 73 i REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal - - requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - ", with the certificate of coverage to be provided to the person for whom they are providing services. g� 74 Paize Intentionally Left Blank 75 SECTION 11 CONTRACT 76 SECTION 11 CONTRACT 76 CONTRACT NO.9835 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 28`4 day of April , 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 do so, hereinafter referred to as OWNER, and Archer Western Construction LLC of the City of Arrin on, County of Tarrant and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 11-9835-MA — DIGESTERS 8 AND 9 IMPROVEMENT PROJECT 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. Archer Western Construction, LLC 's proposal dated Febru=16, 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: Archer Western Construction, LLC By: 0, La � L - - )C-,, PRINTED NAME: Daniel P. Walsh TITLE: President COMPLETE ADDRESS: Company Archer Western Construction, LLC Address 2121 Avenue J Suite 103 City, State, Zip Arlington, TX 76n06 ATTEST: CITY OF LUBBOCK, TEXAS (OWNER): By:.-� MAYOR ATTEST: AS TO p - Marsha Reed, P.E. Chief Operation's Officer t " "&& APP D S O FORM: Corporate Secretary Matthew M. Walsh IV City Attorney �_ _, .� ,� - � � - , �. ��. � P- _ �.. �, �,. ��. �.w�ue �w�.�� ���.,,�.; �,. SECTION 12 GENERAL CONDITIONS OF THE AGREEMENT Pie Intentionally Left Blank 81 �l 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 ARCHER WESTERN CONTRACTORS LLC 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 construction; 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". 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. i' 81 8. 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, fiunish 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. 9. 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. t'A 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall � 1?� Y P � P Ymg 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 q Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all D..9 work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor wiii Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 83 - 1~_ j 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s)) has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived d 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any . ` subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained Subject to the rights of Owner as set forth in Paragraph 23 hereof, all 84 modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any 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 Representative, 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. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted The building of structures for the housing of 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. e 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public i- observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to -' observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall �„ f 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, f regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether L1 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 fiunish 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 1 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. 85 If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative; be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor 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. s 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 c before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond 24. 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. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or 86 Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all 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, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a (- clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans . and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven (7) calendar days prior to the opening of 87 i_ 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. 26. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 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 AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AND ADDITIONAL INSURED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE 88 r FOR EACH SUBCONTRACTOR THE ADDITIONAL INSURED ENDORESEMENT SHALL INCLUDE PRODUCTS AND COMPLETED OPERATIONS. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of 2 0$ . 00,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury B. Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, $2,000,000 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance. 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. E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $2,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability - coverage's. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)] Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000 each occurrence. (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- w 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the persons 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 n� Contractor's/persons 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 89 the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which fiunishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (2) The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. (3) The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. (4) If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. (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 governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. (6) The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. (7) The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. (8) The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. (9) The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 90 (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: (i) a certificate of coverage, prior to the other person beginning work on the project; and r` 4 (ii) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10� days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates. of coverage to be provided to the person for whom they are providing services. f (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. G. 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. 91 vi i (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. (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 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: 92 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 projec4 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 tAstatetr_ to receive information of the legal requirements for _ coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the ( 4 current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: j (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 i 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 L and for one year thereafter; 93 H (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. - 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove. designated have been paid, discharged or waived i 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall { notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as 94 ._j 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. i_ The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $44300 (Four -thousand Three - hundred 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 be in default after the time stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $4,300 (Four -thousand Three -hundred 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 final completion of the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 95 i__ 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 proposal; 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 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. WA 10.WG)WAS D 1 AW 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. 38. OUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be fiunished 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 96 2 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 note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance. of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of c the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. 97 [Al Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent 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 a 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 31st 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 rewired 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 after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITMIELD G The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify d the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: 98 Cyl 48. (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 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. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance., the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, 99 machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 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 Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 100 F 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to fimiish 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 $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same LJ 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 101 1 -, Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. _ 56. 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. 102 Pase Intentionally Left Blank 103 SECTION 13 DAVIS-BACON WAGE DETERMINATIONS 104 No Text GENERAL DECISION: TX20100028 03/12/2010 TX28 Date: March 12, 2010 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 Fringes Asphalt Distributor Operator ... $ 9.25 0.00 Asphalt Heater Operator ........ $ 11.21 0.00 Asphalt paving machine operator$ 11.16 0.00 Asphalt Raker ..................$ 9.51 0.00 Broom or Sweeper Operator ...... $ 8.57 0.00 Bulldozer operator ...........$ 9.76 0.00 Carpenter ......................$ 12.61 0.00 Concrete Finisher, Paving ...... $ 13.26 0.00 Concrete Finisher, Structures..$ 11.20 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator .......................$ 11.00 0.00 Electrician ....................$ 17.00 0.00 Form Builder/Setter, Structures$ 9.26 0.00 Form Setter, Paving & Curb ..... $ 9.82 0.00 Front End Loader Operator ...... $ 10.52 0.00 Laborer, common ................$ 8.51 0.00 Laborer, Utility ...............$ 10.46 0.00 Mechanic .......................$ 16.85 0.00 Motor Grader Operator Rough .... $ 11.75 0.00 Motor Grader Operator, Fine Grade ..........................$ 13.50 0.00 Planer Operator ................$ 13.36 0.00 Roller Operator, Pneumatic, Self -Propelled .................$ 7.67 0.00 Roller Operator, Steel Wheel, Flat Wheel/Tamping.............$ 8.06 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement .............$ 7.50 0.00 Scraper Operator ...............$ 8.50 0.00 Servicer .......................$ 8.98 0.00 Slip Form Machine Operator ..... $ 13.64 0.00 Tractor operator, Pneumatic .... $ 12.00 0.00 Traveling Mixer Operator ....... $ 12.00 0.00 Truck driver, lowboy -Float ..... $ 12.67 0.00 106 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) (ii)). ---------------------------------------------------------------- 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 107 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 s 4.) All decisions by the Administrative Review Board are final. r- END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. I_ 108 Paae Intentionally Left Blank 109