Loading...
HomeMy WebLinkAboutResolution - 2023-R0010 - Public Works Contract 16906 with Red River Construction 1.10.23Resolution No. 2023-R0010 Item No. 5.11 January 10, 2023 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Public Works Contract No. 16906 for southeast water reclamation plant 4 clarifier No. 1 and No. 2 rehabilitation as per RFP 23-16906-TF, by and between the City of Lubbock and Red River Construction Co. of Wylie, 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 ATTEST: 1.. ir Reb a Garza, City Se APPROVED AS TO CONTENT: LX ` • Erik Rejino, Assistant City Manager APPROVED AS TO FORM: Leisure, Assistant City Attorney January 10, 2023 ccdocs/RES.Public Works Contract 16906 Southeast Water Reclamation 12.09.22 PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: D ce,,,,���r 1 , 2 c>Z.Z PROJECT NUMBER: RFP 23-16906-TF Southeast Water Reclamation Plant 4 Clarifier No.1 and No.2 Rehabilitation Proposal of Re d (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 construction of the referenced 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. The price to cover all expenses incurred in performing the work required under the contract documents. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: '"17 2 (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: '��o� (to Final Completion) (not to exceed 335 consecutive calendar days to Substantial Completion / 365 consecutive calendar days to Final Completion). Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 335 Consecutive Calendar Days with final completion within 365 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $300 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $100 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. City of Lubbock, TX Public Works RFP 23-16906-TF Southeast Water Reclamation Plant 4 Clarifier No. 1 and No.2 Rehabilitation Red River Construction Co. of Wylie, TX QTY Unit Extended # Items +/- U/M Price Cost Base Bid #1-1 Mobilization/Demobilization/Bonds/Insurance 1 LS 150,000.00 150,000.00 #1-2 Removal of all clarifier components from 2 EA 57,000.00 114,000.00 existing clarifier structures New 316 Stainless Steel clarifier mechanisms, #1-3 weirs and scum baffles as specified and shown 2 EA 637,000.00 1,274,000.00 in drawings #1-4 Installation of new clarifier components 2 EA 127,000.00 254,000.00 #1-5 Installation of electrical and controls associated 2 EA 40,000.00 80,000.00 with clarifier rehabilitation #1-6 Clarifier start up, balancing, and inspection 2 EA 7,700.00 15,400.00 Total (Items 1-1 through 1-6): $ 1,887,400.00 Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for X Dollars ($_x or a Proposal Bond in the sum of Dollars ($ 5'/0 o (t. ,which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. �_ Date Aojamber q 1202Z Addenda No. Date Addenda No. Date Addenda No. Date Date: l e ce r4-;�e� 20Z 2- Authorized Signature meen po rev^ (Printed or Typed Name) ,,e8 Company `\ Address lvs=,Oip f Cold n IJ City, County Te,cqs , -75o99 State Zip Code Telephone: -I Z - 51 S - O 1 Z-1 Fax: 5-7 s- f o y 3 EmailZZ—�4?p'-Ae'o Eedr;v cons}r�c};an FEDERAL TAX ID or SOCIAL SECURITY` - No. -7S - 0 900 13-75 M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2022-964370 Date Fled: 12/14/2022 Acknowledged: i Name of business entity filing form, and the city, state and country of the business entity's place of business. Red River Construction Co. Wylie, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock ]Date 3 Provide the identification number used by the govemmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 16906 Southeast Water Reclamation Plant 4 Clarifier No.1 and No. 2 Rehabilitation 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. Lnj 6 UNSWORN DECLARATION My name is Dean Porter and my date of birth is My address is 2804 Capital Street Wylie TX . 75098 . Collin (street) (City) (state) (zip code) (oou►hry) I declare under penalty of perjury that the foregoing is true and correct. Executed in Collin County, State of Texas on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us version vs.5.i.aac86ocu CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2022-964370 Red River Construction Co. Wylie, TX United States Date Filed: 12/14/2022 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 12/16/2022 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 16906 Southeast Water Reclamation Plant 4 Clarifier No. 1 and No. 2 Rehabilitation 4 Name of Interested Parry City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. X 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms orovided by Texas Ethics Commission www_ethirs_state tx_us Varcinn VQ R 1 znrP.Qhrn BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: January 10, 2023 CITY OF LUBBOCK SPECIFICATIONS FOR Southeast Water Reclamation Plant 4 Clarifier No. 1 and No.2 Rehabilitation RFP 23-16906-TF CONTRACT 16906 PROJECT NUMBER: 92699.9242.30000 Plans & Specifications may be obtained from https:Hci-lubbock-tx.bonfirehub.com/ 16k Lub City of bock TEXAS CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank Addenda Page Intentionally Left Blank of bb'ock TEXAS ADDENDUM I Closing Date Extension REP 23-16906-TF Southeast Water Reclamation Plant 4 Clarifier No. 1 and No.2 Rehabilitation DATE ISSUED: November 9, 2022 NEW CLOSE DATE: December 1, 2022 at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP) Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the proposal submittal form with your proposal submission. Closing Date Extension 1. The closing date has been extended to December 1, 2022 at 2:OOPM CST. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Asst. Director City of Lubbock Purchasing and Contracts Management Office 1314 Ave. K, Floor 9 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores(rmylubbock.us Questions are preferred to be posted on Bonfire. THANK YOU, n COP 576W CITY OF LUBBOCK Teofilo Flores Asst. Director City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. Page Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 11 12 13 INDEX NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS GOVERNMENT CODE § 2269 PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. PROPOSAL SUBMITTAL FORM 4-2. SUBMITTAL OF DOCUMENTS 4-3. CONTRACTOR'S STATEMENT OF QUALIFICATIONS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS NOTICE TO OFFERORS City of Lubbock TEXAS RFP 23-16906-TF Southeast Water Reclamation Plant 4 Clarifier No. 1 and No.2 Rehabilitation 1. NOTICE TO OFFERORS 1.1. Offerors may submit proposals electronically by uploading required documents at the City of Lubbock's partner's website, Bonfire. This Request for Proposals is for your convenience in submitting an offer for the specified services. If submitting electronically, do not submit paper documents. If you choose to submit in hard copy, submit one original paper copy of your submittal to the office of the Director of Purchasing and Contract Management: Physical: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 13 14 Avenue K, 9th Floor Lubbock, Texas 79401 Mailing: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 MARK ENVELOPE WITH THE SOLICITATION NUMBER, TITLE, AND DUE DATE/TIME 1.2. Proposals will be opened in the office of the Director of Purchasing and Contract Management, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, and via teleconference as shown below at 2:00 PM on November 22, 2022, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the above referenced. 1.3. After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. Bids will be opened via teleconference if date/time stamped on or before the deadline stated at the office listed above. The Zoom meeting information is as follows: Website: hgps://zoom.us/j/9759171012?pwd=bkFtRTN1cXV 1 SkhWdkZiMDk4MXh2dzO9 Meeting ID: 975 917 1012 Passcode: 1314 1.4. It is the sole responsibility of the offeror to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. Any proposal received after the date and hour specified will be rejected and returned unopened to the offeror. 1.5. Mailing of a proposal does not ensure that the proposal will be delivered on time or delivered at all. If offeror does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. The City of Lubbock assumes no responsibility for errant delivery of proposals, including those relegated to a courier agent who fails to deliver in accordance with the time and receiving point specified. 1.6. Although offers may be submitted electronically, hard copy proposals will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. THE CITY WILL NOT ACCEPT FAX PROPOSALS. 1.7. Proposals may be withdrawn prior to the above scheduled time set for closing. Alteration made before RFP closing must be initialed by offeror guaranteeing authenticity. 1.8. Proposals are due at 2:00 PM on November 22, 2022, and should be addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401. The City of Lubbock Council members will consider the proposals on December 20, 2022, at the Citizens Tower, 1314 Avenue K, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful offeror will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful offeror will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. 1.9 NOTICE TO PROCEED WILL BE ISSUED 30 DAYS FOLLOWING THE AWARD OF THE CONTRACT BY THE LUBBOCK CITY COUNCIL. 1.10. Please allow time to upload required documentation. 24hrs in advance is recommended. 1.11. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offeror. FAILURE OF THE OFFEROR TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. 1.12. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from https://ci-lbbock-tx.bonfirehub.com/portal/ at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 1.13. It shall be each offeror's sole responsibility to inspect the site of the work and to inform Offeror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. 2. PRE -PROPOSAL MEETING 2.10. For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal conference will be held at 10:00AM, November 9, 2022, via teleconference. The Zoom meeting information is as follows: Website: https://zoom.us/i/9759171012?pwd=bkFtRTN1cXVISkhWdkZiMDk4MXh2dzO9 Meeting ID: 975 917 1012 Passcode: 1314 2.11. All persons attending the meeting will be asked to identify themselves and the prospective offeror they represent. 2.12. It is the offeror's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -proposal meeting to offerors who do not attend the pre -proposal meeting. Attention of each offeror is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. 3. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. 4. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1. OFFEROR INQUIRIES AND CLARIFICATION OF REQUIREMENTS 1.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 1.2 NO OFFEROR SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Teofilo Flores, Asst. Director City of Lubbock Purchasing and Contract Management Office 1314 Avenue K, Floor 9, Lubbock, Texas, 79401 Fax: 806-775-2164 Email: TKFlores@mylubbock.us Website: https://ci-lbbock-tx.bonfirehub.cop /portal/ 2. TIME AND ORDER FOR COMPLETION 2.1 The construction covered by the contract documents shall be substantially completed within 335 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful offeror. 2.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 2.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure daily prosecution of the work is conducted every business day until the work is completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. 3. GUARANTEES 3.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within One year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 3.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 3.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 3.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 4. BASIS OF PROPOSALS AND SELECTION CRITERIA 4.1 The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60 points for Price, 30 points for Contractor Qualifications, and 10 points for Construction Time. The selection criteria used to evaluate each proposal includes the following: 4.1.1 60 POINTS - PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value = Price Score. 4.1.2 30 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within, past experience with the contractor, the "Safety Record Questionnaire", and the Contractor's Experience Modification Ratio (EMR). The City may also interview the job superintendent at a time to be named after receipt of proposals. 4.1.3 Five (5) points of the overall points for this criteria are based on the Experience Modification Ration (EMR) and supporting documentation submitted by the contractor. 4.1.3.1 The lowest EMR of all the proposals becomes the standard by which all the EMRs are evaluated. One at a time, each proposal is evaluated by taking the lowest EMR and dividing it by the EMR of the proposal being evaluated. That fraction is then multiplied by 5 for the EMR score. For example: (Lowest EMR/Current EMR) x 5 = EMR Score portion of this criteria) 4.1.3.2 Contractors with an EMR greater than 1.0, as well as those Contractors not submitting EMRs, will receive zero points for this portion of the selection criteria. 4.1.4 For the remaining portion of this criteria, each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications", any past experience with the contractor, and on safety record information submitted. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed 4.1.5 The "Contractor's Statement of Qualifications" is a minimum. 4.1.5.1 You may provide additional pertinent information relevant to the project for which you are submitting this proposal in an appendix. 4.1.6 10 POINTS - CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value = Construction Time Score) 4.1.7 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, to discuss the individual scores of each evaluator. If the individual scores are similar, the Chairperson may average the scores then rank offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. 4.1.8 Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 4.2 The estimated budget for the construction phase of this project is $1,400,000.00. 4.3 Proposals shall be made using the forms provided. GENERAL INSTRUCTIONS TO OFFERORS (Continued) 5. ADDENDA & MODIFICATIONS 5.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at https://ci-lubbock-tx.bonfirehub.com/portal/. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 5.2 Any offeror in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the offeror, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at https://ci-lubbock-tx.bonfirehub.coM/portal/ and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 5.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that an offeror may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 5.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 6. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 6.1 Each offeror shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 6.2 Before submitting a proposal, each offeror shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the offeror from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 6.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the offeror fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If offeror does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 7. PROPOSAL PREPARATION COSTS 1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 7.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 7.3 All costs related to the preparation and submission of a proposal shall be paid by the offeror. 8. TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 8.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 8.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 8.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Public Information Act. 8.4 Pursuant to Section 552.234(c) of the Texas Government Code, submit your open records request using the link provided below. https:Hlubbocktx.govga.us/WEBAPP/ rs/(S(guiyirflbtihahjnyceg)ypcs))/SupportHome.aspx 8.5 For more information, please see the City of Lubbock Public Information Act website at: https:Hci.lubbock.tx.us/pies/public-information-act 9. LICENSES. PERMITS. Taxes 9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the offeror is or may be required to pay. 10. UTILIZATION OF LOCAL BUSINESS RESOURCES 10.1 Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 11. CONFLICT OF INTEREST 11.1 The offeror shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 11.2 By signing and executing this proposal, the offeror certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 11.3 It is not necessary to fill out the CIQ Form unless you have a business relationship that might cause a conflict of interest with the City of Lubbock 11.4 Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor or person considering doing business with a local government entity disclose in the Questionnaire, Form CIQ, the vendor or person's affiliation or business relationship that might cause a conflict of interest with a local government entity. By law, the questionnaire must be filed with the records administrator of the City of Lubbock not later than the Seventh business day after the date the person becomes aware of the facts that require the statement to be filed. The questionnaire can be found at: hlt2s://www.ethics.state.tx.us/forms/conflict/ For the City of Lubbock, these forms should be filed with the City Secretary's Office, P.O. Box 2000, Lubbock, Texas, 79457 See Section 176.006, Local Government Code: http://www.statutes.legis.state.tx.us/SOTWDocs/LG/htm/LG. 176.htm. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 12. CONTRACT DOCUMENTS 12.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 12.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 13. CERTIFICATE OF INTERESTED PARTIES 13.1 Effective January 1, 2016, Section 2252.908, as amended, of Chapter 2252 of the Texas Government Code requires certain business entities to submit an electronic disclosure form to the Texas Ethics Commission before entering into a contract with a local government entity when any of the following apply: 1) Contract requires an action or vote by the City Council (governing body); OR 2) Contract value is $1 Million or greater; OR 3) Contract is for services that would require a person to register as a lobbyist under Chapter 305 of the Government Code. This must be done before executing the contract. The disclosure form may be found at https://www.ethics.state.tx.us/whatsnew/elf_ info_form1295.htm. You must log in and create an account the first time you fill out the form. Tutorial videos on how to log in for the first time and how to fill out the form can be found through the link above. After you electronically submit the disclosure form, a screen will come up confirming the submission and assigning a certificate number. Then, you must print the form, have an authorized agent complete the declaration and sign, and provide it to the City (scanned email copy is acceptable). 14. PLANS FOR USE BY OFFERORS 14.1 It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 15. PAYMENT 15.1 All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 16. AFFIDAVITS OF BILLS PAID 16.1 The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 17. MATERIALS AND WORKMANSHIP 17.1 The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 18. PLANS FOR THE CONTRACTOR 18.1 The contractor will, upon written request, be furnished up to a maximum of five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19. PROTECTION OF THE WORK 19.1 The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of an offeror the following information: (a) The experience record of the offeror showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the offeror. (c) Equipment schedule. 20. TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21. PROTECTION OF SUBSURFACE LINES AND STRUCTURES 2 1. 1 It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22. BARRICADES AND SAFETY MEASURES 22.1 The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23. EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24. CONTRACTOR'S REPRESENTATIVE 24.1 The successful offeror shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful offeror shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25. INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26.1 Attention of each offeror is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The offeror's attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the offeror's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS 27.1 The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28. PROVISIONS CONCERNING ESCALATION CLAUSES 28.1 Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the offeror without being considered. 29. PREPARATION FOR PROPOSAL 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Pursuant to Texas Local Government Code 252.043(2), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 30. BOUND COPY OF CONTRACT DOCUMENTS 30.1 Offeror understands and agrees that the contract to be executed by offeror shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Offeror's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to offeror for his inspection in accordance with the Notice to Offerors. 30.2 If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31. (QUALIFICATIONS OF OFFERORS 31.1 The offeror may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The offeror may also be required to give a past history and references in order to satisfy the City of Lubbock about the offeror's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the offeror to perform the work, and the offeror shall furnish to the City of Lubbock all information for this purpose that may be requested. The offeror's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the offeror fails to satisfy the City of Lubbock that the offeror is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the offeror's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the offeror to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the offeror. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner 31.2 Complete and submit the PROPOSED List of Sub -Contractors. Seven (7) business days after closing, complete and submit the FINAL List of Sub -contractors. (a) If no sub -contractors will be used please indicate so. 31.3 Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32. SELECTION 32.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 32.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 32.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 32.4In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 32.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. 33. ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, OFFERORS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 34. PROTEST 34.1 All protests regarding the RFP process must be submitted in writing to the City Director of Purchasing and Contract Management within 5 working days after the protesting party knows of the occurrence of the action which is protested relating to advertising of notices deadlines, proposal opening and all other related procedures under the Local Government Code, as well as any protest relating to alleged improprieties with the RFP process. This limitation does not include protests relating to staff recommendations as to award of contract. Protests relating to staff recommendations may be directed to the City Manager. All staff recommendations will be made available for public review prior to consideration by the City Council as allowed by law. FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF ANY PROTEST. 35. PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. TEXAS GOVERNMENT CODE § 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) The selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: D2 ee-n-,, , 2b2Z- PROJECT NUMBER: RFP 23-16906-TF Southeast Water Reclamation Plant 4 Clarifier No.1 and No.2 Rehabilitation Proposal of c _ (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 construction of the referenced 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. The price to cover all expenses incurred in performing the work required under the contract documents. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: 'ice (to Final Completion) (not to exceed 335 consecutive calendar days to Substantial Completion / 365 consecutive calendar days to Final Completion). Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 335 Consecutive Calendar Days with final completion within 365 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $300 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $100 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of 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 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. City of Lubbock, TX Public Works RFP 23-16906-TF Southeast Water Reclamation Plant 4 Clarifier No. 1 and No.2 Rehabilitation Red River Construction Co. of Wylie, TX QTY Unit Extended # Items +/- U/M Price Cost Base Bid #1-1 Mobilization/Demobilization/Bonds/Insurance 1 LS 150,000.00 150,000.00 Removal of all clarifier components from #1-2 2 existing clarifier structures EA 57,000.00 114,000.00 New 316 Stainless Steel clarifier mechanisms, #1-3 weirs and scum baffles as specified and shown 2 EA 637,000.00 1,274,000.00 in drawings #14 Installation of new clarifier components 2 EA 127,000.00 254,000.00 Installation of electrical and controls associated #1-5 2 with clarifier rehabilitation EA 40,000.00 80,000.00 #1-6 Clarifier start up, balancing, and inspection 2 EA 7,700.00 15,400.00 Total (Items 1-1 through 1-6): $ 1,887,400.00 Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for y, ,X, Dollars ($ Y, ) or a Proposal Bond in the sum of +ck �r no Dollars ($ a ¢/o o�-R4 ,.), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date �o,jemberP- q,202-L Addenda No. Date Addenda No. Date. Addenda No. Date Date: l I�? ce: r lb � 2:Q--z- 2— Authorized Signature Dean 1 (Printed or Typed Name) -,e Company Address � qq W�t�p f j(UU City, County F "7509B State Zip Code Telephone: qj "Z - �>`7 2) — O i Z`( Fax: 9 7 Z Email:av�.po�er~t�eiu.- �or�s�iruc�ian FEDERAL TAX ID or SOCIAL SECURITY cc No. M/WBE Firm: Woman Black American I I Native American Hispanic American I I Asian Pacific American I I Other (Specify) INSURANCE REQUIREMENTS I, the undersigned Bidder certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities fiom contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. TEXAS GOVERNMENT CODE SECTION 2252.152 The undersigned representative of the undersigned company or business, being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above -named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department. TEXAS GOVERNMENT CODE SECTION 2271.002 Company hereby certifies the following: 1. Company does not boycott Israel; and 2. Company will not boycott Israel during the term of the contract. The following definitions apply to this state statute: (1) "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and (2) "Company" means an organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. This Certification is required from a Company if the Company has 10 or more full-time employees and the contract for goods or services (which includes contracts formed through purchase orders) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. TEXAS GOVERNMENT CODE 2274 By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a firearm entity or firearm trade association. Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy companies during the term of the Agreement. This verification is not required for an agreement where a governmental entity determines that these requirements are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance, incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment of funds. Agreement Example Review This sample Agreement has been reviewed and is acceptable ( ) is acceptable as noted Contractor Acknowledgement In compliance with this solicitation, the undersigned, having examined the solicitation documents, instructions to offerors, documents associated with the request for proposals, and being familiar with the conditions to be met has reviewed the above information regarding: • Insurance Requirements • Suspension and Debarment Certification • Texas Government Code Section 2252.152 • Texas Government Code Section 2271.002 • Texas Government Code 2274 An individual authorized to bind the company must sign the following section. Failure to execute this portion may result in proposal rejection. By signing below, the terms stated have been reviewed and approved. Company Name:;/' Signed By: Print Name and Title: i / /.----- —T .:� I Date: �_� 20-2-2— Bid Bond Surety Department KNOW ALL MEN BY THESE PRESENTS, That we, Red River Construction Co., as Principal, hereinafter called the Principal, and the Colonial American Casualty and Suretv Company and Fidelity and Deposit Company of Maryland, a Corporation created and existing under the laws of the State of Illinois, whose principal office is in Schaumburg, IL, as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Lubbock, Texas, as Obligee, hereinafter called the Obligee, in the sum of Five percent (5%) of the bidder's total amount of the proposal submitted Dollars ($------------ ), 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 RFP 23-16906-TF Southeast Water Reclamation Plant 4 Clarifier No. 1 and No. 2 Rehabilitation 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 material 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 22nd day of November, A.D. 2022. Witness: Red River Construction Co. By. By —i*�;�, SEAL) Dean Porter, President Witness: �j', i''�,, Colonial American Casualty and Surety Company and Fidelity and De o it Company of Maryland �/ /k StLv Tick, Attorney -in -Fact (SEAL) Form 5-3266-4 Printed in U.S.A. 12-70 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint, Tracy TUCKER, W. Lawrence BROWN, Kevin J. DUNN, Steven TUCKER, Roberta H. ERB and Bennett BROWN, all of Ft. Worth, Texas, EACH, its true and lawful agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 5th day of November, A.D. 2019. aQpIDtliOJ��p{f�i ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President -45 By: Dawn E. Browr: Secretary State of Maryland County of Baltimore On this 5th day of November, A.D. 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn, Notary Public My Commission Expires: July 9, 2023 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 22nd day of November 2022 Brian M. Hodges TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.repot`tsfclaims(lzurichna.com 800-626-4577 Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: General Information Organization Doing Business As General Contractor Business address of principle office 2804 Capital St Wylie, Tx 75098 Telephone numbers Main number (972) 578-0127 Fax number (972) 578-1043 Website Address www.redriverconstruction.com Form of business (check one) x A corporation I JA partnership jAn individual e"'' .p Date of incorporation August 12, 1957 State of incorporation Texas Chief Executive Manager's name President's name Dean Porter Vice President's name(s) Secretary's name Meredith Anderson Treasurer's name Vicki Porter s �X .y "yam V. i,u{..'� 2'• t 3 g '" Mirv''�C`S'a� .d°'i ;�' '.9 ,�`� "X'{ ^s fit. -:., .,.., `x".-nr .-.-''iy_" s✓ 3.,.�'t,'x-,;T";?.S'::++ .z 4? t� r -:.aF' 'go g � ry '2'w R'3+„ \ Fs .S ,7w "m 5sy,^=�*'x' Ch`.,�^`, y iF v'•' T .~ '*n "4 y_. ka,...0 "a .�.. ,. ,rl %'.�M .:'sh9.A., e �.: +y�:a ,�^"5'�'y''+.�r^u Y,i ;: o-.�3%-'ki .+..a*. m'er Date of organization N/A State whether partnership is general or limited '"N ,xs�'"T,, ��,'� ..�c �., r--� ?aw�z s:� a;??e ..� .a, 'a� �' "v.h%2:.;Xf`F,%5"Ni. -.�L+; t*3 k r l �%.. Y'��.�'L:.,:[}'`':��Y.=-•,a,`k�w��'�.w.�����,.c.,=w.`u`. 'z"p.1rG„ Name N/A Business address of principle office iEF'd3"''; . k mgwggi `'.�,, m n :''s'y 9 t " ?i' `i �,'� �*' yi;�'3,k ,e,.'c` :&�`'r' .o �" ,35: .. `v- 'taK'7 S' '✓uc, 'vr'Sla+ '... S� b. , a,,1C A..�,� ... •.i:S'a` b -t d+�3c •, ,'�,,,�pp w.: ,m 8 °� �wea� . ��,kl� �2 =gac�- d�.:. 5''a8 �. .� �f r: 1 #f {S 3 i S s I s�� '"`.°a .y.,;,,`�^`� -�" �: �."� -u " :,`.,' -`-`� z;' ys ,"`` y ~°a; Y.•* 5, rr^ N/A Indiicatots of organization size Average number of current full time 80 Average estimate of revenue employees for the current year $20,000,000 Organizational Experience Organization Doing Business As General Contractor Business address of principle office 2804 Capital St Wylie, Tx 75098 Telephone numbers Main number (972) 578-0127 Fax number (972) 578-1043 Website Address www.redriverconstruction.com List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Names of organization From Date To Date Talon Construction 1957 1971 Red River Construction Co. 1971 Today List of companies, firms, or organizations that own any part of the organization. Name of companies, firms or organiation Percent ownerhsip none `v,`•fi.:.,.'i:.3£"','.a:'KW'z', q" 4`.' : i'i'','"2 s. "u. "a*�`" r'', .`m Years experience in projects similar to the proposed project: Gx .th. X "�'�, •.y}.,! As a general contractor 1 65 years As a joint venture partner: 0 years 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 detailes in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten years? INO If yes provide full details in a separate attachment. See attachment No. Has the predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five years? 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? INO If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? NO If yes provide full details in a separate attachment. See attachment No. Proposed Key Personnel Organization Doing Business As General Contractor k 4 ' { '`a.4. C : 1� 11 ^v.% ,11, � ;.a�.., g }�'""3:"2,},?" u`�"• c'k„x .:.�t.=-r�i �r{+.arrs� ,wr,`,`G:,'>.h-,. u.'.: . .Y„�i`�' iS^ -..{.... . ;Y`.b'ys'' Provide a brief description of the managerial structure of the organization and illustrate with and organization chart. Include the title and names of key personnel. Incude this chart as an attachment to this description. See attachment No. See Attachment Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include the title and names of proposed key personnel and alternates. Include this chart as an attachement to this description. See attachment No. Provide information on the key personnel proposed for this project that will provide the following key funtions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Brittney Crow Steve Summerkamp Project superintendent Alex Garcia Robert Garcia Project safety manager Thad Anderson Meredith Anderson Quality control manager Jim Sunnenberg Dean Porter 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 eeach function, their qualifications to fulfill each roles 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 much time is to be divided between this project and their other assignments. Project Manager Name of Individual O�� Britney Crow Primary Language English Educational Experience Associate degree Years of Experience as Project Manager 1 year Years of Experience with this Organization 7 months Number of similar projects as Project Manager 2 Number of similar projects in other positions 3 :tee Y*H P`.i� na, ¢� k ...3 § r%3 V•* �'S5#'' Name of Assignment N 3-3�' S'+tt. } "4 -"' ks""c`E^r*- '�t S ril*G.- Estimated Project Completion Date Percent of Time Used for this Project Lewisville Vista Ridge LS Improvement 5% October 2022 Northlake SE Pump Station & GST 5% December 2022 Southlake Pearson Pump Station Residual Controls Improve 20% February 2023 Northlake Catherine Branch WWTP 20% July 2023 Mt. Vernon WTP Filter 10% January 2023 t fi Name Bob Ruffini Name Gregory Smith Title/Position City Inspector Title/Position Senior Director Client Services Organization North Texas Municipal Water Disi Organization Brown & Caldwell Telephone 816-507-9532 Telephone 808-635-6544 E-mail rruffini@ntmwd.com E-mail Gsmithl@brwncaid.com Project Sister Grove Resource Recovery Wastewater TP Project Sister Grove Resource Recovery Wastewater TP Candidates' role on Project Project Engineer Candidates' role on Project Project Engineer Name Nick Landes Name Bob Hooks Title/Position Engineer Title/Position Project Manager Organization Freese & Nichols Organization Industrial Corrosion Telephone 817-937-9185 Telephone 918-557-2042 E-mail nick.landes@freese.com E-mail bobhook79@gmail.com Project Southlake Pearson PS Residual Cc Project Lewisville Vista Ridge LS Improvement Candidates' role on Project Project Manager Candidates' role on Project Project Manager Project Manager ?v . ' } ' .,y & hr.,.S »� T ,e:.,' "3 ' 'a'u'i' m ,S' k �"_. ".,,✓�"w' - �'f> " u Srics">''E4 ,:yy,'`•". yv- �'`', u. '-re "s'..z. *&�'�,:'.`. 'cn+`F :n k^i io-":t "i . ,. r. ..:`u e , „T'v a a MEMO t n Name of Individual Steve Summerkamp Primary Language English Educational Experience Bachelor of Science Degree Years of Experience as Project Manager 10 years Years of Experience with this Organization 10 years Number of similar projects as Project Manager 22 Number of similar projects in other positions 0 x IN .E s Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Grapevine WWTP 10% 1/1/23 Mustang SLID Sandbrock WWTP 80% May-23 11111 r1 34� Ca,."m. 5f Y .'. .'.:. >'�� vPw aSKY 'P`Sne:"-:1 Name fi10 *A "'f' q`�,Fj'"''}r vL'tw"He*:+ ..,.3+4s?u3 y�F?�.'}Y*'r;.'.0 ✓�k k�4`fn. aA'".�1s'*<;.i''"'i'Sy+R'',-,:Y�k"' Kevin Clement Name ��?� e't^ i �' K'j� '1"', Chad Lorang Title/Position Owner Title/Position Project Manager Organization H&H Electrical Contractors, Inc. Organization Core & Main Telephone 903-271-3220 Telephone 469-610-0328 E-mail kevinc@hhelectrical.biz E-mail chad.lorane@core&main.com Project Plano Legacy Lift Station Project TRA Denton Creek Odor Cotrol Candidates role on Project Project Manager Candidates role on Project Project Manager Name Ron Riley Name Kevin Dodson Title/Position Owner Title/Position Project Manager Organization Pemco International Organization Seguin Fabricators Telephone 817-688-6867 Telephone 830-379-4129 E-mail N A E-mail kevin@seguinfab.com Project Flower Mound WWTP Phase 1 Project TRA DCRWS Odor Control Candidates role on Project Project Manager Candidates role on Project Project Manager Proposed Superintendent Z1''-�' $k Y'-. ?" `' 3' ". . , ''::. ,. _,. .,. . r .._'x,E'Y.';:ywti+',+'x Name of individual E t" .. `",` ' "� IM9�..,.'��",t ".:w ?N.. v:. .., Alex Garcia T1k � M MOM `. i' _ �. n Primary Language English Educational Experience Completed High School Years of Experience as Superintendent 25 years Years of Experience with this Organization 27 years Number of similar projects as Superintendent 30+ Number of similar projects in other positions 40+ W Name of Assignment "It I OWN Percent of Time Used for this Project Estimated Project Completion Date Lubbock SE Water Reclamation Plant 2 Improv 100% Feb-23 ems.NOTION �� Name Brian Stephens Name . Matt Kerley Title/Position Engineer Title/Position Plant Superintendent Organization Park Hill Smith & Cooper Organization City of Lubbock Telephone 806-473-2200 Telephone 432-559-7117 E-mail bstephens@team-psc.com E-mail Project Big Spring Water Treatment Plant Project Lubbock North WTP *& Midland Headworks Candidates role on Project Superintendent Candidates role on Project Superintendent Name Charles Baldwin Name Fred Curnutt Title/Position Plant Operations Title/Position Engineer Organization City of Lubbock Organization EH&T Telephone 806-775-3612 Telephone 806-794-1100 E-mail E-mail Project Canyon Lake Reuse Project Canyon Lake Reuse Candidates role on Project Superintendent Candidates role on Project Superintendent Proposed Superintendent f. Name of Individual NO� 1 . Robert Garcia Primary Language Spanish/English Educational Experience Completed High School Years of Experience as Superintendent 1 years Years of Experience with this Organization 2 years Number of similar projects as Superintendent 1 Number of similar projects in other positions 5 ..�.r Name of Assignment ME Percent of Time Used for this Project RROOV IZ Estimated Project Completion Date Lubbock SE Water Reclamation Plant 2 Improv 100% Feb-23 O .� OwC'^,y''.. �. ��a Name lolg '.:. .,»„^.1 -y,.-4"„:,`"?.�` '* a,•:_;'"µf''�' ' � T',u',;v Brian Stephens <a �,.'.q-t"",,...,r' Name x 'r`rg't�T>^'<.as" SAY r..�`£'"%.e.� Matt Kerley Title/Position Engineer Title/Position Plant Superintendent Organization Park Hill Smith & Cooper Organization City of Lubbock Telephone 806-473-2200 Telephone 432-559-7117 E-mail bstephens@team-psc.com E-mail Project Big Spring Water Treatment Plant Project Lubbock North WTP *& Midland Headworks Candidates role on Project Superintendent Candidates role on Project Superintendent Name Charles Baldwin Name Fred Curnutt Title/Position Plant Operations Title/Position Engineer Organization City of Lubbock Organization EH&T Telephone 806-775-3612 Telephone 806-794-1100 E-mail E-mail Project Canyon Lake Reuse Project Canyon Lake Reuse Candidates role on Project Superintendent Candidates role on Project Superintendent Proposed Safety Manager . m ����"-� Name of Individual Thad Anderson Primary Language English Educational Experience Associate of Occupational Safety & Health Years of Experience as Safety Manager 6 year Years of Experience with this Organization 10 years Number of similar projects as Safety Manager 15 Number of similar projects in other positions s=on F .. t s'�?.. . n ...;: r`..e...,'.,�.�. ,ter Name of Assignment 5 ,.,„�.? - sue, IM Percent of Time Used for this Project - �,.'�'',, Estimated Project Completion{ Date Crane Operator as needed on going Safety Manager/Trainer 100% on going ^:%s'..:kY �� � h��'"� 9 ox,w x R..g +x•.+x +.c p, rv«.:.s-m .,-w. uv♦ _.r 'E :w*`,x .r-✓: Name Mitch Harrison .-x. ,° ..-r ..r vtts. .s e'. ��.y Name d��`" Kent Summers Title/Position Inspector Titlef Position Inspector Organization NTMWD Organization NTMWD Telephone 972-442-5405 Telephone 972-442-5405 E-mail mharrison@NTMWD.COM E-mail ksumners@NTMWD.COM Project Floyd Branch WWTP Project Filter Repair and Rehab Phase II Candidates role on Project Safety Manager Candidates role on Project Safety Manager Name William Stafford Name Randy Sigler Title/Position Project Manager Title/Position Inspector Organization NTMWD Organization Upper Trinity RWD Telephone 972-442-5405 Telephone 972-219-1228 E-mail bstafford@ntmwd.com E-mail rsieler@utrwd.com Project Custer Road Transfer Station Project Sodium Hypo Generation Candidates role on Project Project Manager/ Safety Manager Candidates role on Project Safety Manager General Superintendent/Quality Control "c..x:,4*. „ k r,���.✓�x�..�r{C� t„- sv'"r �Sa.�;:" '-;.:,. _.F+ § ':+ i A { G{e x^ b "°H^, N:. cd^... PGy-�.S` c.3Y' ..ye ,;� ,.i.. is ".„.1 r'e... # �u. ..vu.+ . Y.✓,:i"M1, .. _�=.. ..�'"nf'h`. ra ,r'.m 3..Px+,µ3'Lyv-"'xh"13i'>. Name of Individual a..,--,d.� ...,,. _,, t ,'.,�:. -` �i a 4�-',`.r'.,, „.,,,'`4 '4� . ` w A{'tk3 ^Gr - * ::?.tea''.","C_.''� . Jim Sunnenburg Primary Language English Educational Experience Completed High School Years of Experience as Superintendent 43 years Years of Experience with this Organization 14 years Number of similar projects as Superintendent 40 + Number of similar projects in other positions 40 + AN Agam OW �.. .u Name of Assignment Percent of Time Used Estimated Project Completion for this Project Date General Superintendent 100% Name Charlie Messer Name Richard Postama Title/Position Operations & Maintenance Title/Position Construction Manager Organization City of Garland Organization Trinity River Authority Telephone 972-205-3203 Telephone 817-493-5147 E-mail cmesser@ci.garland.tx.us E-mail postmar@trinityra.Org Project Broadway Pump Station/Duck Creek PS/Rowlett PS Project TRA Denton Creek WWTP Candidates role on Project President Candidates role on Project President Name Darwin Archer Name Cory Moose Title/Position City Manager Title/Position Superintendent Organization City of Cisco Organization City of Midland Telephone 254-442-2111 Telephone 432-685-7935 E-mail citymanager@cityofcisco.com E-mail cmoose@midiandtexas.goy Project Cisco WTP Project Midland MBR Plant Candidates role on Project General Superintendent Candidates role on Project Superintendent President '+y,.a"'.:`r3gt gg `vhR'v@ Lc krtirs�k,ge Name of Individual *�. t ,Y' k* i 'tih 3a=4, `asx Dean Porter Primary Language English Educational Experience Bachelor Science Degree Years of Experience as Project Manager 50 years Years of Experience with this Organization 50 years Number of similar projects as Project Manager 150+ Number of similar projects in other positions 180+ w OW ;.w£ .ram_ Name of Assignment Percent of Time Used Estimated Project Completion for this Project Date President 20% on going Estimator 50% on going ;v4 m✓ .?Y&'�rrq, * J &aG r' 3 x r3'.. ' ���A��!� '4 "' �'� Y � Name ;" irc -rM- `�'.•.� .ry ,ra r� w��aT'T�w^,`-y:-k`T�c:'��'� Mark Hill °r.4� 'i' n .. `+M `,a '_ws'r ...=MEN, .Uv '�'m +,F*_m, ��r i���'.„, � s Name 'u ""'� ]sss°':x .c=`s �C`.. oi' '"� �n '��,,' `te s �S' ��� Kurt Staller Title/Position Engineer Title/Position Project Manager Organization Freeman-Millican Organization UTRWD Telephone 214-503-0555 ext 115 Telephone 972-219-1228 E-mail mdhill@fmi-dallas.com E-mail kstaller@UTRWD.com Project Hackberry WWTP & PS Project Thomas E. Taylor WTP Improvements Candidates role on Project Project Manager Candidates role on Project Project Manager/President Name Charlie Messer Name Richard Postama Title/Position Operations & Maintenance Title/Position Construction Manager Organization City of Garland Organization Trinity River Authority Telephone 972-205-3203 Telephone 817-493-5147 E-mail cmesser@ci.garland.tx.us E-mail postmar@trinityra.org Project Broadway Pump Station/Duck i Project TRA Denton Creek WWTP Candidates role on Project President Candidates role on Project President Project Experience and Resources Organization Doing Business As General Contractor Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A. SEE BROCHURE 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 BROCHURE Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key Provide a description of your organizations approach to completeing this project to provide best 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost Control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB/MWBE Participation Goal Provide a list of major equipment proposed for use on this project. Attach additional information if necessary Equipment item Primary use on project Own Will buy Lease See Brochure What work will the organization complete using its own resources? Excavation, concrete, reinforcement, backfill, structural, steel erection, pipe construction, equipment installation What work does the organization propose to subdonract on this project? HVAC, electrical, masonry, tank builders, pavement Subcontractors and Suppliers Organization Doing Business As General Contractor sup"ggmr"xJ'". ^", Mw "". ,tl m„?,. 'nv p^eu"^` -1 `lt .miggf4F''" �i':a*o'.. Provide a list of subcontractors that will provide more then 10 percent of the work (based on contract amounts) Name Work to be provided Est. percent of contract HUB/MWBE firm See Sub List in proposal** 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. '�`I✓N <6� 9 �''+'- ,?.- x� *'-y �"' "�� '�� w.�^ t''�-'.. y .5y� � .�5 Y" '�sr°i.! � C='� k ^,�'�..�. a'r.-:, .5L" F`.X�Yw���'�R� f�' .-. ,]1,. "M1 �i�4w ���.F`F`�'��� u�'.y,�.,_,5.�. Provide a list of major equipment or materials proposed for use on this project. Attach additional information if necessary. Supplier name Equipment/material provided Furnish Only Furnish and install HUB/MWBE firm Project Information for Proposed Staff Project Owner: North Texas Municipal Water District NTMWD Filters Plant 3 General Description of Project: Remove & Replace 6 filter underdrains & media V1 Budge History Schedule Performance Amount % of Bid Amount Date Days Bid $ 2,039,020.00 100% Notice to Proceed 3/13/2017 300 Change Orders $ (96,136.84) -4.7% Contract Substantial Completion Date at Notice to Proceed 12/8/2017 270 Owner Enhancements $ (96,136.84) 100% Contract Final Completion Date at Notice to Proceed 1/7/2018 300 Unforeseen Conditions Chanqe Order Authroized Substantial Completion Date 12/8/2017 0 Design Issues Change Order Authorized Final Completion Date 1/7/2018 0 Total Final Cost $ 1,942,883A6 95.3% Actual/Estimated Substantial Completion Date 9/1/2017 172 Actual/Estimated Final Completion Date 9/25/2017 196 089=0 M =RWAU I Project Manager Project Superintendent Safety Officer Quality Control Manager Name Heath Staffeld Mark Hoffa Thad Anderson Jim Sunnenberg Percentage of Time Devoted to the Project 25% 50% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for chang Name �J gg mg Title/Position Organization Telephone E-mail Owner Ben Moore Project Manager NTMWD 972-442-5405 bmoore@ntmwd.com Designer Robert Hoffman Project Engineer HDR 972-960-4476 Robert.Hoffman@hdrinc.com Construction Manager None Surety Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 1brown1246@aol.com -!M�4 -, ", m dii'--IUI�LM SAiM Number of ssu es Resolved 7 I 0 Total Amount Resolved Issues-" Involved in . . . . . . . . . . . . . x R 0 'MONWO 110,A, Wom 5,7777MM Number of Issues Pending Total Amount involved in 0 Resolved Issues 0 Project Information for Proposed Staff Project Owner: North Texas Municipal Water District Project Name: Rockwall No. 1 Delivery Point Improve ents, General Description of Project: Install Sleeve Valve Meter Vault, Electrical Building, Rehabilitate Ground Storage Tank, Install New Manholes, New Steel Piping, and Valves. Budge History Schedule Performance Amount % of Bid Amount Date Days Bid $ 2,401,880.00 100% Notice to Proceed 11/21/2016 270 Change Orders $ 316,377.49 13.2% Contract Substantial Completion Date at Notice to Proceed 7/9/2017 240 Owner Enhancements $ 316,377.49 100% Contract Final Completion Date at Notice to Proceed 8/8/2017 270 Unforeseen Conditions Change Order Authroized Substantial Completion Date 5/1/2018 526 Design Issues Chan e Order Authorized Final Completion Date 5/31/2018 556 Total Final Cost $ 2,718,257.49 113.2% Actual/Estimated Substantial Completion Date 1/25/2018 430 Actual/Estimated Final CompletionDate 5/8/2018 533 Project Manager Project Superintendent Safety Officer Quality Control Manager Name Heath Staffeld Juan Morales Thad Anderson Jim Sunnenber Percentage of Time Devoted to the Project 25% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for chan Name Title/Position Organization u Telephone E-mail Owner Jay London Project Manager NTMWD 972-442-5405 ilondon@NTMWD.COM Designer Jim Brauer Project Engineer Huitt-Z011ars 505-892-5141 ext. 10916 ibrauer@Huitt-Zollars.com Construction Manager None Sur et Lawrence Brown Bonding Agent(, Brown & Tucker 214-360-9203 Ibrownl246@aol.com Mao Number of Issues Resolved 0 Total Amount Involved in Resolved Issues 0 Number of Issues Pending 0 Total Amount involved in Resolved Issues 0 Project Information for Proposed Staff Project Owner: City of San Angelo, TX Project Name: 2015 Water Treatment Plant Improvements General Description of Project: Remove & Replace 14 filter underdrains & media, Install New Valves, New Vaults, New Pipe, & Misc. Improvements. Budget History ��: � Schedule Performance Amount % of Bid Amount Date Days Bid $ 2,685,250.00 100% Notice to Proceed 11/1/2015 365 Change Orders $ 260,219.68 9.7% Contract Substantial Completion Date at Notice to Proceed 11/1/2016 366 Owner Enhancements $ 260,219.68 100% Contract Final Completion Date at Notice to Proceed 11/1/2016 366 Unforeseen Conditions Change Order Authroized Substantial Completion Date 12/31/2016 426 Design Issues Change Order Authorized Final Completion Date 12/31/2016 426 Total Final Cost $ 2,425,030.32 90.3% Actual/Estimated Substantial Completion Date 10/3/2016 337 Actual/EstimatedF�inal Completion Date 12/27/2016 422 Project Manager Project Superintendent Safety Officer Quality Control Manager Name Heath Staffeld Alex Garcia Thad Anderson Jim Sunnenber Percentage of Time Devoted to the Project 25% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for change 101 Name Title/Position w n.. Organization Telephone E-mail Owner Joe Man rem Project Manager City of San Angelo, TX 325-657-4547 ioe.mangrem@cosatx.us Designer Joe Man rem Project Engineer City of San Angelo, TX 325-657-4547 ioe.mangrem@cosatx.us Construction Manager None Surety Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 1brown1246@aol.com .. .. .. a.'- k .' .. �. ,.:. �< - ,. :- •., 0 :E '.<z 'x ':w;. air'. t' .+,. �: �,3"7t,.« a a n i:;z.' Total Amount Involved in Resolved Issues "f: _ ,; .Y ,r,r.> e! ss _1'b)fy .. �,.a€Y.. .535 -.e. 5A . -;. 0 d2§ r::#�3 ..., bm3 <,; .L.i ,,'Zd$ Number of Issues Pending �, �1i: S•.. �' 't3r's, '� r"ri : <.t ,': ..u - Total Amount involved in 0 Resolved Issues 0 Number of Issues Resolved Project Information for Proposed Staff Project Owner: North Texas Municipal Water District Project Name: NTMWD Wylie WTP Chlorine System Improvements IA General Description of Project: Chemical System and Misc. Improvements Budge History Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,727,860.00 100% Notice to Proceed 5/18/2015 254 Change Orders $ 397,111.75 23.0% Contract Substantial Completion Date at Notice to Proceed 11/28/2015 194 Owner Enhancements $ 397,111.75 100% Contract Final Completion Date at Notice to Proceed 1/27/2016 254 Unforeseen Conditions Change Order Authroized Substantial Completion Date 1/27/2016 254 Design Issues Change Order Authorized Final Completion Date 3/27/2016 314 Total Final Cost $ 2,124,971.75 123.0% Actual/Estimated Substantial Completion Date 1/25/2016 252 Actual/Estimated Final Completion Date 3/2/2016 289 Project Manager Project Superintendent Safety Officer Quality Control Manager Name Heath Staffeld Mark Hoffa Thad Anderson Jim Sunnenber Percentage of Time Devoted to the Project 25% 50% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for change Name Title/Position Organization NIS Telephone s E-mail Owner Aliza Caraballo Project Manager NTMWD 972-442-5405 acaraballo@NTMWD.COM Designer Sam Barraco Project Engineer Carollo 972-763-4404 sbarraco@carollo.com Construction Manager None Surety Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 1brown1246@aol.com :.{.:A ;;_ R$�« Number of Issues Resolved 0 Total Amount Involved in Resolved Issues .`.°,�reb e'�� d-f 0 aheiw.��.?i Number of Issues Pending Total Amount involved in 0 Resolved Issues 0 Project Information for Proposed Staff Project Owner: North Texas Municipal Water District Project Name: Water Treatment Plant II - Filter Underdrain Improvements and Conversion to Biologically Active Filters General Description of Project: Remove & Replace 20 filter underdrains & media, new air compressor, new valves, and new piping. Budge History Schedule Performance Amount % of Bid Amount Date Days Bid $ 8,165,485.00 100% Notice to Proceed 10/9/2014 720 Change Orders $ 1,523,004.40 18.7% Contract Substantial Completion Date at Notice to Proceed 7/30/2016 660 Owner Enhancements $ 1,523,004.40 100% Contract Final Com letion Date at Notice to Proceed 9/28/2016 720 Unforeseen Conditions Change Order Authroized Substantial Completion Date 6/17/2017 982 Design Issues Change Order Authorized Final Completion Date 10/30/2017 1117 Total Final Cost $ 9,688,489.40 118.7% Actual/Estimated Substantial Completion Date 6/17/2017 982 Actual/Estimated Final Completion Date 10/25/2017 1112 - Project Manager c� INS. „ �<' $u Project Superintendent _ �'R. Safety Officer e 1 ' `S - Quality Control Manager Name Heath Staffeld Mark Hoffa Thad Anderson Jim Sunnenber Percentage of Time Devoted to the Project 50% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for change Name 9? Title/Position A Organization Telephone WE E-mail Owner Kara B rnes Project Manager NTMWD 972-442-5405 kbvrnes@NTMWD.COM Designer Steve Frost Project Engineer Carollo 972-239-9949 SFrost@carollo.com Construction Manager None Surety Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 Ibrown1246@aol.com ' - �. E ,".'*,.:. v ffi ,m.:W 3. ,f ...e..s r. ..£ 55.�. kR pQ'd0 &¢� i# 6� ,4 . 0 ¢-:.. 1 ##` `�k #s((": s§ fi 3' Q Total Amount Involved in Resolved Issues 'd 3T'{ W ,. 22 ,i Leyy 4. k: 0 .max 7"fe'e' �4Y T "s✓Y iu.'. J+ 4 S((n Number of Issues Pending Xlr-o- 1 .. f'y i• `.,. 0 a' Total Amount involved in Resolved Issues 0 Number of Issues Resolved Project Information for Proposed Staff Project Owner: City of Mansfield, TX Project Name: Bud Ervin Water Treatment Plant Miscellaneous Improvements General Description of Project: Remove & Replace 2 Hypo Chlorite Tanks, New Brine Tank and Equipment, New Hypo Chlorite Generator, New Chemical piping and valves, and misc, improvements. Budge History Schedule Performance Amount % of Bid Amount Date Days Bid $ 2,469,900.00 100% Notice to Proceed 7/31/2017 360 Change Orders $ 6,716.92 -0.3% Contract Substantial Completion Date at Notice to Proceed 5/27/2018 300 Owner Enhancements $ 6,716.92 100.0% Contract Final Completion Date at Notice to Proceed 7/26/2018 360 Unforeseen Conditions Chan e Order Authroized Substantial Completion Date 7/31/2018 365 Design Issues Change Order Authorized Final Completion Date 12/31/2018 518 Total Final Cost $ 2,463,183.08 99.7% Actual/Estimated Substantial Completion Date 7/31/2018 365 Actual/Estimated Final Completion Date 12/19/2018 506 wa a t 0- Project Manager Project Superintendent Safety Officer Quality Control Manager Name Heath Staffeld Juan Morales Thad Anderson Jim Sunnenber Percentage of Time Devoted to the Project 25% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes Yes yes yes If not, who started or completed the project in their place. Reason for change Name Title/Position �s.,SFµ`"'r. Organization S.Twn 1$1'`.CLs Tele hone 'ri" L ,y E-mail Owner Jeff Price Director of Utilities City of Mansfield, TX 817-932-3961 ieff.price@mansfieldtexas.gov Designer Marshall Plunk Project Engineer Alan Plummer 817-806-1700 mplunk@apaienv.com Sure Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 Ibrownl246@aol.com - Number of Issues Resolved '& , a - -Y 8 0 .4*, 'rn" - t A'➢. d S Total Amount Involved in Resolved Issues �;n :+�1 . a 1? t„'Ai:?'s� ' .t 'i, -.r 0 fir.'Fy`l'` -- @, �. ? Number of Issues Pending ,� .. s 0 Total Amount involved in Resolved Issues 0 Project Information for Proposed Staff Project Owner: North Texas Municipal Water District Project Name: High Service Pump Station 1 -1 Mechanical Improvements General Description of Project: Demo of existing pump station pumps and piping, new concrete vaults, install 10 new pumps, install new steel pipe and valves, new plant water pipeline, and 3 new interconnections. Budge History Schedule Performance Amount % of Bid Amount Date Days Bid $ 9,763,172.00 100% Notice to Proceed 7/18/2016 480 Change Orders $ 345,340.95 3.5% Contract Substantial Completion Date at Notice to Proceed 9/26/2017 435 Owner Enhancements $ 345,340.95 100.0% Contract Final Completion Date at Notice to Proceed 11/10/2017 480 Unforeseen Conditions Chanqe Order Authroized Substantial Completion Date 6/30/2018 712 Design Issues Change Order Authorized Final Completion Date 8/14/2018 757 Total Final Cost $ 10,108,512.95 103.5% Actual/Estimated Substantial Completion Date 6/30/2018 712 Actual/Estimated Final Completion Date 8/14/2018 757 Project Manager Project Superintendent Safety Officer Quality Control Manager Name Heath Staffeld Mark Hoffa Thad Anderson Jim Sunnenberg Percentage of Time Devoted to the Project 50% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes No yes yes If not, who started or completed the project in their place. Edgar Perez Reason for change Went to another erp'ect 4 ' -13 11 , w - =0117110 1110 Z R Name rip -11 2 Title/Position ZE i7 I - � �` — R ME Organization W ' � - " MIME, -2 �'- - I 2tA-,, H19 Telephone E-mail Owner Kimberly Luker Project Manager NTMWD 972-442-5405 kLuker@ntmwd.com Designer Clayton C. Barnard Project Engineer Freese & Nichols 972-624-9207 CQ �reesex�om Construction Manager None Sure!X Lawrence Brown Bonding Agent Brown & Tucker 214-3610-920-2 Ibrown1246@aol.com M r Number of Issues Resolved 0 Total Amount Involved in Resolved Issues 1-M NEW 0 01 Number of Issues Pending 0 Total Amount involved in Resolved Issues 0 Project Information for Proposed Staff Project Owner: City of Cisco, TX Project Name: WTP Phase 1 2.0 MGD General Description of Project: Construction of a new membrane filter building, new chemical storage and dosing building, new clarifier and pump station, splitter box, and other related improvements NMI Budge History m. Schedule Performance Amount % of Bid Amount Date Days Bid $ 8,221,673.00 100% Notice to Proceed 11/6/2017 462 Change Orders $ - 0.0% Contract Substantial Completion Date at Notice to Proceed 12/11/2018 400 Owner Enhancements Contract Final Completion Date at Notice to Proceed 2/11/2019 462 Unforeseen Conditions Chan a Order Authroized Substantial Completion Date 5/16/2019 556 Design Issues Change Order Authorized Final Completion Date 7/17/2019 618 Total Final Cost $ 8,221,673.00 100.0% Actual/Estimated Substantial Completion Date 5/16/2019 556 Actual/Estimated Final Com letion Date 7/8/2019 609 � �. € & sy»c $ f , �b � in •�# dui `. �_ Project Manager Project Superintendent i`dirt-, .. .^, ,� � d � ?q�' " k Safety Officer Quality Control Manager Name Heath Staffeld Mark Hoffa Thad Anderson Jim Sunnenber Percentage of Time Devoted to the Project 50% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for chan e .. a' Name WV Title/Position Organization Telephone r E-mail Owner Darwin D. Archer City Manager City of Cisco, TX 254-442-2111 �itymanaser@cityofcisco.com Designer Jordan Hibbs Project Engineer En rotec/Hibbs & Todd 325-698-5560 iordan.hibbs@e-ht.com Construction Manager None Surety Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 Ibrown1246@aol.com Number of Issues Resolved 0 Total Amount Involved in Resolved Issues 0 Number of Issues Pending 0 Total Amount involved in Resolved Issues 0 Project Information for Proposed Staff Project Owner: City of Garland Project Name: Garland Broadway Pump Station General Description of Project: Remove pumps from old pump station, convert to electrical/storage building; new pump station with pumps and piping Budge History K§ WIN 11A-�N low �• Schedule Performance Amount % of Bid Amount Date Days Bid $ 3,849,000.00 100% Notice to Proceed 8/21/2008 Change Orders $ 33,979.22 88% Contract Substantial Completion Date at Notice to Proceed 1/19/2010 Owner Enhancements $ - Contract Final Completion Date at Notice to Proceed 1/19/2010 Unforeseen Conditions $ 33,979.22 Change Order Authroized Substantial Completion Date 2/25/2010 Design Issues Change Order Authorized Final Completion Date 2/25/2010 Total Final Cost $ 3,882,979.22 100.9% Actual/Estimated Substantial Completion Date 10/9/2009 Actual/Estimated Final Completion Date 2/25/2010 Project Manager NEW, 6 Project Superintendent Safety Officer Quality Control Manager Name Meredith Anderson Pat Jones Meredith Anderson Scott Lille Percentage of Time Devoted to the Project 25% 75% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Jim Sunnenber Reason for chan a new jobs @ gm $ «� ��# : Name MEN Title/Position Organization y Telephone E-mail Owner Larry Burnett Project manager Garland 972-205-3218 Designer Scott Mau hn Project Engineer Freese & Nichols 214-217-2260 Construction Manager None Surety Lawrence Brown Bonding Agent Brown & Tucker 21�4-360-9203 Ibrown1246@aol.com m ,d`:".. ' Y %p'.h. M `{:. Number of Issues Resolved '�' my al NO grE N �''. .+^'C'. ##. l 0 yz� Yzf3 �C" 'w'•& Total Amount Involved in Resolved Issues .y,.� M ,$.ia,R,}.etater' $? 0 '.f. Number of Issues Pending 0 Total Amount involved in Resolved Issues 0 Project Information for Proposed Staff Project Owner: North Texas Municipal Water District Project Name: Lake Tawakoni Chlorine Dioxide Generation General Description of Project: New chlorine dioxide generation facility Budge History Schedule Performance Amount % of Bid Amount Date Days Bid $ 2,338,146.00 100% Notice to Proceed 3/1/2013 Change Orders $ 26,569.64 1% Contract Substantial Completion Date at Notice to Proceed 8/8/2013 Owner Enhancements $ - Contract Final Completion Date at Notice to Proceed 917/2013 Unforeseen Conditions $ 26,569.64 Chanqe Order Authroized Substantial Completion Date 1/17/2014 Design Issues Change Order Authorized Final Completion Date 1/17/2014 Total Final Cost S 2,364,715.64 101.1% Actual/Estimated Substantial Completion Date 8/25/2014 Actual/Estimated Final Completion Date 8/25/2014 M-I-lin,~�"-l" "NEW Project Manager Project Superintendent Safety Officer Quality Control Manager Name Jeff Reynolds PatJones Thad Anderson Scott Lilley Percentage of Time Devoted to the Project 50% 50% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? no no yes no If not, who started or completed the project in their place. Meredith Anderson Bobby Garcia Jim Sunnenberg Reason for chang Jeff left Red River Pat left Red River Scott left Red River "M Name Title/Position Organization am Telephone E-mail Owner John Montgomery Project manager NTMWD 972-442-5405 Designer Robert Staton Project Engineer Black & Veatch 214-436-2536 Construction Manager None Surety Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 1 brown 1246@aol.com U 0 Total Amount Involved in Resolved Issues 0 Number of Issues Pending 0 Total Amount involved in Resolved Issues 0 Number of Issues Resolved Project Information for Proposed Staff Project Owner: North Texas Municipal Water District Project Name: Lower Rowlett Creek Lift Station General Description of Project: Install a new pump on existing line with pump, pipe, VFD, and MCC and modifications to building Budge History Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,888,000.00 100% Notice to Proceed 4/30/2009 Change Orders $ 81,350.00 4% Contract Substantial Completion Date at Notice to Proceed 2/15/2010 Owner Enhancements $ - Contract Final Completion Date at Notice to Proceed 2/15/2010 Unforeseen Conditions $ 81,350.00 Change Order Authroized Substantial Completion Date 6/15/2010 Design Issues Change Order Authorized Final Completion Date 6/15/2010 Total Final Cost Is 1,969,350.00 104.3% Actual/Estimated Substantial Completion Date 6/15/2010 Actual/Estimated Final Completion Date 6/15/2010 EM>, t A e RdhAZZ ORME Project Manager Project Superintendent Safety Officer Quality Control Manager Name Meredith Anderson Pat Jones Meredith Anderson Scott Lille Percentage of Time Devoted to the Project 25% 50% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for chape Name Title/Position # SIZE!, !o �i bK 5 »+'�'.. Organization 1 Telephone E-mail Owner Robert Williams Project manager NTMWD 972-442-5405 Designer Ronald ConwayProject Engineer Birkhoff Hendricks 214-361-7900 Construction Manager None Surety Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 Ibrown1246@aol.com ._s�r Number of Issues Resolved a i 0 a Total Amount Involved in Resolved Issues 0 s IF 0 Number of Issues Pending 0 Total Amount involved in Resolved Issues 0 Project Information for Proposed Staff Project Owner: Trinity River Authority Project Name: Solids Dewatering Building General Description of Project: New Dewatering building with polymer room Budge History W MOM Schedule Performance Amount % of Bid Amount Date Days Bid $ 2,470,000.00 100% Notice to Proceed 2/15/2010 Change Orders $ 73,244.45 3% Contract Substantial Completion Date at Notice to Proceed 11/29/2010 Owner Enhancements $ - Contract Final Completion Date at Notice to Proceed 12/31/2010 Unforeseen Conditions $ 73,244.45 Change Order Authroized Substantial Completion Date 12/29/2010 Design Issues Change Order Authorized Final Completion Date 1/30/2010 Total Final Cost $ 2,543,244.45 102.9% Actual/Esti mated Substantial Completion Date 12/29/2010 1 Actual/Estimated Final Completion Date 1/30/2010 21� gi, 'S, I - 1 -1 - 1- 11 - 92 ME&" r I, - MININ Project Manager KWNWWWIWIW� wN Project Superintendent Safety Officer Quality Control Manager Name Jason Popko Jim Sunnenberg Meredith Anderson Scott Lilley Percentage of Time Devoted to the Project 50% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for change Name . .... ..... Title/Position 111VIN(H TN ROMPIR Organization "upwin. I iMM&IR, Telephone EVE E-mail Owner Richard Postma Project manager TRA 817-493-5147 Designer Dawn Anderson Project Engineer CP&Y 214-640-1700 Construction Manager None Sure!�/ Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 1 brown 1246@aol.com Number of Issues Resolved Y 0 -=lp— 0, �IV 1M . Total Amount Involved in Resolved Issues WOMW RNIPM141-11NI'M M V, 0 N Number of Issues Pending 0 Total Amount involved in Resolved Issues no 0 Project Information for Proposed Staff Project Owner: Buena Vista Bethel Special Utility District Project Name: Buena Vista FM66 Pump Station General Description of Project: New pump station and ground storage tank NINE-= Budge History UPWIRIM Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,665,320.00 100% Notice to Proceed 2/1/2010 Change Orders $ Contract Substantial Completion Date at Notice to Proceed 7/612010 Owner Enhancements $ Contract Final Completion Date at Notice to Proceed 7/30/2010 Unforeseen Conditions Change Order Authroized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Final Cost S 1,665,320.00 100.8% Actual/Estimated Substantial Completion Date 7/6/2010 Actual/Estimated Final Completion Date 7/30/2010 Project Manager A "'M NE&I "MI'm Project Superintendent Safety Officer ME M '12 911 Quality Control Manager Name Jason Popko Jim Sunnenberg Meredith Anderson Scott Lilley Percentage of Time Devoted to the Project 50% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for chang fpfitmu - bylo .. Name Title/Position la =910 11 N Organization W U, W t-H Telephone E-mail Owner Joe Buchanan Project manager Buena Vista SLID 972-937-1212 Designer Ben Shanklin Project Engineer Childress Engineers 817-645-1118 Construction Manager None Surety Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 1 brown 1246@aol.com la '21 U "ff "M t � - I ' -tion. Number of Issues Resolved ZVEN , _ I � � 0 �tg Total Amount Involved in Resolved Issues 'V'N 0 Number of Issues Pending 0 Total Amount involved in Resolved Issues 0 Project Information for Proposed Staff Project Owner: City of Garland Project Name: Garland Duck Creek WWTP Transfer Pump Improvement General Description of Project: Add new transfer pump area, with two transfer pumps and piping, new electrical precast building Budge History Schedule Performance Amount % of Bid Amount Date Days Bid $ 2,029,000.00 100% Notice to Proceed 8/20/2013 300 Change Orders $ 16,778.00 1% Contract Substantial Completion Date at Notice to Proceed 7/16/2013 Owner Enhancements $ 16,778.00 Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authroized Substantial Completion Date 3/26/2014 Design Issues Change Order Authorized Final Completion Date Total Final Cost s 2,045,778.00 100.8% Actual/Estimated Substantial Completion Date 3/26/2014 Actual/Estimated Final Completion Date .� Project Manager �� �'�MINE Project Superintendent �M Safety Officer Quality Control Manager Name Meredith Anderson Pat Jones Thad Anderson Scott Lille Percentage of Time Devoted to the Project 25% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes no yes yes If not, who started or completed the project in their place. Jeff Howard Reason for chan a moved to another job Name Sti3 3i`tta t.. �F a Title/Position b':. t ',fz b Organization Telephone E-mail Owner Charlie Messer Project manager Garland 972-205-3203 Designer Rudy Kilian Project Engineer Carollo Engineers 972-239-9949 Construction Manager None _. Sure Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 1brown1246@aol.com Number of Issues Resolved 0 Total Amount Involved in Resolved Issues 0 Number of Issues Pending 0 Total Amount involved in Resolved Issues 0 Project Information for Proposed Staff Project Owner: City of Big Spring Project Name: 2012 Bond Project - Water Treatment Plant Improvements General Description of Project: Improvements to water facility, 3 new vertical turbine pumps, new dewatering building, new centrifuge, rehabilitation to sedimentation basins, new flocculators, 2 new pump vaults, 4 new split case horizontal motors F f '� Budget History pa' EWc e ?es``,'a. M`, -- Schedule Performance Amount % of Bid Amount Date Days Bid $ 4,236,200.00 100% Notice to Proceed 2/13/2013 Change Orders $ 50,430.66 1.2% Contract Substantial Completion Date at Notice to Proceed 12/20/2013 Owner Enhancements Contract Final Completion Date at Notice to Proceed 2/14/2014 Unforeseen Conditions Change Order Authroized Substantial Completion Date 4/30/2014 Design Issues Chan e Order Authorized Final Completion Date 5/30/2014 Total Final Cost $ 4,286,630.66 101.2% Actual/Estimated Substantial Completion Date 3/27/2014 Actual/Estimated Final Completion Date 5/15/2014 Project Manager Project Superintendent Safety Officer Quality Control Manager Name Heath Staffeld Alex Garcia Meredith Anderson Jim Sunnenber Percentage of Time Devoted to the Project 50% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes no yes yes If not, who started or completed the project in their place. Juan Morales -finished Reason for Changa Alex went to new project z+}�« .. .,q.. @...f -' •. •. . R w .. Name 111 6` 4r�` N d s"P�� Title/Position €+'.^a'^4zJ�d 9 <{4`'+3'^ t s 7k Organization i e U Telephone E-mail Owner Johnny Womack Public Works Director City of Big Spring 432 264-2501 Designer Brian Stephens Project Engineer Parkhill Smith & Cooper 575 937-2552 Construction Manager None Surety Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 ]brown1246@aol.com u ., <.:.. _: .., �",: ., aw ...0] ice« N �,. ��#'�b�,<. .�. :''" �+t,^^:,�' , ..;.,... ". .., Y. �":J e 0. �,�ys � 0 Sc, t ,... ., .<-:�`n "k r 7 `-_• �n, -y � j .,�f,�.�`��k_ s: a . S €€�,? �. Total Amount Involved in Resolved Issues a`^3. ,.-.. -. -.,4 ±Ye, :,'"-Ye. ,. _ �.. -,&, „a tl � Y� � '.� t..,tea ��agg4..� }e, r3. �� 0 am `e ti3"r, i' y.,., t ✓c '?r <, �. uA�� r h �. �' w ` yy h.e r ?^:tx .`K�' 't> , Number of Issues Pending s.. +l. %1� v -emu �,ia. wA's �.'f,`: 0 �r .-'w.:....* ate. Total Amount involved in Resolved Issues 0 Number of Issues Resolved Project Information for Proposed Staff Project Owner: Upper Trinity Regional Water District Project Name: Thomas E. Taylor Filter Underdrain Improvements General Description of Project: Remove filter media and underdrain system and replace with new system OEM LOUNT.-IMI-1 To, M-- -- Lm Budge History Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,514,080.00 100% Notice to Proceed 1/11/2013 Change Orders $ 11,470.00 1% Contract Substantial Completion Date at Notice to Proceed 6/30/2013 Owner Enhancements Contract Final Completion Date at Notice to Proceed 8/31/2013 Unforeseen Conditions $ 11,470.00 0.70% Change Order Authroized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Final Cost 1,525,550.00 100.7% Actual/Estimated Substantial Completion Date 6/19/2013 Actual/Estimated Final Completion Date IN Project Manager Project Superintendent Safety Officer Quality Control Manager Name Meredith Anderson Richie Jones Thad Anderson Scott Lilley Percentage of Time Devoted to the Project 25% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for change 11 IT 1, Z0171,100 '11071,; Name % Title/Position FMANU -A Organization kg g"j- Telephone E-mail Owner Steve Long Project manager NTMWD 972-442-5405 slong@NTMWD.com Designer Steve Frost Project Engineer Carollo Engineers 972-239-9949 Construction Manager None Sure�X Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 1brown1246@aol.com Number of Issues Resolved 211 iM E 0 p, Total Amount Involved in Resolved Issues 0 7 _47 Number of Issues Pending 0 Total Amount involved in Resolved Issues 0 Project Information for Proposed Staff Project Owner: North Texas Municipal Water District Project Name: NTMWD WTP Filter Underdrain Expansion Phase 11 General Description of Project: Remove filter media and underdrain system and replace with new system Budge History u INNER tea, Schedule Performance Amount % of Bid Amount Date Days Bid $ 2,430,500.00 100% Notice to Proceed 6/8/2011 Change Orders $ 949,445.20 4% Contract Substantial Completion Date at Notice to Proceed 6/7/2012 Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions $ 949,445.20 4.00% Change Order Authroized Substantial Completion Date 12/4/2012 Design Issues Change Order Authorized Final Completion Date 3/4/2013 Total Final Cost 3,379,945.20 104.0% Actual/Estimated Substantial Completion Date 10/1/2012 Actual/Estimated Final Completion Date 10/1/2012 �'lJ,�9 u'�3. "d ,;ni9 L ;11 -1 Project Manager Project Superintendent Safety Officer Quality Control Manager Name Meredith Anderson Richie Jones Thad Anderson Scott Lille Percentage of Time Devoted to the Project 25% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for change ffi� M Yt my : 2r: i4 . 6 ,. .. :. 5 NOTE - ;... :'tl +i i J P "=�.'�'8t: ..,{ ., v ...� � Name v 5 '.. T{. .+F' .. _.; - `',A �`- y k &�' .iIX e✓ u�±5 75 7 S ...fix., .��U.-.., �. _Y. Title/Position `,. kF. NN.' r'.a% .;, 1uF e..iad V .. irF. k2 ,ix 7. e}. �� Organization .+' ".'-,b . -..^. i •; } t' "e"'.i d Telephone .. E-mail Owner Steve Long Project manager NTMWD 972-442-5405 slong@NTMWD.com Designer Steve Frost Project Engineer Carollo Engineers 972-239-9949 Construction Manager None Surety Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 1brown1246@aol.com Number of Issues Resolved 0 Total Amount Involved in Resolved Issues 0 Number of Issues Pending Total Amount involved in 0 Resolved Issues 0 Project Information for Proposed Staff Project Owner: Greater Texomas Utility Authority Project Name: GTUA Bloomdale Pump Station General Description of Project: New pump station with surge valve, steel ground storage tank, and 3 valve vault sites Budge History 0 M Schedule Performance Amount % of Bid Amount Date Days Bid $ 2,895,260.00 100% Notice to Proceed 8/21/2006 300 Change Orders Contract Substantial Completion Date at Notice to Proceed 6/17/2007 Owner Enhancements $ 340,000.00 12% Contract Final Completion Date at Notice to Proceed 6/17/2007 Unforeseen Conditions $ 18,760.25 0.65% Change Order Authroized Substantial Completion Date 10/31/2007 Design Issues 12.4% Change Order Authorized Final Completion Date 10/31/2007 Total Final Cost $ 3,254,020.25 112.4% Actual/Estimated Substantial Completion Date 10/31/2007 Actual/Estimated Final Completion Date 10131/2007 Project Manager Project Superintendent M Safety Officer R 11 g Quality Control Manager Name Meredith Anderson Brad Little Meredith Anderson Scott Lilley Percentage of Time Devoted to the Project 50% 50% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes no yes yes If not, who started or completed the project in their place. Alex Garcia started Reason for chang Alex had new Rr ect M Name 13'1 -10 ME I ? 01 1 Title/Position Organization �111111111)11g'wm "'M -'e W K"I.-J-1, 22 Telephone Mob El MINSE T E-mail Owner Alan Moore Operation Supervisor GTUA 903-786-4433 alanm@gtua.org Designer Damir Lulo Project Engineer Freeman Millican 214-503-0555 damir@fmi-dallas.com Construction Manager David Gattis Project Engineer Freeman Millican 214-503-0555 dgattis@fmi-dallas.com Sure� 1 Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 lbrownl246@aol.com Number of Issues Pesolved Z 0 M um Total Amount Involved in Resolved Issues - W 'M' k 0111 0 gg Number of Issues Pending 1:101 am, Total Amount involved in 0 Resolved Issues 0 Project Information for Proposed Staff Project Owner: City of Longview Project Name: Longview Water Treatement Plant Improvements General Description of Project: Improvements to water facility, new pump station, reservoir, and filters fifi Budge History .Fi Schedule Performance Amount % of Bid Amount Date Days Bid $ 5,643,525.00 100% Notice to Proceed 4/25/2009 Change Orders $ 327,291.14 6% Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed 7/19/2010 Unforeseen Conditions $ 327,291.14 5.80% Change Order Authroized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Final Cost $ 5,970,816.14 105.8% Actual/Estimated Substantial Completion Date Actual/Estimated Final Completion Date 6/1/2010 Project Manager Project Superintendent Safety Officer Quality Control Manager Name Dean Porter Brad Little Meredith Anderson Scott Lille Percentage of Time Devoted to the Project 25% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for chan e BUM'..fia Name g Title/Position Organization 'r 14P.. Telephone E-mail Owner Alton Bradley Project manager Longview 903-237-1067 abrad ley@ci.longview.tx jringler@ksaeng.com Designer John Rin ler Project Engineer KSA Engineers 903-236-7700 Construction Manager None Surety Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 Ibrown1246@aol.com a dS# C i �, .w.9 :: Number of Issues Resolved REetb ?. fi�0 .. �Jf 0 "t �.i s'e �' '.�Y 5 .e}.'„t. Total Amount Involved in Resolved Issues lw n'J a �. : .�. 0 Number of Issues Pending 0 Total Amount involved in Resolved Issues 0 Project Information for Proposed Staff Project Owner: Trinity River Authority Project Name: Murphy Drive Pump Station Chemical Containment General Description of Project: Constructed a new chemical containment basin to install and set an existino bulk chlorine tank. New i in and valves to and from the tank were supplied. Budge History Schedule Performance Amount % of Bid Amount Date Days Bid $ 449,700.00 Notice to Proceed 10/24/2016 Change Orders $ 43,243.37 Contract Substantial Completion Date at Notice to Proceed 3/23/2017 Owner Enhancements $ Contract Final Completion Date at Notice to Proceed 4/22/2017 Unforeseen Conditions $ Change Order Authroized Substantial Completion Date 5/25/2017 Design Issues $ Change Order Authorized Final Completion Date 6/25/2017 Total Final Cost s Actual/Estimated Substantial Completion Date Actual/Estimated Final Completion Date Project Manager Project Superintendent Safety Officer Quality Control Manager Name Steve Summerkamp Edd Stallings Thad Anderson Jim Sunnenber Percentage of Time Devoted to the Project 25% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their plac Reason for chan e p -ss:- Y't.�.- :.�•�. �'� "�_€- Name �a,� .exit.§�_�, Title/Position >:'-o-R ? Organization a'�!"<$'�7v�"- _t,';:"a�a:Y- Telephone � R - E-mail Owner Scott Hill Project manager TRA 817-366-7594 hlllsto�tnnityra.ora Igomar@carollo.com Designer Letty Gomar Project Engineer caroNo 972-7634445 Owner Inspector Todd Bacon Inspector TRA 817-709-7419 bacorq trinit ra.or Suret Lawrence Brown Sondin a ent Brown & Tucker 214-360-9203 Ibrownl246@aol.com ry Number of Issues Resolved 0 Total Amount Involved in Resolved Issues 0 Number of Issues Pending Total Amount involved 0 in Resolved Issues 0 Project Information for Proposed Staff Project Owner: City of Piano I Project Name: Legacy West Lift Station General Description of Project: New lift station w/ d!X pit eurnes and associated xard piping, LS piping and valves, structural work, electrical, instrumentation, and HVAC ME-1-MMUM 11M.1-19"O"i Budge History ME 11161M, Schedule Performance Amount % of Bid Amount Date Days Bid $ 6,229,700.00 Notice to Proceed 5/1/2016 Change Orders $ 134,991.78 Contract Substantial Completion Date at Notice to Proceed 10/3/2017 Owner Enhancements $ - Contract Final Completion Date at Notice to Proceed 11/2/2017 Unforeseen Conditions $ Change Order Authroized Substantial Completion Date 12/1/2017 Design Issues $ Change Order Authorized Final Completion Date 8/17/2018 Total Final Cost S 6,364,01.78 Actual/Estimated Substantial Completio� Date Actual/Estimated Final Comeletion Date Project Manager Project Superintendent Safety Officer Quality Control Manager Name Steve Summerkamp Alex Garcia Thad Anderson Jim Sunnenbeqg Percentage of Time Devoted to the Project 25% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for chang M $1 Name Title/Position Organization M eleDhone E-mail Owner Clay Lipscomb Project manager Piano 972-941-7152 clayl@plano,go kyle.sandersonftimley-horn.corn Designer Kyle Sanderson Project Engineer Kimley Horn & Assoc. 972-770-1300 Owner Inspector Trey McIver Inspector Plano 214-534-7004 chadgftlano.Rov Sure!1 Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 lbrownl246@aol.com Number of Issues Resolved 0 M Total Amount Involved in Resolved Issues 0 77 71=7_ 'M "I"I'M IM TME, I ME "'M 11' 1 ME ME ffl�' Total Amount involved in Number of Issues Pending 0 Resolved Issues 0 Project Information for Proposed Staff Project Owner: City of Plano Project Name: Plano Stadium Pump Station General Description of Project: Renovate existing um station w/ 11 new vertical turbine pumps and associated new i in valves, electrical instrumentation and HVAC {* b o .. .r"$ Budge History .'.t s `„'..3'v. "c`ix ' k .'�,` f':%-i,i:s °M- Schedule Performance Amount % of Bid Amount Date Days Bid $ 10,853,210.00 Notice to Proceed 5/1/2814 Change Orders $ 833,810.71 Contract Substantial Completion Date at Notice to Proceed 6/15/2015 Owner Enhancements $ - Contract Final Completion Date at Notice to Proceed 8/15/2015 Unforeseen Conditions $ - Change Order Authroized Substantial Completion Date 7/24/2015 Design Issues $ - Change Order Authorized Final Completion Date 6/28/2017 Total Final Cost s 10,019,399.29 Actual/Estimated Substantial Completion Date Actual/Estimated Final Completion Date n`nae'r—2.?+ n Y. 5?'rvN..kF;s Project Manager Project Superintendent r, 'v"° 7:.. 9 ; IF ;xCt Safety Officer Quality Control Manager Name Steve Summerkamp Bobby Garcia Thad Anderson Jim Sunnenber Percentage of Time Devoted to the Project 25% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for change . :. :.. .: .: G*':kx fi L .., &�N''.{ t'...� ^<5-, .,. Name g *'`'•" .e 4}2 �4s 4'� �,;.� Id�d@'`J";� £}�I�YS Title/Position Organization .,.: .. �fI'"yx7 ._s v".*+"'� Telephone ST r kd J1�,'�„',�r';. C.. MMM E-mail Owner Shahrzad Tavana Project manager Plano 972-941-7152 shahrzadt@plano.kov ibirkhoff@bhcilp.com Designer John Birkhoff Project Engineer Birkhoff, Hendricks, & Carter 214-361-7900 Owner Inspector Trey McCiver Inspector Plano 214-534-7004 lohnmc@plano.gov Sure Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 IbrownI246@aol.com Number of Issues Resolved 0 Total Amount Involved in Resolved Issues M1�� 0 e, V-21211 ' z ,% Number of Issues Pending Total Amount involved in 0 Resolved Issues 0 Project Information for Proposed Staff Project Owner: North Texas Municipal Water District Project Name: FM 2181 5.2 MGD Pump Station Improvements General Description of Project: Complete replacement of 16 Air reliefe stations along Budge History O t'ROAM j ik:' :^ � "`.-SRI Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,765,870.00 100% Notice to Proceed 10/10/2016 Change Orders $ 211,986.80) -12.00% Contract Substantial Completion Date at Notice to Proceed 7/7/2017 270 Owner Enhancements $ - Contract Final Completion Date at Notice to Proceed 8/6/2017 300 Unforeseen Conditions Change Order Authroized Substantial Completion Date 11/4/2017 390 Design Issues Change Order Authorized Final Completion Date 12/4/2017 420 Total Final Cost 8 1,553,883.20 88.00% Actual/Estimated Substantial Completion Date 3/1/2018 Actual/Estimated Final Completion Date 4/2/2019 b INIVE IBM Project Manager Project Superintendent Safety Officer Quality Control Manager Name Eddie Stough Jeff Howard Thad Anderson Jim Sunnenbur Percentage of Time Devoted to the Project 25% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? no yes yes yes If not, who started or completed the project in their place. Jamie Voi ht Reason for change No longer with Red River Name Title/Position VF +S�Y*q°,$�.t `a'��"r;�� 3t�.�"-�3 .: .�hw ,ri 'u.»�•h. '"*��,� Organization ,.J o ..�±' . o-.��we n. �` Et ° Telephone �. y"'- -� ssfi �#3. y�� � � � ,f r' ,� E-mail Owner Lake Cities MUA Project manager Jeff Knight iknight@lcmue.org manderson@belcheff.com Designer Belcheff & Associates Project Engineer Michael Anderson 817-491-2776 Construction Manager None Surety Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 Ibrown1246@aol.com Number of Issues Resolved 0 Total Amount Involved in Resolved Issues � :°... �- ' "§t 'v,,.:. ":, f w $ 0 2; . iiy���, a /: ,6 t""E :+ ;-�su V ( ',f'j., Number of Issues Pending ,, I, ,: M 4. Wig;$ 0 ,, t n Total Amount involved in Resolved Issues _ 0 Project Information for Proposed Staff Project Owner: Lake Cities Municipal Utility Authority Project Name: FM 2181 5.2 MGD Pump Station Improvements General Description of Project: New 5.2 MGPD pump station to include: 500K steel above ground water stoarage tank. Budge History Schedule Performance m Amount % of Bid Amount Date Days Bid $ 1,765,870.00 100% Notice to Proceed 10/10/2016 Change Orders $ 211,986.80 -12.00% Contract Substantial Completion Date at Notice to Proceed 7/7/2017 270 Owner Enhancements $ - Contract Final Completion Date at Notice to Proceed 8/6/2017 300 Unforeseen Conditions Change Order Authroized Substantial Completion Date 11/4/2017 390 Design Issues Change Order Authorized Final Completion Date 12/4/2017 420 Total Final Cost $ 1,553,883.20 88.00% Actual/Estimated Substantial Completion Date 3/1/2018 Actual/Estimated Final Completion Date 4/2/2019 ;, m. ,..„x � _ - " ' W t. `.n.x �- �: s 2 � +v.i��'. g3e4`b.. °J # h..� p3"vwa Y t•. Project Manager Project Superintendent Safety Officer Quality Control Manager Name Eddie Stough Jeff Howard Thad Anderson Jim Sunnenbur Percentage of Time Devoted to the Project 25% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? no yes yes yes If not, who started or completed the project in their place. Jamie Voi ht Reason for chan a No longer with Red River Name I , & �� d3 4':SY; Title/Position MOW ie "+i y'R+ fA f+ �.:§ V.. L' Organization 1 #C ��w v+ 4 1 rri"w'.-v.'t f: Telephone � a'; - ~. &'2' ..11101 u1 ;. E-mail Owner Lake Cities MUA Project manager Jeff Knight iknight@ICrnue.orF manderson0belcheff.com Designer Belcheff & Associates Project Engineer Michael Anderson 817-491-2776 Construction Manager None Suret Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 Ibrown1246@aol.com s.... ._'_.:: :-6£.fd&�t. Number of Issues Resolved [.. 0 Total Amount Involved in Resolved Issues ",,..,xi: n'z ,'_. &3'% 0 X f..S NEON_ § i:.\'dii �,fiy,9,3'.n Number of Issues Pending •.'.2 7ht"' 0 pn"'A'$' h� Total Amount involved in Resolved Issues .ri't 0 Project Information for Proposed Staff Project Owner: North Texas Municipal Water District Project Name: System wide ARV Improvements Wylie- Garland General Description of Project: Complete replacement of 16 Air reliefe stations along 42" pipeline between Wylie and Garland to include: air relief valves, manhole and pipe line repairs. hh .,. Budge History _ t, MkAkfS ,'" Schedule Performance Amount % of Bid Amount Date Days Bid $ 839,300.00 100% Notice to Proceed 11/21/2016 0 Change Orders $ 158,050.06 18.83% Contract Substantial Completion Date at Notice to Proceed 3/21/2017 120 Owner Enhancements $ - Contract Final Completion Date at Notice to Proceed 4/20/2017 150 Unforeseen Conditions Change Order Authroized Substantial Completion Date 1/8/2018 293 Design Issues Change Order Authorized Final Completion Date 2/7/2018 293 Total Final Cost y 997,350.06 118.83% Actual/Estimated Substantial Completion Date 1/8/2018 Actual/Estimated Final Completion Date 4/9/2018 Project Manager Project Superintendent Safety Officer Quality Control Manager Name Eddie Stough Bobby Gracia Thad Anderson Jim Sunnenber Percentage of Time Devoted to the Project 25% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? no yes yes yes If not, who started or completed the project in their place. Jamie Voi ht - started Reason for change No longer with Red River Name Title/Position Organization Telephone E-mail Owner NTMWD Project manager Jay London 972-442-5405 JLONDON@NTMWD.COM dwht�treese.com Designer Freese & Nichols Project Engineer Daniel Huffines 214-217-2218 Construction Manager None Surety Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 1brown1246@aol.com q}�° .: S�<. > €s ..1« �' :�.. W Number of Issues Resolved R ffi � .^.: � 6 " : " S9 d 0 � . ':@�.� e 3 j��i Total Amount Involved in Resolved Issues b0 � N fi g'E F:�<f �..S ��5.;k �t,�lb: �. 0 �� 'L`n."�.c.^ �� g.,.,- � 1vs� � z# s?'t k: Number of Issues Pending '� vk9 '�4+'� �i <'�4��x "t,''& s'r" � ' S �,'A Total Amount involved in 0 Resolved Issues M# ,a a "• 0 Project Information for Proposed Staff ----7Project Project Owner: Cityof Wylie Name: Project W2017-78-B Newport Harbor Pump Station Improvements General Description of Project: Pump station improvements to include: replacement of MCC, electrical building and replacing 3 pumps with concrete pump bases. Budge History Pus, Schedule Performance Amount % of Bid Amount Date Days Bid $ 807,900.00 100% Notice to Proceed 12/7/2017 Change Orders $ 12,181.76 1.15% Contract Substantial Completion Date at Notice to Proceed 8/3/2018 240 Owner Enhancements $ - Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authroized Substantial Completion Date 12/27/2018 386 Design Issues Chanqe Order Authorized Final Completion Date Total Final Cost S 820,081.76) 101.15% Actual/Estimated Substantial Completion Date 11/12/2018 Actual/Estimated Final Completion Date 6/11/2019 M= MINE Miami Project Manager Psi I ffil MINN. Project Superintendent Safety Officer Quality Control Manager Name Eddie Stough Bobby Gracia Thad Anderson Jim Sunnenberg Percentage of Time Devoted to the Project 25% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for change F z zo 'z .09 Name Title/Position ---gg M zK11 Organization M Telephone E-mail Owner City of Wylie Project manager Tim Porter 972-516-6381 tim.porter@wylietexas.gov icarterfthdip.corn Designer Birkhoff, hendrickS &C Project Engineer Joe Carter 214-361-7900 Construction Manager None Suretx Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 lbrownl246@aol.com OR =-0 I Number of Issues Resolved -7 --1- � MUM —&N04a 0 W R, � f Total Amount Involved in Resolved Issues MR 'z "I'll I'll MPG 0 — Number of Issues Pending 0 Total Amount involved in Resolved Issues 0 J Project Information for Proposed Staff Project Owner: Cityof Rockwall Project Name: Squabble Creek Lift Station Improvements General Description of Project: Rehab existing pump station, force main modifications, replace 3 flyght pumps with guid rails. p77',7 —�X, 17 ",7 Eg b Budge History EIA Schedule Performance Amount % of Bid Amount Date Days Bid $ 2,096,030.00 100% Notice to Proceed 12/4/2017 Change Orders $ (460,570.77) Contract Substantial Completion Date at Notice to Proceed 11/30/2018 361 Owner Enhancements $ 599,900.00 Contract Final Completion Date at Notice to Proceed 11/30/2018 361 Unforeseen Conditions Change Order Authroized Substantial Completion Date 1/31/2019 425 Design Issues Chanae Order Authorized Final Completion Date 1/31/2019 425 Total Final Cost S 2,235,359.23 Actual/Estimated Substantial Completion Date 12/14/2018 Actual/Estimated Final Completion Date 5/2/2019 Project Manager Project Superintendent Safety Officer Quality Control Manager Name Eddie Stough Jeff Hawrd Thad Anderson Jim Sunnenberg Percentage of Time Devoted to the Project 25% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for chang yam, �MMU4; Name Title/Position Organization Telephone E-mail Owner City of Rockwall Project manager Jeremy White 972-771-7746 iwhit@rockwall.com mhickeV(@bhc11p.wm Designer Birkhoff, hendricks &C Project Engineer Matt Hickey 214-361-7900 Construction Manager None Suretx Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 lbrownl246@aol.com T-" IN, Number of Issues Resolved MEN= I fill 0 Total Amount Involved in Resolved Issues 0 Number of Issues Pending Total Amount involved in 0 Resolved Issues 0 Project Information for Proposed Staff Project Owner: Upper Trinity Regional Water District Project Name: Thomas Taylor Regional Filter Rehab Project Phase 2 General Description of Project: Rehab of 4 complete GAC filter units to include replacement of underdrains and media. Remove and install new media in 6 additional units. Remove and install 4 new FRP Sodium Hypo tanks. y Budge History , Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,893,794.00 100% Notice to Proceed 1/5/2018 Change Orders $ 50,096.46 2.65% Contract Substantial Completion Date at Notice to Proceed 5/31/2018 Owner Enhancements $ - Contract Final Completion Date at Notice to Proceed 8/31/2018 Unforeseen Conditions Change Order Authroized Substantial Completion Date 1/4/2019 Design Issues Change Order Authorized Final Completion Date 3/2/2019 Total Final Cost S 1,943,890.46 Actual/Estimated Substantial Completion Date 4/2/2019 Actual/Estimated Final Completion Date 6/19/2019 Project Manager Project Superintendent Safety Officer Quality Control Manager Name Eddie Stough Bobby Garcia Thad Anderson Jim Sunnenber Percentage of Time Devoted to the Project 25% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes no yes yes If not, who started or completed the project in their place. Bill Ellenbur Reason for chang aI'll No Ion with Red River Name Title/Position �' wf� S'� k }„, frt4. r Organization � SS�:y� '. ^.�� Y �?,�?� %,.. ��. c°.^S � �� 1.=�'. n t �� Telephone ` .��Ez -e5 5•tF ` - :�: E-mail Owner UTRWD Project manager Elizabeth Boddicker 972-219-1228 eboddicker(@utrwd.com izwerneman@carollo.com Designer Carollo Project Engineer John Zwerneman 972-763-4409 Construction Manager None Surety Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 lbrown1246@aol.com y 0 Total Amount Involved in Resolved Issues $., 0 .�:.'p � i"tS. v�i 1. i ' g,�.a '-�; .eFa�$.o Number of Issues Pending /' 'ri'$y` '• 0 , 4. Total Amount involved in Resolved Issues F, 0 Number of Issues Resolved Project Information for Proposed Staff Project Owner: City of Garland Project Name: Duck Creek WWTP Primary Clarifiers Upgrades General Description of Project: Rehab of 4- 110' clarifiers to include all equipment, grating, and handrails Budge History J " t %'$}"� �`�,'iheS .,�Y a °�-+--' (� '' " -YT INMY� Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,840,000.00 100% Notice to Proceed 4/16/2018 Change Orders $ (182,399.15) 9.91 % Contract Substantial Completion Date at Notice to Proceed 10/3/2019 535 Owner Enhancements $ - Contract Final Completion Date at Notice to Proceed 10/3/2019 535 Unforeseen Conditions Chan e Order Authroized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Final Cost s 1,657,600.85 Actual/Estimated Substantial Completion Date 11/19/2019 Actual/Estimated Final Completion Date 11/19/2019 Project Manager i, Project Superintendent Safety Officer Quality Control Manager Name Eddie Stough Bobby Garcia Thad Anderson Jim Sunnenber Percentage of Time Devoted to the Project 25% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for change OEM Name .: +. .#i: . �..,«4; Title/Position r anization Organization ele honet i Telephone E-mail Owner City of Garland Project manager Mickey Butler 124-215-9797 mbutler@garlandtx.aov tehanson@garverusa.com Designer Garver Project Engineer Tina Hanson 817-740-9575 Construction Manager None Suretx Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 Ibrown1246@aol.com +>.. ,. :, Number of Issues Resolved " b�#....: m je s 0 4 ar 3`-'� d =� .3i ...,k= .. .. .. c ,.2$ Total Amount Involved in Resolved Issues 1 e'iar `Y�'-.°' sae us4 �` .. , ., .. ... .. wo. _ 0 7fie3a7,+g..'k-s F"N a .._ e R4 .t - �.. €'F _ Number of Issues Pending 2' _°: `y .,,,e, ^.^ 0 - . Total Amount involved in Resolved Issues 3 ;f�'r 0 Project Information for Proposed Staff Project Owner: City of Garland Project Name: Rowlett Creek WWTP Primary Clarifier #3 Upgrades General Description of Project: Rehab of 2- 110' clarifiers to include all equipment, grating, and handrails I SURE Budge History MINNIE KNOBS, Schedule Performance Amount % of Bid Amount Date Days Bid $ 779,900.00 100% Notice to Proceed 4/16/2018 Change Orders $ 25,356.85) 3.25% Contract Substantial Completion Date at Notice to Proceed 5/1/2019 380 Owner Enhancements $ - Contract Final Completion Date at Notice to Proceed 5/1/2019 380 Unforeseen Conditions Change Order Authroized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Final Cost s 754,543.15 Actual/Estimated Substantial Completion Date 5/1/2019 Actual/Estimated Final Completion Date 7/31/2019 § p7is n✓ ,� '" z ' t 4 t E ... (" i it �y MINE"�� 2,.. 11 'mil io-'+ �'. p, t 2av t .. j . "J eAX -. . 4 4 Project Manager Project Superintendent Safety Officer Quality Control Manager Name Eddie Stough Bobby Garcia Thad Anderson Jim Sunnenber Percentage of Time Devoted to the Project 25% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place, Reason for change y Name Title/Position Organization Telephone R E-mail Owner City of Garland Project manager Mickey Butler 124-215-9797 mbutler@garlandtx.gov tshimada@carollo.com Designer carollo Project Engineer Toshio Shimada Construction Manager None Sure! Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 1brown1246@aol.com - 5 0 6q 9 4a;nrS �53S b.. .. x. -.4 Total Amount Involved in Resolved Issues H .� ,i&F s $ .3e d.0 d 0 }NO g -S` �} f�S1 +� 41 -'i 4m&' $� .oc. '. 1"�'e- G£.dia a `f> Number of Issues Pending �}.�s .. 0 F ,4' v i}. Total Amount involved in Resolved Issues 0 Number of Issues Resolved Project Information for Proposed Staff Project Owner: Wylie Northeast Special Utility District Project Name: 350,000 gallon Ground Storage Tank and Pump Station Project General Description of Project: Construction of 350, 000 above ground water storage tank and pump station. Budge History Schedule Performance Amount % of Bid Amount Date Days Bid $ 2,166,900.00 100% Notice to Proceed 11/26/2018 Change Orders $ 23,957.52 1.11 % Contract Substantial Completion Date at Notice to Proceed 7/24/2019 240 Owner Enhancements $ - Contract Final Completion Date at Notice to Proceed 8/23/2019 270 Unforeseen Conditions Change Order Authroized Substantial Completion Date 8/11/2019 258 Design Issues Change Order Authorized Final Completion Date 9/10/2019 288 Total Final Cost s 2,190,857.52 Actual/Estimated Substantial Completion Date 7/3/2020 Actual/Estimated Final Completion Date 8/31/2020 "iIN.t'x'>�F _.<G'S;'�Y'' Project Manager _.�� E�{ Project Superintendent Safety Officer Quality Control Manager Name Eddie Stough Bobby Garcia Thad Anderson Jim Sunnenber Percentage of Time Devoted to the Project 25% 100% 10% 10% Proposed for this Project Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for change Name Title/Position Organization Telephone E-mail Owner Wylie Northeast S eC Project manager Chester Adams 972-442-2075 chesterPwvlienortheastwater.com charles@dbienRineers.com Designer Daniel & Brown Project Engineer Charles Masse 972-784-7777 Construction Manager None Sure Lawrence Brown Bonding Agent Brown & Tucker 214-360-9203 [brown1246@aol.com "> .`i a•. .`,.:. .^i fi5 ^> ^....:. « 0 T :;,(5 Number of Issues Resolved 4 &P..h..> 6''a`. 1..l..$ 0 YB' _.::.h% 4' i dJ, i s�'«t Yi - Total Amount Involved in Resolved Issues d �§:M,S.H-.$,{� ..�+, �t,�E'£*"Ki?ax +.. ?fi:.... �>�.:� �k �5$�..�tl 0 - °�£'�:.3'�°'. �4. �4t:�,t °ds �3§.-° k.�'..�.' s``S �`4 Number of Issues Pending ,.,q �'f r..ni "r;�W �';`➢FS'v4 ... 0 Total Amount involved in Resolved Issues 0 RED RIVER CONSTRUCTION COMPANY 2804 Capital Street Wylie, Texas 75098 (972) 578-0127 Fax: (972) 578-1043 www.redriverconstruction.com HISTORY Red River Construction Co. was incorporated in the State of Texas in 1957. It is a heavy municipal utility contractor with its expertise in water and wastewater treatment plants, pump stations, lift stations, and chemical processing installations. John H. King founded the company and retired in 1983. The President is Dean Porter who is the general manager, head estimator, and project manager for various projects. He brings to the company experience totaling over thirty years of technical knowledge and practical application, completing over 250 projects. Since its incorporation, Red River Construction Co. has strived for productive management and quality workmanship. Red River Construction Co. is a closely held corporation owned by Dean Porter. It's annual volume is about twenty to twenty five million dollars worth of completed work. No job is too small and we have completed projects over $12 million. However, the company prefers to limit individual projects to between $1 million and $10 million. This allows adequate supervision of all field operations by management producing a quality installation for the owner of the project. EQUIPMENT AVAILABLE FOR CONSTRUCTION Red River prides itself on having a good working relationship with all of the major equipment suppliers and construction equipment dealers. Below is a list of some of the major pieces of construction equipment owned by Red River that is available for any job. We prefer to rent equipment specifically for the job. The list does not include a variety of special tools available at our yard or any of the lease equipment available through such dealers as Holt Equipment, Kirby Smith, Highway Technologies, ASCO, Sunbelt Equipment Rentals and job location dealers. Galion 15 ton R.T. Crane (1991) Case 580 Super M Loader (2003) Case CX 160 Excavator (2003) Case 621 DXT Loader (2003 Case 850 G Dozer (1999) Case 580M Backhoe/Loader (2008) Case 580SM Loader Backhoe (2009) Caterpillar 420E IT Backhoe (2009) Caterpillar 420E ITEX Backhoe (2010) Caterpillar 420E IT4E Backhoe (2010) Case Wheel Loader (2002) New Hollard Excavator (2006) Caterpillar 330DL Excavator (2010) 2-John Deer Crawler Dozers (2006) Grove RT 650E Crane (2006) Grove RT 600E Crane (2008) Caterpillar Model IT28G Tool Carrier (1998) ASV Positrack Rubber Tire Loader (2007) Caterpillar 236B Skid Steer Loader (2010) Hamm 3307P 66" Roller (2010) Caterpillar 325 Excavator (2007) Forklifts Freightliner Dump Truck (2003) International 5900i Sleeper Truck (2009) Witzco Low Boy Trailer (2004) Various Work Trucks (2008- 2010) Bomag Vibratory Roller Hyster Vibratory Compactor Various Mikasa Tampers and Mikasa MT75HS Rammers Various Air Compressors 185 cfm Various Welding Equipment Various Office Trailers & Storage Vans 20,000+ sf Symons and Sheplers Forms Various Dewatering Equipment 1" to 6" Sheet Piling, Tools, Etc. Castle Hills Lift Station Richland Chambers Booster Pump Station �x1 411, s Eagle Mountain Lake Raw Water Pump Station wit w_. 5. Dallas Sorcey Road r. Pump Station 6. Celina F.M. 428 Pump Station Ovilla Pump Station & Ground Storage Reservoir - - - - ..'_ k p Station i No Text Whitney Wastewater Plant Improvements J A Floyd Branch Wastewater Plant Dallas Central Wastewater Plant Whitesboro Wastewater Treatment Plant Improvements Ballinger Water Treatment Plant Mabank Water Treatment Plant Phase 2 Improvements iiw 01 W_- Ennis Water Plant Lubbock Water Treatment Plant 8 T I r r' t, r � 41-M ■ I Colorado Drive Lift Station Dallas County Park Cities Chemical & Ammonia Facilities Prosper Pump Station & 3MG Storage Tank ML..-91. Greater Texoma Utility Authority Bloomdale Pump Station Trinity River Authority Denton Creek Regional Wastewater Treatment Plant Dewatering Building —MVEs. TRA Denton Creek Alternate Discharge Pump Station v Mr I !( IS k I IWW 09/09/2011 NTMWD Filter Underdrain Repair and Rehabilitation Phase 11 (13 Filters, Leopold/Xylem Filters & Media) JOBS UNDER CONSTRUCTION BY RED RIVER CONSTRUCTION COMPANY Job: Burleson Turkey Peak 2.0 MG & Brushy Mound Description: Total Amount: $4,401,831 Owner: City of Burleson 141 W. Renfro Street Burleson, TX 76028 817-426-9600 Engineer: Neel Schaffer 2501 Avenue J, Ste 120 Arlington, Tx 76006 Completion: April 2021 Job: Lewisville Vista Ridge Lift Station Description: Total Amount: $4,791,100 Owner: City of Lewisville 151 W. Church St Lewisville, TX 75057 972-219-3400 Engineer: Birkhoff, Hendricks, & Carter 11910 Greenville Ave., Ste 600 Dallas, TX 75243 Completion: June 2021 Job: Kaufman WWTP Improvements Description: Total Amount: $2,977,203 Owner: Greater Texoma Utility Authority 5100 Airport Rd Denison, TX 75020 903-786-4433 Engineer: Freeman- Millican Inc. 12160 Abrams Rd, Ste 508 Dallas, TX 75243 214-503-0555 Completion: June 2021 Job: Lubbock SE Water Reclamation Plant Description: Plant 3 Improvements Total Amount: $7,257,052 Owner: City of Lubbock 406 Municipal Drive Lubbock, Tx 79403 Engineer: Carollo 8911 Capital of Texas Hwy, Ste 2200 Austin, TX 7859 Completion: March 2022 Job: Northlake Southeast Pump Station & GST 1 Description: New pump station and GST, MF modules, chlorine system Total Amount: $5,648,396 Owner: Town of Northlake 1500 Commons Circle, Ste 300 Northlake, TX 76226 940-242-5707 Engineer: Neel -Schaffer, Inc. 2501 Avenue J, Ste 120 Arlington, TX 76006 817-548-0696 Completion: November 2021 Job: Grapevine WWTP Dewatering Improvements Description: Dewatering solids conveyer, polymer feed system, piping modifications Total Amount: $2,357,700 Owner: Grapevine 200 S. Main St Grapevine, TX 76051 817-410-3000 Engineer: Garver 3010 Gaylord Parkway, Ste 190 Frisco, TX 75034 972-377-7480 Completion: November 2021 Job: Post Oak WWTP Aeration & Secondary Improvements Description: Modifications to existing WWTP, City of Sherman Total Amount: $5,644,800 Owner: GTUA 5100 Airport Dr. Denison, TX 75020 903-786-4433 Engineer: Perkins Engineering 6001 I-20 Frontage Rd Arlington, TX 76017 817-719-0372 Completion: October 2022 Job: Mustang SUD Sandbrock WWTP Description: Modifications to existing WWTP MBR modifications Total Amount: $13,040,714 Owner: Mustang SUD 7985 FM 2931 Aubrey, TX 76227 940-440-9561 Engineer: Steger & Bizzell Engin 1978 S. Austin Ave Georgetown, TX 78226 512-930-9412 Completion: October 2022 , new lift stations, headworks screening, 2 Job: Stephenville Airport Pump Station Expansion Description: New pump station with 1 pump and moving one existing pump Total Amount: $3,797,061 Owner: City of Stephenville 298 W Washington St Stephenville, TX 76401 (254) 918-1220 Engineer: Provenance Engineering Kent Riker, PE 5049 Edwards Ranch Road,Suite 400 Fort Worth, TX 76109 817.694.6324 kriker@provenanceengineering.com Completion: August 2023 Job: Southlake Pearson Pump Station Residual Controls Description: Modifications to pump station residual controls Total Amount: $1,670,000 Owner: City of Southlake Jeff Ginn, PE 1400 Main Street Southlake, TX 76092 (817) 748-8400 Engineer: Freese & Nichols 801 Cherry St, Suit 2800 Fort Worth, TX. 76102 817-735-7300 Completion: February 2023 Job: Catherine Branch WWTP Description: Replace clarifier, new aeration/digester basin, blowers, fine screen, submersible pumps, modifications to existing facilities with pre -purchased equipment Total Amount: $3,523,142.83 Owner: Town of Northlake 1500 Common Circle, Ste 300 Northlake, Tx 76226 940-242-5707 Engineer: Halff Associates 4000 Fossil Creek Blvd Fort Worth, TX 76137 817-847-1422 Completion: August 2023 Job: Mt Vernon Filter Media Replacement Description: Filter Media Replacement Total Amount: $99,700 Owner: City of Mount Vernon PO Box 597 Mt. Vernon, TX 75457 903-537-2252 Completion: October 2022 3 Job: Post Oak WWTP Equalization Basin Description: Improvements to Equalization basin Total Amount: $837,500 Owner: GTUA 5100 Airport Dr. Denison, TX 75020 903-786-4433 Engineer: Perkins Engineering 6001 I-20 Frontage Rd. Arlington, TX 76017 817-719-0372 Completion: August 2023 Job: Primary Clarifier No. 1 Replacement & Sludge Transfer Description: Replace clarifier equipment Total Amount: $1,998,700 Owner: GTUA 5100 Airport Dr. Denison, TX 75020 903-786-4433 Engineer: Perkins Engineering 6001 I-20 Frontage Rd. Arlington, TX 76017 817-719-0372 Completion: September 2023 Job: Maxwell Creek Pump Station Improvements Description: New pump station and demo of old Total Amount: $5,101,700 Owner: City of Sachse, TX 3518-B Sachse Rd. Sachse, TX 75048 972-495-7600 Engineer: Hazen & Sawyer 1600 W 7th St Ft Worth, TX 76102 817-870-2630 Completion: Janurary 2024 4 MOST RECENT JOBS COMPLETED BY RED RIVER CONSTRUCTION COMPANY Job: Red Oak Creek RWWS Bear Creek LS & FM Description: Lift station and force main Total Amount: $11,333,560 Owner: TRA PO Box 60 Arlington, TX 76004 Engineer: Freese & Nichols 4055 International Plaza, Ste 200 Fort Worth, TX 76109 Completion: May 2021 Job: Garland Rowlett Creek WWTP Primary Clarifiers 1 &2 Description: Remove and replace clarifiers Total Amount: $1,432,000 Owner/Engineer: City of Garland 200 N. 51h Street Garland, TX 75040 Completion: December 2020 Job: UTRWD Thomas E Taylor Filter Rehab Description: Rehab of filters Total Amount: $2,573,185 Owner: UTRWD 900 N. Kealy St Lewisville, Tx 75057 972-219-1228 Engineer: Carollo 100 E. 15th Street, Ste 540 Ft Worth, Tx 76102 Completion: June 2021 Job: TRA Denton Creek Description: Odor Control Improvements Total Amount: $ 1,615,700 Engineer: Alan Plummer 1349 Empire Central Dallas, TX 75247 Owner: Trinity River Authority 5300 S Collins Arlington, TX 76018 Completion: February 2019 Job: NTMWD Indian Creek Lift Station #2 Description: New lift station & meter vault, 24" forcemain Total Amount: $7,463,700.00 Owner: North Texas Municipal Water District 505 E. Brown ST Wylie, TX 75098 5 972-442-5405 Engineer: AECOM Technical Services 13355 Noel Rd Dallas, TX 75240 214-749-3263 Completion: August 2019 Job: Grapevine WTP Chemical Improvements Description: Improvements to chlorine system and new scrubber Total Amount: $1,063,300.00 Owner: City of Grapevine 750 Shady Brook Dr Grapevine, TX 76051 817-410-3330 Engineer: Parkhill Smith & Cooper 2600 Network Blvd, Ste 190 Frisco, TX 75034 972-987-1670 Completion: July 2019 Job: Savoy Wastewater Treatment Plant Description: New Wastewater Treatment Plant Total Amount: $2,287,500 Owner: City of Savoy 405 E. Hayes Street Savoy, TX 75479 Engineer: KSA Engineers 8866 Synergy Dr McKinney, TX 75070 972-542-2995 Completion: September 2019 Job: Sachse Southeast Lift Station Description: New lift station Total Amount: $2,829,900 Owner: City of Sachse — Gina Nash 3815 Sachse Rd., Bldg B 972-442-2075 Engineer: Cobb, Fendley & Assoc. 2801 Network Blvd., Ste 800 Frisco, TX 75034 Completion: July 2020 Job: Wylie NE SUD Description: Total Amount: $2,166,900 Owner: Wylie NE SUD 745 Parker RD Wylie, TX 75098 972-442-2075 Engineer: Daniel & Brown Inc 11 PO Box 606 Farmersville, TX 75442 972-784-7777 Completion: August 2020 Job: Garland Duck Creek WWTP Description: Clarifier improvements Total Amount: $ 1,840,000 Owner: City of Garland 200 N. 51h Street Garland, Tx 75040 Completion: May 2020 Job: Garland Rowlett Creek Description: Clarifier improvements Total Amount: $ 779,900 Owner: City of Garland 200 N. 51h Street Garland, Tx 75040 Completion: May 2020 Job: Midland WPCP Treatment Plant Description: Rehab to headworks and WWTP upgrades Total Amount: $ 8,807,040 Owner: City of Midland 300 N. Loraine Midland, TX 79702 Engineer: HDR Engineering, Inc. 4401 West Gate Blvd., Ste 400 Austin, Tx 78745 512-912-5100 Completion: June 2020 Job: TRWD Chloarmine Feed Optimization Description: Richland Chambers Lake pump station Total Amount: $ 2,651,986.40 Engineer: Carollo Engineers 14875 Preston Road Dallas, TX 75254 972-239-9949 Owner: Tarrant Regional Water District 140 FM 416 Streetman, TX 75859 Completion: July 2018 Job: Cisco Water Treatment Plant Description: 2.0 MGD phase 1 plant upgrades Total Amount: $ 8,259,432.85 Engineer: Enprotec Hibbs & Todd 402 Cedar Abilene, Tx 79601 7 Owner: City Cisco 500 Conrad Hilton Ave Cisco, TX 76437 Completion: February 2019 Job: Wylie Newport Harbor Description: Pump Station Improvements Total Amount: $ 807,900 Engineer: Birkhoff, Hendricks, & Carter 11910 Greenville Ave Dallas, TX 75243 Owner: City of Wylie 300 Country Club Wylie, TX 75098 Completion: December 2018 Job: Squabble Creek Lift Station Description: Modifications to lift stations and manholes Total Amount: $ 2,695,930 Engineer: Birkhoff, Hendricks, & Carter 11910 Greenville Ave Dallas, TX 75243 Owner: City of Rockwall 385 Goliad Rockwall, TX 75087 Completion: December 2018 Job: UTRWD Tom Taylor WTP Description: Filter Improvements Total Amount: $ 1,893,800 Engineer: Carollo 14875 Preston Road Dallas, X 75254 Owner: UTRWD 900 N Kealy Lewisville, TX 75067 Completion: August 2018 Job: Mansfield Bud Ervin WTP Description: Misc. Improvements Total Amount: $ 2,497,509.74 Engineer: Alan Plummer 1320 South University, Ste 300 Fort Worth, TX 76107 Owner: City of Mansfield 1200 East Broad Street Mansfield, TX 76063 Completion: July 2018 Job: Amarillo Osage WTP Chlorine Scrubber Description: replacement of chlorine scrubber 8 Total Amount: $ 345,000 Engineer: Alan Plummer 1320 South University, Ste 300 Fort Worth, TX 76107 Owner: City of Amarillo PO Box 1971 Amarillo, TX 79105 Completion: May 2018 Job: NTMWD Spring Creek Lift Station Description: New pump, generator and electrical building Total Amount: $2,355,500 Owner: North Texas Municipal Water District 505 E. Brown Street Wylie, Texas 75098 (972) 495-5405 dclish@NTMWD.com Engineer: Carollo Engineers — Letty Gomar 14875 Preston Road Dallas, TX 75254 972-239-9949 Completion: May 2018 Job: NTMWD McCree Rd Pump Station & 6 MG GST Description: New pump station and ground storage tank Total Amount: $4,447,900 Engineer: LAN Engineers Meredith McCall 214-552-8778 8350 N. Central Expwy, Ste 1400 Dallas, TX 75206 Owner: NTMWD 505 E. Brown St Wylie, TX 75098 972-442-5405 Completion: May 2018 Job: NTMWD HSPS 1-1 Description: Mechanical Improvements to HSPS, rehab Total Amount: $ 9,763,172.00 Engineer: Freese & Nichols Clayton C. Barnard, P.E. 972-624-9207 6136 Frisco Square Blvd Frisco, TX 75034 Owner: NTMWD 505 E. Brown St Wylie, TX 75098 Travis D. Markham, P.E., PMP 972-442-5405 Completion: August 2018 Job: TRA Murphy Drive Pump Station Description: Pump station improvements E] Total Amount: $449,700 Engineer: Carollo Engineers Letty Gomar 972-239-9949 14785 Preston Rd Dallas, TX 75254 Owner: TRA Richard Postoma 817-493-5147 5300 S. Collins Arlington, TX 76018 Completion: May 2018 Job: Flower Mound WWTP Description: Total Amount: $ Engineer: Alan Plummer Associates 1349 Empire Central, STe 1000 Dallas, TX 75247 Owner: Flower Mound 2121 Cross Timbers Rd Flower Mound, TX 75028 Completion: May 2018 Job: Lake Cities FM 2181 Filter Description: Rehab of sand filters Total Amount: $ 1,498,280 Engineer: Belcheff & Associates 100 Trophy Club Dr., Ste 103 Trophy Club, TX 76262 Mike Anderson 817-491-2776 Owner: Lake Cities MUA 501 . Shady Shores Lake Cities, TX 75065 Jeff Knight 940-497-2999 Completion: June 2018 Job: NTMWD WTP III Filter Rep 3 Description: filter improvements Total Amount: $ 2,079,340 Engineer: HDR Engineering 17111 Preston Rd., Ste 300 Dallas, TX 75248 Owner: NTMWD 505 E. Brown St Wylie, TX 75098 Completion: June 2018 Job: Hackberry WWTP Improvements Description: improvements to pump station Total Amount: $ 939,348.61 Engineer: Hunter -Howard -Roberts 4569 Southgate 10 Plano, TX 75024 mdhill@fini-dallas.com 214-503-0555 ext 115 Owner: City of Hackberry 119 Maxwell Frisco, TX 75034 maintenance@cityofhackberry.net Completion: June 2018 Job: Athens Water Treatment Plant Description: Misc. Improvements Total Amount: $ 20,450 Engineer: Athens Municipal Water Authority 508 East Tyler Street Athens, TX 75751 Owner: Athens Municipal Water Authority 508 East Tyler Street Athens, TX 75751 Completion: April 2018 Job: NTMWD Rockwall # 1 Delivery Point Description: Pump Station Total Amount: $ 2,401,880.00 Engineer: Huitt-Zollars 1717 McKinney Ave, Ste 1400 Dallas, TX 75202 James Brauer, P.E. 214-871-3311 Owner: NTMWD 505 E. Brown St Wylie, TX 75098 Travis D. Markham, P.E., PMP 972-442-5405 Completion: March 2018 Job: Plano Legacy West Lift Station Description: New lift station Total Amount: $ 6,229,700 Engineer: Kimly Horn Kyle Sanderson 972-770-1300 12750 Merit Dr Dallas, TX 75251 Owner: Plano 1520 Ave K Plano, Tx 75074 Completion: April 2018 Job: NTMWD System Wide ARV Description: Installation of new air release valve vaults Total Amount: $ 839,300 Engineer: Freese & Nichols 214-544-6401 6136 Frisco Square Blvd 11 Frisco, Tx 75034 Owner: NTMWD 505 E. Brown St Wylie, TX 75098 Completion: February 2018 Job: NTMWD Indian Creek Lift Station Description: Lift station imporvements Total Amount: $ 232,699.88 Engineer: Cobb Fendley 1601 Gaylord Pkwy, Ste 302 Frisco, TX 75034 Owner: NTMWD 505 E. Brown St Wylie, TX 75098 Completion: March 2017 Job: Amarillo Osage Water Treatment Filter Improvements Description: Filter repairs Total Amount: $1.579.900 Engineer: Alan Plummer & Associates Alan Davis 817-806-1700 1349 Empire Central, Ste 1000 Dallas, T 75247 Owner: Amarillo 509 SE 7th Ave Amarillo, TX 79101 Troy Kelly 806-378-3019 Completion: January 2017 Job: Southeast Sector Phase 3 Celina Description: Lift Station, Force main, meter vault Total Amount: $2,159,700 Engineer: Pacheco Koch 6100 Western Place, Ste 1001 Ft Worth, TX 76107 Owner: City of Celina 142 North Ohio Celina, TX 75009 Completion: November 2017 Job: Wylie WTP III Drain Improvements Description: Foundation Drain Improvements Total Amount: $672,000 Engineer: Black & Veatch 9441 LBJ Frwy, STe 114 Dallas, TX 75243 Owner: NTMWD 505 E. Brown St Wylie, TX 75098 Completion: August 2017 12 Job: NTMWD Chemical Systems Improvements Phase IA Description: Improvements to NTMWD chemical systems Total Amount: $1,727,860 Owner: North Texas Municipal Water District 505 E. Brown Street Wylie, Texas 75098 (972) 495-5405 Engineer: Carollo Engineers Inc. 14875 Preston Road Dallas, Texas 75254 (972) 239-9949 Completion: February 2017 Job: San Angelo Treatement Plant Improvements Description: Filter improvements Total Amount: $2,685,250 Owner: San Angelo 72 W. College Ave San Angelo, TX 76903 Engineer: San Angelo 72 W. College Ave San Angelo, TX 76903 Completion: November 2016 Job: NTMWD Filter Improvements Description: Improvement to 20 filters and air supply and piping modifications Total Amount: $8,165,485.00 Owner: North Texas Municipal Water District 505 E. Brown Street Wylie, Texas 75098 (972) 495-5405 Engineer: Carollo Engineers Inc. 14875 Preston Road Dallas, Texas 75254 (972) 239-9949 Completion: August 2016 Job: NTMWD Renner Road Lift Station Improvements Description: New generator and installation of 4th pump & renovation of a second PUMP Total Amount: $ 1,697,500 Owner: North Texas Municipal Water District 505 E. Brown Street Wylie, Texas 75098 (972) 495-5405 Engineer: Cobb Fendley 6801 Gaylord Pkwy, STe 302 Frisco, TX 75034 972-335-3214 Completion: October 2015 13 Job: Plano Stadium Pump Station Renovation Description: Renovation of pump station and meter vault Total Amount: $ 9,741,360 Owner: City of Plano 1520 K Ave, Ste 370 Plano, TX 75025 Engineer: Birkhoff, Hendricks, and Carter 11910 Greenville Ave Dallas, TX 75243 Completion Date: June 2015 Job: Robert Sokoll Water Treatment Coating Description: Membrane coating and replacement, revise piping Total Amount: $386,100 Engineer: Alan Plummer Associates 1349 Empire Central, Ste 1000 Dallas, TX 75247 Owner: City of Waxahachie 401 S. Rogers Waxahachie, TX 75165 Completion: July 2016 Job: NTMWD Indian Creek Description: Installation of hydro tank and new air release valve vaults Total Amount: $ 747,700 Owner: North Texas Municipal Water District 505 E. Brown Street Wylie, Texas 75098 (972) 495-5405 Engineer: Alan Plummer Associates 1349 Empire Central, Ste 1000 Dallas, TX 75247 Completion: October 2015 Job: NTMWD Plano Delivery Point No. 4 Description: Renovation of meter vault at Plano Stadium Total Amount: $ 1,496,500 Owner: North Texas Municipal Water District 505 E. Brown Street Wylie, Texas 75098 (972) 495-5405 Engineer: Birkhoff, Hendricks, and Carter 11910 Greenville Ave Dallas, TX 75243 Completion: June 2015 Job: UTRWD Zebra Mussel Mitigation Description: Sodium Permanganate system installation to RAW Total Amount: $ 699,600 Owner: UTRWD 14 900 N. Kealy Lewisville, Tx 75057 Engineer: Lockwood, Andrews, Newman Meredith McCullough, P.E. 8350 N. Central Expwy, Ate 1400 Dallas, TX 75206 214-522-8778 Completion: May 2015 Job: Big Spring Wastewater Treatment Plant Improvements Description: Improvement to Water Treatment Plant Total Amount: $ 5,891,084.00 Owner: City of Big Spring 310 Nolan Big Springs, TX 79720 Engineer: Parkhill, Smith, & cooper Brian Stephens 432-264-2514 4222 851h Street Lubbock, TX 79423 Completion Date: February 2015 Job: Hackberry WWTP Description: Improvement to Wastewater Treatment Plant Total Amount: $ 2,137,770 Owner: City of Hackberry 119 Maxwell Rd Frisco, TX 75034 Engineer: EJES Incorporated 12655 N. Central Exprwy, Ste 500 Dallas, TX 75243 Completion Date: May 2015 Job: Sachse High Service Pump Station Description: Add new pump and piping Total Amount: $ 149, 900.00 Owner & Enigneer: City of Sachse Greg Peters, P.E. 6428 Sachse Rd Sachse, TX 75048 Completion Date: December 2014 Job: Muddy Creek UV Installation Description: UV installation of one channel Total Amount: $ 53,700 Contract with: Hartwell Environmental Completion: March 2015 Job: Lubbock Canyon Lake Description: Improvement to Wastewater Treatment Plant Total Amount: $ 1,549,159 15 Owner: City of Lubbock 1615 13th Street Lubbock, TX 79401 Engineer: Enproptec/Hibbs & Todd 6310 Genoa Ave, Ste E Lubbock, TX 79424 Completion Date: February 2015 Job: Lubbock North WTP Description: Improvement to Water Treatment Plant Total Amount: $ 3,243,440 Owner: City of Lubbock 1625 131h Street Big Springs, TX 79720 Engineer: Alan Plummer Associates 1349 Empire Central, Ste 1000 Dallas, TX 75247 Completion Date: December 2014 Job: Midland MBR Reclaimed Water Production Facility Description: repairs to water production facility Total Amount: $6,540,000 Owner: City of Midland 300 North Loraine Midland, TX 79702 Engineer: CDM - Srikanth Koduri 8140 Walnut Hill Lane, Ste 1000 Dallas, TX 75231 Completion Date: July 1, 2013 Job: Grapevine Peach Street WWTP Description: Improvement to Wastewater Treatment Plant Total Amount: $1,343,000.00 Owner: City of Grapevine 200 S Main Street Grapevine, TX 76051 Engineer: CDM Smith 1000 Throckmorton, Ste 600 Fort Worth, TX 76102 Completion Date: July 2014 Job: Johnson County SUD Description: new lift station Total Amount: $ 8,000,600 Owner: Johnson County SUD 2849 Hwy 171 South Cleburne, TX 76031 Engineer: Kimley-Horn & Associates Joeseph Kotrla 801 Cherry St, Ste 950 Fort Worth, TX 76102 16 817-335-6511 Completion Date: February 12, 2014 Job: TRA Mountain Creek RW System Collection Improvements Description: new clarifier, rehab to clarifier, filter work, aeration rehab Total Amount: $7,985,470 Owner: Trinity River Authority 5300 S Collins Arlington, TX 76018 Engineer: CP& Y 1820 Regal Row, Ste 200 Dallas, TX 75235 214-638-0500 Completion Date: February 2013 Job: Sommervell Co Water District Description: 1140 PS#1 & 900 GST #2 Total Amount: $ $ 1,298,880.00 Owner: Somervell Co Water District 2099 CR 301 Glen Rose, TX 76043 Engineer: Freese & Nichols 4055 International Plaza, Ste 200 Fort Worth, TX 75109 Completion Date: October 2014 Job: Garland Duck Creek WTP Sludge Transfer Station Description: sludge pump station Total Amount: $ 2,029,900 Owner: City of Garland 750 Duck Creek Way Sunnyvale, TX 75182 Engineer: Carollo Engineers 14785 Preston Rd., #950 Dallas, TX 75254 972-239-9949 Completion Date: May 2013 Job: NTMWD Lake Tawakoni Description: chlorine dioxide generation facility Total Amount: $ 2,388,146 Owner: North Texas Municipal Water District 505 E. Brown Street Wylie, Tx 75098 972-442-5405 Engineer: Black & Veatch 9441 LBJ Fwy #114 Dallas, TX 75243 Completion Date: August 2, 2013 Job: Big Spring Water Treatment Plant Improvements 17 Description: Improvement to Water Treatment Plant Total Amount: $ 4,236,200 Owner: City of Big Spring 310 Nolan Big Springs, TX 79720 Engineer: Parkhill, Smith, & cooper Brian Stephens 432-264-2514 4222 851h Street Lubbock, TX 79423 Completion Date: February 14, 2014 Job: Hackberry High Service Pump Station Description: Improvements to Pump Station Total Amount: $237,700.00 Owner: City of Hackberry 119 Maxwell Rd B-7 Frisco, TX 75034 Engineer: EJES Inc. 12655 N Central Expwy Dallas, TX 75243 Completion Date: February 14, 2014 Job: Bedford Chemical Feed System Description: new chemical building and complete system Total Amount: $ 438,800 Owner: City of Bedford 2000 Forest Ridge Drive Bedford, TX Engineer: Deltatek Engineers 14114 Dallas Parkway, Ste 480 Dallas, TX 75254 (469) 374-9800 Completion Date: April 2013 Job: Midland Headworks Improvements Description: Improvements to headworks Total Amount: $5,357,080 Owner: City of Midland 300 N. Loraine Midland, TX 79702 Engineer: HDR Engineering, Inc. 4401 West Gate Blvd., Ste 400 Austin, Tx 78745 512-912-5100 Completion Date: October 2012 Job: Fort Worth Rolling Hills WTP Description: filter repair and replacement Total Amount: $ 571,000 Owner: City of Fort Worth 18 1000 Throckmorton St Fort Worth, TX 76102 Engineer: Camp Dresser & McKee Dan Shannon 777 Taylor St., Ste 600 Fort Worth, Tx 76102 (817) 332-8727 Completion Date: June 30, 2013 Job: UTRWD Tom Taylor WTP Filter Rehabiliation Description: filter repair and rehab Total Amount: $ 1,514,080 Owner: Upper Trinity Regional Water District PO Box 305 Lewisville, TX 75067 Engineer: Carollo Engineers Jim Gallovich, PE 14875 Preston Rd Dallas, TX 75254 (972) 239-9949 Completion Date: June 19, 2013 Job: Canton Wastewater Treatment Plant Description: new lift station Total Amount: $ 864,600 Owner: City of Canton PO Box 245 Canton, TX 75103 Engineer: Gary Burton Engineers 14531 S. Hwy 155 S Tyler, TX 75703 (903) 561-6984 Completion Date: July 2013 Job: Cisco DWSRF Description Improvements to Wastewater Treatment Plant Total Amount: $3,634,000 Owner: City of Cisco 500 Conrad Hilton Ave. Cisco, TX 76437 Engineer: Enprotec/Hibbs & Todd Inc. 2301 Ohio Dr., Ste 105 Plano, TX 75093 Completion Date: July 2012 Job: NTMWD Filter Repairs Description remove and repair 13 filters Total Amount: $2,430,500 Owner: North Texas Municipal Water District 505 E. Brown Street Wylie, Texas 75098 19 (972) 495-5405 Engineer: Carollo Engineers Inc. 14875 Preston Road Dallas, Texas 75254 (972) 239-9949 Completion Date: November 2012 Job: NTWMD Floyd Branch Ultraviolet Disinfection Description Convert contact basins to channels for ultraviolet equipment Total Amount: $1,897,418 Owner: North Texas Municipal Water District 505 E. Brown Street Wylie, Texas 75098 (972) 495-5405 Engineer: Carollo Engineers Inc. 14875 Preston Road Dallas, Texas 75254 (972) 239-9949 Completion Date: March 2013 Job: Midland Airport and Paul Davis Well Sites Description: New well sites for Midland Airport and Paul Davis Total Amount: $3,877,740.00 Owner: City of Midland 300 N. Loraine Midland, TX 79702 Engineer: Camp, Dresser, and McKee, Inc. 777 Taylor St., Ste 600 Fort Worth, Tx 76102 (817) 332-8727 Completion Date: June 2012 Job: Athens Filter Rehab Description: demo filters, repair floor, and reinstall filters Total Amount: $407,812.00 Owner: Athens Municipal Water Authority 508 East Tyler Street Athens, TX 75751 Engineer: Velvin & Weeks Chris Weeks 930 East Corsicana Athens, TX 75751 903-675-3903 Completion Date: July 2012 Job: Waco Riverside WTP Filter Description: repairs to filters Total Amount: $736,500 Owner: City of Waco PO Box 2570 Waco, TX 76702 20 Engineer: The Wallace Group 200 West Hwy 6, Ste 620 Waco, TX 76712 254-772-9272 Completion Date: September 2012 Job: NTMWD Custer Rd. Transfer Station Description: repairs to transfer station metal plate Total Amount: $46,300 Owner: North Texas Municipal Water District 505 E. Brown St. Wylie, TX 75098 972-442-5405 Engineer: Dietz Engineers Eric Dietz 212 Old Grande Blvd, C 124 Tyler, TX 75703 Completion Date: September 2012 Job: Lewisville Midway Pump Station Description New pump station Total Amount: $5,434,500 Owner: City of Lewisville 151 West Church St. Lewisville, TX 75057 Engineer: Birkhoff, Hendricks, & Conway 11910 Greenville, Ste 600 Dallas, TX 75243 Completion Date: June 2012 Job: TRA Denton Creek Alternate Discharge Pump Station Description: New alternate pump station Total Amount: $3,814,600 Owner: Trinity River Authority 5300 S Collins Arlington, TX 76018 (817)467-4343 Engineer: Alan Plummer Associates, Inc 1320 S Univiersity, Ste 300 Fort Worth, Tx 76107 817-870-2724 Completion Date: May 2012 Job: UTRA Taylor RWTP On site Sodium Hypochlorite Generation Facility Description Improvements to generation building and sodium hypochlorite system Total Amount: $2,071,800 Owner: Upper Trinity River Authority 300 Treatment Plant Rd. Lewisville, TX 75057 Engineer: Carollo Engneers 14785 Preston Rd., Ste 950 21 Dallas, TX 75254 972-239-9949 Completion Date: September 2012 Job: TRA Red Oak Creek WW System Improvements Description: New dewatering system and building Total Amount: $2,470,000.00 Owner: Trinity River Authority 5300 S Collins Arlington, TX 76018 Engineer: CP& Y 1820 Regal Row, Ste 200 Dallas, TX 75235 214-638-0500 Completion Date: May 2012 Job: River Oaks Filter Replacement Description: emergency filter replacement and repair Owner: City of River Oaks 4900 River Oaks Blvd. River Oaks, TX 76114 (817) 626-5421 Completion Date: May 2012 Job: South Tawakoni Emergency Filter repair Description: Wills Point, TX emergency filter repair Owner: South Tawakoni Water Supply 410 W. N. Commerce St. Wills Point, TX 75169 (903)873-2509 Completion Date: April 2012 Job: Lewisville Emergency Repair Description: Repair of 36" wye and air piping Total Amount: $225,000 Owner: City of Lewisville 151 West Church St. Lewisville, TX 75057 Completion Date: January 2012 Job: NTMWD Water Treatment Plant I&II Chlorine Scrubber Facility Description New Chlorine Scrubber Facility Total Amount: $5,136,400.00 Owner: North Texas Municipal Water District 505 East Brown St Wylie, TX 75098 Engineer: Carollo Engneers 14785 Preston Rd., Ste 950 Dallas, TX 75254 972-239-9949 Completion Date: December 2011 22 Job: GTUA Sherman WWTP Improvements Description Improvements to Wastewater Treatment Plant Total Amount: $1,423,800 Owner: Greater Texoma Utility Authority 220 W. Mulberry. Sherman, TX 75090 Engineer: Perkins Engineering 5550 I-20W, Ste 110 Arlington, TX 76017 Completion Date: December 2011 Job: Quitman WWTP Improvements Description Redirect air line piping Total Amount: $66,300 Owner: City of Quitman PO Box 1855 Quitman, TX 75783 Completion Date: July 2011 Job: NTMWD Lower Rowlett Creek Lift Station Description: Add new pump to existing lift station Total Amount: $1,888,000 Total by Change Order: $1,961,633.13 Owner: North Texas Municipal Water District 505 East Brown St Wylie, TX 75098 Engineer: Birkhoff, Hendricks, & Conway 7502 Greenville Ave., Ste 220 Dallas, Tx 75231 214-361-7900 Completion Date: May 2011 Job: NTMWD Drain Return Improvements Description Improvements to drain lines and new vertical pumps Total Amount: $364,414.00 Owner: North Texas Municipal Water District 505 East Brown St Wylie, TX 75098 972-442-5405 Engineer: Freese & Nichols 1701 N. Market St., Ste 500, LB 51 Dallas, TX 75202 Completion Date: February 2011 Job: White Oak Water Treatment Plant Improvements Phase 2 Description: Install new piping and work at filters Total Amount: $1,397,000.00 Owner: City of White Oak 906 South White Oak Rd White Oak, TX 75693 23 903.759.3936 Fax - 903.297.3452 Engineer: KSA Engineers 140 E. Tyler St., Ste 600 Longview, TX 75606 (903)-236-7700 (903) 236-7779 Fax Completion Date: December 2010 Job: Colorado River Lake Thomas Pump Station Electrical Improvements Description: Electrical Improvements Total Amount: $43,700.00 Owner: Colorado River Municipal Water District P.O. Box 869 400 E. 24th Street Big Spring, Texas 79720 (432) 267-6341 Phone Engineer: Freese & Nichols 4055 International Plaza, Ste 200 Fort Worth, TX 76109 817-735-7300 Fax: 817-735-7491 Completion Date: November 10, 2010 Job: NTMWD High Service Pump Station #2-2 Description: Electrical Improvements Total Amount: $64,675.00 Owner: North Texas Municipal Water District 505 N. Brown St Wylie, Tx 75098 Engineer: Freese & Nichols 4055 International Plaza, Ste 200 Fort Worth, Tx 75109 Phone: 817-735-7300 Completion Date: August 2010 Job: Longview Sabine River Water Treatment Plant Description: New reservoir, PAC, rehab of various water facilities Total Amount: $5,643,525 Owner: City of Longview PO Box 1952 Longview, TX 75606 Engineer: KSA Engineers 140 E. Tyler Street - Suite 600 Longview, Texas 75601 (903) 236-7700 (903) 236-7779 Fax Completion Date: September 2010 Job: Buena Vista FM 66 Pump Station @ Plant 5 Description: Pump Station Improvements and tank 24 Total Amount: $1,665,320 Owner: Buena Vista Special Utility District 312 S. Oak Branch Road Waxahachie, TX 75167 Engineer: Childress Engineers 211 North Ridgeway Cleburne, Tx 76033 817-645-1118 Completion Date: October 2010 Job: NTMWD Muddy Creek WWTP Description: Improvements to Odor Control System Total Amount: $568,000 Owner: North Texas Municipal Water District 505 N. Brown St. Wylie, Tx 75098 Engineer: Perkins Engineering 6001 I-20 West Arlington, TX 76017 Completion Date: September 2010 Job: Midland Clarifier Lines Description: Modifications to Clarifier piping Total Amount: $482,740.00 Owner: City of Midland 300 N. Loraine Midland, TX 79702 (432) 685-7262 Engineer: HDR Engineering, Inc. 4401 West Gate Blvd., Ste 400 Austin, Tx 78745 512-912-5100 Completion Date: October 2010 Job: Midland Headworks Improvements Description: New pumps and headworks Total Amount: $8,238,665.89 Owner; City of Midland 300 North Loraine Midland, TX 79702 (432) 685-7262 Engineer: HDR Engineering, Inc. 4401 West Gate Blvd., Ste 400 Austin, Tx 78745 512-912-5100 Completion Date: October 2010 Job: Quitman Emergency Filter Repair Description: Repair 2 filters and new piping Total Amount: $192,144.58 Owner: City of Quitman 25 401 E. Goode Quitman, TX 75783 Engineer: KSA Engineers 140 E. Tyler St., Ste 600 Longview, TX 75606 (903)-236-7700 (903) 236-7779 Fax Completion Date: June 2010 Job: Flower Mound Oak Street Lift Station Description: Lift Station Improvements Total Amount: $679,400 Owner: City of Flower Mound 2121 Cross Timbers Rd. Flower Mound, TX 75028 Engineer: KBR 1444 Oak Lawn, Ste 100 Dallas, TX 75207 Phone: 214-659-8404 Completion Date: June 2010 Job: Eden Water Treatment Plant Description: Water Treatment Plant Improvements Total Amount: $2,735,100 Owner: City of Eden 120 Paint Rock Street Eden, Tx 76837 Engineer: GSWW 1033 Andres Hwy, Ste 211 Midland, TX 79701 Phone: 432-689-8909 Completion Date: March 2010 Job: Azle Water & Wastewater System Description: New and abandonment of water and wastewater pipe Total Amount: $297,252 Owner: City of Azle 613 Southeast Parkway Azle, Tx 76020 Engineer: Alan Plumber 1349 Empire Central, Ste 1000 Dallas, Tx 75247 (214) 631-6100 Completion Date: March 2010 Job: Garland Broadway Pump Station Description: Add new pump station to existing site Total Amount: $3,849,000 Owner; City of Garland 200 N. 5th Street Garland, Tx 75040 NU Engineer: Freese & Nichols 4055 international Plaza, Ste 200 Fort Worth, TX 75109 817-735-7300 Completion Date: September 2009 Job: Granbury Wastewater Treatment Plant Description: New lift station and bypass Total Amount: $909,081 Owner; City of Granbury 401 North Park Street Granbury, TX 76048 Engineer: Brown & Gay Engineers, Inc. 108 West 8th Street, Ste 200 Fort Worth, Tx 76102 817-887-6130 Completion Date: February 2009 Job: Highland Village Lift Station Description: Lift Station Improvements Total Amount: $279,000 Owner: Upper Trinity Regional Water District 900 N. Kealy Lewisville, Tx 75057 Engineer: CH2M Hill 12377 Merit Dr., loth Floor Dallas, TX 75251 Phone: 972-980-2170 Completion Date: January 2010 Job: Lake Worth Edgemere Lift Station Description: New lift station Total Amount: $639,900 Owner; City of Lake Worth 3805 Adam Grubb Lake Worth, TX 76135 Engineer: Kimley-Horn & Associates 801 Cherry St., Ste 950 Fort Worth, Tx 76102 817-335-6511 Completion Date: January 2009 Job: Cedar Hill Meadow Crest Pump Station Description: New pump station Total Amount: $1,328,900 Owner; City of Cedar Hill 285 Uptown Blvd Cedar Hill, TX 75104 Engineer: Deltatek Engineering 14114 Dallas Pkwy, Ste 480 Dallas, Tx 75254 27 469-374-9800 Completion Date: September 2009 Job: NTMWD Floyd Branch WWTP Description: Improvements to belt press, new primary clarifier Total Amount: $5,149,800 Owner: North Texas Municipal Water District 505 East Brown St Wylie, TX 75098 Engineer: Carollo Engneers 14785 Preston Rd., Ste 950 Dalas, TX 75254 972-239-9949 Completion Date: March 2009 Job: Las Colinas Emergency Lift Station Description: New lift station and bypass Total Amount: $868,680 Owner; Hines Las Colinas Land Limited Partnership 5215 N. O'Conner Blvd., Ste 635 Irving, TX 75039 Engineer: Jacobs Carter Burgess 7950 Elmbrook Dallas, TX 75247 214-638-0145 Completion Date: October 2008 Job: Mount Pleasant WP Filter #3 Description: Improvements to filter #3 Total Amount: $134,900 Owner: City of Mount Pleasant 501 North Madison Ave Mount Pleasant, TX 75455 Engineer: City of Mount Pleasant Completion Date: March 2009 Job: Tyler Golden Road Water Treatment Plant Description: New pump station Total Amount: $113,900 Owner: City of Tyler 511 West Locust St. Tyler, Tx 75702 Engineer: Wisenbaker-Fix & Assoc. 821 ESE Loop 323, Ste. 460 Tyler, Tx 75701 903-581-8141 Completion Date: January 2009 Job: Tyler Gilley Creek Lift Station Improvements Description: Improvements to lift station and add domes Total Amount: $997,200 28 Owner; City of Tyler 511 West Locust St. Tyler, Tx 75702 Engineer: Wisenbaker-Fix & Assoc. 821 ESE Loop 323, Ste. 460 Tyler, Tx 75701 Completion Date: January 2009 Job: Lusk Lane Emergency Booster Pump Station Description: New booster pump station Total Amount: $345,300 Owner; Town of Flower Mound 2121 Cross Timbers Rd. Flower Mound, Tx 75028 Engineer: KBR 1444 Oak Lawn Ave., Ste 100 Dallas, TX 75207 214-659-8404 Completion Date: January 2009 Job: TRA Denton Creek Regional WWTP Description: New Peak Storage Basin and Dewatering building Total Amount: $2,721,080 Owner: Trinity River Authority 5300 S Collins Arlington, TX 76018 (817)467-4343 Engineer: Alan Plummer Associates, Inc 1320 S Univiersity, Ste 300 Fort Worth, Tx 76107 817-870-2724 Completion Date: September 2008 Job: Edgewood Booster Pump Station Description: New Booster Pump Station Total Amount: $3,339,800 Owner: City of Midland 300 N. Loraine Street Midland, TX 79702 (432)-685-7261 Engineer: Camp Dresser & McKee, Inc. J. Dan Shannon, PE 777 Taylor Street, Suite 1050 Fort Worth, TX 76102 Tel: 817.332.8727 Fax: 817.332.6870 Completion Date: December 2008 Job: TRA Red Oak Creek Regional Wastewater System Description: Solids Dewatering and Screening Improvements Total Amount: $1,479,000 Owner: Trinity River Authority 29 5300 S Collins Arlington, TX 76018 Engineer: Chiang, Patel & Yerby, Inc. Dawn R. Anderston, PE 1820 Regal Row, Suite 200 Dallas, Texas 75235 Tel.: 214.638.0500 Fax: 214.638.3723 Completion Date: September 2008 Job: Athens MWDA Filter Plant Rehabilitation Description: Improvements to filters Total Amount: $424,074 Owner: Athens Municipal Water Authority 501 N. Pinkerton Athens, Tx 75751 Engineer: Velvin & Weeks 930 E. Corsicanna St Athens, TX 75751 Christopher Weeks 903-675-3903 Completion Date: November 2008 Job: East Cedar Creek Feshwater Supply Description: Tertiary Clarifier Total Amount: $1,046,389 Owner: East Cedar Creek Freshwater Supply District PO Box 309 Gun Barrell City, TX 75156 Engineer: Velvin & Weeks 930 E. Corsicanna St Athens, TX 75751 Christopher Weeks 903-675-3903 Completion Date: November 2008 Job: Forney to Terrell Pump Station & GST Description: New pump station and ground storage tank Total Amount: $5,082,826 Owner: North Texas Municipal Water District 505 E. Brown St Wylie, Tx 75098 (972) 295-2235 Engineer: Freese & Nichols, Inc. 1701 N. Market St. Dallas, Tx 75202 214-217-2235 Completion Date: September 2008 Job: Hackberry Wastewater Treatment Plant Description: Wastewater Treatment Plant Expansions 30 Total Amount: $2,332,000 Owner: Denton County Fresh Water Supply District #4A C/O Dowdy Anderson Associates 5225 Village Creek Dr., Ste 200 Plano, Tx 75093 Engineer: TRC/Hunter Associates Texas LTD 8140 Walnut Hill Lane, Ste 500 Dallas, TX 75231 Completion Date: September 2008 Job: NTMWD Wilson Creek WWTP Description: Improvements to the Wastewater Treatment Plant Total Amount: $1,292,810 Owner: North Texas Municipal Water District 505 E. Brown St Wylie, TX 75098 Engineer: Perkins Engineering Consultants 6001 I-20 West Arlington, TX 76017 Tel.: 817-561-1133 Completion Date: August 2008 Job: Fairview Pump Station Description: New Pump Station Total Amount: $1,108,100 Owner: City of Fairview 500 S. State Hwy 5 Fairview, TX 75069 Engineer: KSA Engineers 140 E. Tyler Street - Suite 600 Longview, Texas 75601 (903) 236-7700 (903) 236-7779 Fax Completion Date: June 2008 Job: North Texas Municipal Water District Homeland Security Improvements Description: Improvements to Homeland Security Total Amount: $1,589,856 Owner: North Texas Municpal Water District 505 Brown St Wylie, Tx 75098 Engineer: Malcolm Pirnie 12400 Coit Rd, Ste 1200 Dallas, TX 75251 972-934-3711 Fax: 972-934-3662 Completion Date: May 2008 Job: Ennis Wastewater Treatment Plant Improvements Description: Rehab sludge pumps and new belt press and building 31 Total Amount: $1,953,360 Owner: City of Ennis, Tx 401 W. Plant Rd. Ennis, TX 75119 Engineer: Black & Veatch 9441 LBJ Freeway, Suite 300 Dallas, TX 75243 214-570-7000 Completion Date: March 2008 Job: Denton Southwest Pump Station Description: New pump station Total Amount: $4,703,000 Owner: City of Denton 901 B Texas Street Denton, Tx 76209 Engineer: Kimley-Horn & Associates 801 Cherry Street, Unit 1, Ste 1025 Fort Worth, Tx 76108 817-325-6511 Completion Date: March 2008 Job: Prosper Pump Station & 3 MG Ground Storage Tank Description: New pump station and storage tank Total Amount: $5,119,620 Owner: Town of Prosper P.O. Box 307 Prosper, Texas 75078 (972) 346-2640 Engineer: Freese & Nichols Jeffery Payne, P.E. 116 N. Tennessee, Ste 200 McKinney, Tx 75069 972-548-2400 Fax: 972-548-1055 Completion Date: May 2008 Job: The Colony Office Creek Description: Pump Station Improvements Total Amount: $1,101,600 Owner: City of The Colony 6800 Main Street The Colony, Texas 75056 Engineer: Chaing, Patel, & Yerby, Inc. 1820 Regal Row Dallas, TX 75235 214-638-0500 Completion Date: January 2008 Job: GTUA Bloomdale Pump Station Description: New Pump Station & GSR with 4 new meter vaults 32 Total Amount: $3,233,966.98 Owner: GTUA 5100 Airport Dirve Dennison, TX 75020 903-786-4433 Fax:903-786-8211 Engineer: Freeman Millican Damir Lulo, P.E. 9520 Forest Lane, Suite 115 Dallas, Tx 75243 214-503-0555 Fax: 214-503-1148 Completion Date: December 2007 Job: Crandall Wastewater Treatment Plant Improvements Description: Improvements to existing facilities Total Amount: $1,153,800 Owner: City of Crandall 110 S. Main Street Crandall, Tx 75114 972-427-3771 Engineer: KSA Engineers 821 ESE Loop 323, Suite 460 Tyler, Tx 75703 903-581-8141 Completion Date: September 2007 Job: City of Lewisville Clarifier Description: Rebuild clarifier drive and install new parts Total Amount: $22,860 Owner: City of Lewisville 1400 N. Cowen Lewisville, TX 75057 Completion: March 2007 Job: Castle Hills Slope Repair Description: New retaining wall Total Amount: $143,000 Owner: Denton County Fresh Water Supply District IA 2560 King Arthur Blvd., # 120 Lewisville, TX 75056 Engineer: TRC/Texas Infrastructure 8140 Walnut Hill, Ste 500 Dallas, TX 75231 214-369-9171 Completion Date: November 2006 Job: Hackberry Pump Station Description: New construction of a 600,000 ground water storage tank and pump station Total Amount: $1,271,169 33 Owner: Denton County Fresh Water Supply District #4A 5225 Village Creek Dr. Ste 200 Plano, Tx 75093 Engineer: TRC/ Hunter Associates of Texas 8140 Walnut Hill Lane Dallas, Tx 75231 214-369-9171 Completion Date: October 2006 Job: Castle Hills Lift Station Description: New Lift station and demo of old lift station Total Amount: $1,025,900 Owner: 2560 King Arthur Blvd, #120 Lewisville, Tx 75056 972-899-4000 Fax: 972-899-9336 Engineer: TRC/Texas Infrastructure Kenneth Tillman, P.E. 6136 Frisco Square Blvd, #375 Frisco, Tx 75034 972-712-6400 Completion Date: August 2006 Job: Country Club & Odd Fellows Lift Station & Force Main & Oak Grove Bar Screen Improvements Description: Improvements to Lift Station & Force Main for City of Ennis Total Amount: $1,806,799 Owner: City of Ennis 115 W. Brown ST Ennis, Tx 75119 Engineer: Black & Veatch Gregory Nelson, P.E. 9441 LBJ Frwy, Suite 300 214-570-7000 Completion Date: March 2006 Job: Windridge Lift Station Description: Lift Station Improvements Total Amount: $1,128,300 Owner: City of Garland 200 N. 51h Street Garland, Tx 75040 Engineer: Birkhoff, Hendricks, & Conway Attn: John Baker 7502 Greenville, #220 Dallas, TX 75243 214-361-7900 Completion Date: September 2006 Job: Zion Road Lift Station Improvements 34 Description: Improvements to Lift Station for City of Garland Total Amount: $1,054,900 Owner: City of Garland Attn: Michael Polocek 800 Main Street Garland, Tx 75040 972-205-2170 Engineer: Birkhoff, Hendricks & Conway, L.L.P 7502 Greenville Avenue, Suite 220 Dallas, Texas 75231 John Birkhoff (214) 361-7900 Fax (214) 361-0204 Completion Date: June 2006 Job: San Angelo Water System Improvements Phase 1B Description: Improvements to the Abilene & Southwest Pump Stations Total Amount: $2,844,700 Owner: City of San Angelo Dept. Of Water Utilities PO Box 1751 San Angelo, Tx 76902 Engineer: Freese & Nichols 4055 International Plaza #200 Fort Worth, Tx 76109 Completion Date: September 2006 Job: Odessa Water Treatment Plant Description: Improvements to Water Treatment Plant Total Amount: $2,606,038 Owner: City of Odessa 119 4th Street, 4th floor Odessa, TX 79761 Engineer: Alan Plummer & Associates 7524 Moiser View Court, Ste 200 Fort Worth, Texas 76118 817-806-1700 Fax: 817-589-0072 Completion Date: September 2006 Job: Chlorine & Ammonia Improvements Description: Improvements to Dallas County Park Cities Municipal Utility District Total Amount: $868,600 Owner: Dallas County Park Cities Municipal Utility District 1811 Regal Row Dallas, TX 75235 Larry McDaniel, P.E. 214-652-8639 Fax: 214-652-8643 Engineer: Camp, Dresser, & McKee Samir Mathur, P.E. 8140 Walnut Hill Ln, Ste 1000 35 Dallas, Tx 75231 214-346-2800 Completion Date: May 2006 Job: Bridgeport Wastewater Treatment Plant Description: Improvements to Wastewater System Total Amount: $1,303,300 Owner: City of Bridgeport 900 Thompson Bridgeport, Tx 76 Engineer: Freeman-Millican 9500 Forest Lane, Ste 115 Dallas, Tx 75243 Terry Millican, P.E. 214-503-0555 Fax: 214-503-1148 Completion Date: February 2006 Job: Shaffstall Pump Station & 2MG Ground Storage Tank Description: Improvements to City of Burleson's Pump Station Total Amount: $ 2,729,200 Owner: City of Burleson 141 W. Renfro Burleson, Tx 76028 817-447-5400 Fax: 817-447-6885 Engineer: Freese & Nichols 4055 International Plaza, Suite 200 Fort Worth, Texas 76109 Ron King, P.E. Completion Date: October 2005 Job: Wise County Water Treatment Plant Description: Filter Rehabilitation Total Amount: $331,100 Owner: City of Decatur Development 213 West Main Street Decatur, TX 76234 Engineer: Kimley-Horn & Associates 801 Cherry Street, Ste 1025 Fort Worth, Tx 76102 Completion Date: January 2006 Job: Mabank Water Treatment Plant Phase 2 Expansion Description: Improvements to City of Mabank Water Treatment Plant Total Amount: $1,379,800.00 Owner: City of Mabank 129 W. Market St. Mabank, Texas 75147 903-887-1328 36 Fax: 903-887-1200 Engineer: KSA Engineers 5646 Milton St. Dallas, TX 75206 214-346-0234 Fax: 214-346-0496 Tom Harrigan Completion Date: December 2005 Job: Brownwood Roanoke Pump Station Description: Improvements to Pump Station Total Amount: $707,700 Owner: City of Brownwood 501 Center Ave. Brownwood, Tx 76801 Engineer: Freese & Nichols 711 Navarro St., Ste 215 San Antonio, Tx 78205 Completion Date: September 2005 Job: Hillsboro Wastewater Treatment Plant Description: Improvements to Wastewater Treatment Plant Total Amount: $3,443,700 Owner: City of Hillsboro 214 E. Elm St. Hillsboro, Texas 76645 Engineer: Lockwood, Andrews, & Newman, Inc. 215 Mary St., Ste 311 Waco, Texas 76701 (254) 753-9585 Fax: (254) 753-9593 Completion Date: October 2005 Job: Colorado Drive Lift Station Improvements Description: Improvements to Lift Station at Colorado Drive and Rochelle Drive Total Amount: $1,234,400 Owner: City of Irving 825 W. Irving Blvd. Irving, Texas 75060 Engineer: Carter & Burgess 7950 Elmbrook Dr., Ste 250 Dallas, Texas 75247 (214) 638-0145 Fax: (214) 638-0447 Completion Date: October 2005 Job: Ballinger Water Treatment Plant Description: Improvements to Water Treatment Plant Total Amount: $4,417,600.00 Owner: City of Ballinger, Texas 37 700 Railroad Avenue Ballinger, Texas 76821 Engineer: Hibbs and Todd, Inc. 2500 S. Willis, Suite 202 P.O. Box 5052 Abilene, Texas 79608 Scott Hibbs (325) 698-4330 Fax (325) 691-0058 Completion Date: January 24, 2005 Job: College Hill Booster Pump Station Description: Improvements to Pump Station Total Amount: $614,492 Owner: City of North Richland Hills 7301 N.E. Loop 820 North Richland Hills, Texas 76180 Engineer: Knowlton -English -Flowers, Inc 6850 Manhattan Blvd, Ste 300 Fort Worth, Texas 76120 Completion Date: June 2005 Job: Whitesboro Wastewater Treatment Plant Description: Wastewater Treatment Plant Improvements Total Amount: $1,322,500.00 Owner: City of Whitesboro P.O. Box 340 Whitesboro, Texas 76273 Engineer: Morris Engineers P.O. Box 606 5700 Highway 1417 NW Sherman, Texas 75090 (903) 786-6021 Completion Date: February 2005 Job: City of Whitney Wastewater Improvements Description: Improvements to Wastewater Treatment Plant Total Amount: $407,000 Owner: City of Whitney 115 W. Jefferson Whitney, Texas 76692 Engineer: Lockwood, Andrews, & Newman, Inc. 215 Mary St., Ste 311 Waco, Texas 76701 (254) 753-9585 Fax: (254) 753-9593 Completion Date: 2005 Job: Weatherford Water Treatment Plant Description: Uprating to 4.5 MGD Total Amount: $1,909,500 38 Owner: City of Weatherford 119 Palo Pinto Weatherford, Texas 76086 Engineer: Alan Plummer & Assoc., Inc 7524 Moiser View Court, Ste 200 Fort Worth, Texas 76118 Phone: (817) 429-9240 Fax: (817) 589-0072 Completion Date: April 2005 Job: Midland Water Purification Filter and Infrastructure Description: Improvements to water treatment plant Total Amount: $3,634,100.00 Owner: City of Midland, Texas 300 N. Loraine Midland, Texas 79701 Engineer: Camp, Dresser & McKee 801 Cherry Street, Unit 21, Suite 2340 Fort Worth, Texas 76102 Danny Shannon, P.E. (817) 429-9240 Completion Date: March 2005 Job: Ovilla Pump Station and Ground Storage Reservoir No. 1 Description: Construction of Pump Station and Reservoir Total Amount: $1,349,670.00 Owner: City of Ovilla 105 S. Cockrell Hill Road Ovilla, Texas 75154 Engineer: Birkhoff, Hendricks & Conway 7502 Greenville Avenue, Suite 220 Dallas, Texas 75231 John Birkhoff (214) 361-7900 Fax (214) 361-0204 Completion Date: October 2004 Job: Celina Downtown Pump Station Rehabilitation Description: Rehabilitation of Pump Station Total Amount: $838,200.00 Owner: City of Celina Celina, Texas 75009 Engineer: Birkhoff, Hendricks & Conway 7502 Greenville Avenue, Suite 220 Dallas, Texas 75231 Ron Conway (214) 361-7900 Fax (214) 361-0204 Completion Date: November 2004 Job: FM 428 Pump Station Description: Construction of Pump Station Total Amount: $1,249,900.00 39 Owner: City of Celina Celina, Texas 75009 Engineer: Birkhoff, Hendricks & Conway 7502 Greenville Avenue, Suite 220 Dallas, Texas 75231 John Birkhoff (214) 361-7900 Fax (214) 361-0204 Completion Date: November 2004 Job: Methodist Pump Station Description: Construction of Pump Station Total Amount: $981,567.00 Owner: City of Red Oak 101 Live Oak, Building 3 Red Oak, Texas 75154 Engineer: Birkhoff, Hendricks & Conway 7502 Greenville Avenue, Suite 220 Dallas, Texas 75231 John Birkhoff (214) 361-7900 Fax (214) 361-0204 Completion Date: October, 2004 Job: Heath Pump Station Description: Construction of Pump Station Total Amount: $1,427,500.00 Owner: City of Heath 200 Laurence Drive Heath, Texas 75032 Engineer: Freeman-Millican, Inc. 9500 Forest Lane, Suite 501 Dallas, Texas 75243 Larry Freeman (214) 503-0555 Fax (214) 503-1148 Completion Date: October, 2004 Job: Hutchins Sanitary Lift Station Description: Construction of Lift Station Total Amount: $273,300.00 Owner: City of Hutchins 321 N. Main Hutchins, Texas 75141 Engineer: Hunter Associates Texas Ltd. Shane Walker, P.E. 8140 Walnut Hill Lane, Suite 500 Dallas, Texas 75231 (214) 369-9171 Fax (214) 6969-3795 Completion Date: July 25, 2004 Job: Sunset Pointe Lift Station Description: Construction of Lift Station 40 Total Amount: $514,800.00 Owner: City of Little Elm Little Elm, Texas 75068d General Contractor: Cullum Construction Co., Inc. 2814 Industrial Lane Garland, Texas 75041 Charles Thomason (972) 271-9333 Completion Date: March 30, 2004 Job: Dosier Creek Lift Station Description: Construction of a lift station Total Amount: $1,489,850.00 Owner/Engineer: City of Fort Worth, Texas 1000 Throckmorton Fort Worth, Texas 76102 Chris Harder, P.E. Completion Date: August, 2003 Job: Hilltop Water Treatment Plant Description: Improvements to water treatment plant Total Amount: $3,075,100.00 Owner: Palo Pinto County Municipal Water District No. 1 Mineral Wells, Texas Engineer: Schrickel, Rollins and Assoc., Ltd. 1161 Corporate Dr., W., Suite 200 Arlington, Texas 76006 Sanford P. LaHue Jr., P.E. Phone (817) 640-8212 Fax (817) 649-7645 Completion Date: November, 2003 Job: Caustic Feed and Storage System Description: Improvements to caustic feed and storage systems Total Amount: $1,578,800.00 Owner: Trinity River Authority 5300 South Collins Arlington, Texas 76018 Engineer: Malcolm Pirnie 12221 Merit Drive, Suite 1050 Dallas, Texas 75251 Completion Date: December, 2003 Job: Brown and Ballard Street Booster Pump Station and 500,000 Gallon Tanks Description: Construction of Booster Pump Stations and Storage Tanks Total Amount: $2,638,300.00 Owner: East Fork Special Utility District Mark Burnett, President 1355 Troy Road Wylie, Texas 75235 Engineer: Cheatham & Associates 1601 E. Lamar Blvd., Suite 200 41 Arlington, Texas 76011 Bill Lohrke (817) 265-8836; Fax (817) 265-8532 Completion Date: December, 2003 Job: Park Cities Chemical Containment Improvements Description: Improvements to chemical containment Total Amount: $303,300.00 Owner: Park City Municipal Utility District 1811 Regal Row Dallas, Texas 75235 Engineer: Montgomery Watson Harza 7557 Rambler Road, Suite 1050 Dallas, Texas 75231 Completion Date: August, 2003 Job: Rockett Special Utility District Pump Station No. 2 Description: Construction of Pump Station Total Amount: $1,381,100.00 Owner: Rockett Special Utility District P.O. Box 40 Red Oak, Texas 75154 Engineer: Childress Engineers, Inc. 211 N. Ridgeway Drive Cleburne, Texas 76033 Ben Shanklin, P.E. (817) 645-1118 Completion Date: February, 2004 Job: Ten Mile Creek Regional Wastewater System Contract A Gravity Sand Filter Rehabilitation Description: Improvements to Gravity Sand Filters Total Amount: $760,862.00 Owner: Trinity River Authority Attn: Richard Postma 5300 South Collins Arlington, Texas 76018 Engineer: Camp, Dresser & McKee 801 Cherry Street, Unit 21 Fort Worth, Texas 76102 Ron Tamada, P.E. (817) 332-8727; Fax (817) 332-6870 Completion Date: January, 2004 Job: Quail Run Lift Station Description: Construction of Lift Station Total Amount: $223,100.00 Owner: City of Sanger 201 Bolivar Street Sanger, Texas 76266 Completion Date: November, 2003 42 Job: Arlington Pierce Burch Water Treatment Plant Description: Improvements to Water Treatment Plant Total Amount: $3,398,446.00 Owner/Engineer: City of Arlington, Texas 101 W. Abram Arlington, Texas 76010 Engineer: Alan Plummer & Associates 7524 Mosier View Court, Suite 200 Fort Worth, TX 76118 Preston Dillard, P.E. Phone (817) 589-2226 Fax (817) 589-0072 Completion Date: April, 2003 Job: Vernon Water Treatment Plant Description: Improvements to Water Treatment Plant Total Amount: $2,313,460.00 Owner/Engineer: City of Vernon, Texas 1725 Wilbarger Street Vernon, Texas Engineer: Freese & Nichols 4055 International Plaza, Suite 200 Fort Worth, Texas 76109 Jason Valerius, P.E. Completion Date: April, 2003 Job: Wastewater Lift Station Improvements Description: Improvements to four lift stations Total Amount: $1,13 9, 518.15 Owner: City of Grapevine 501 Shadybrook Grapevine, Texas 76051 Engineer: Alan Plummer & Associates 7524 Mosier View Court, Suite 200 Fort Worth, TX 76118 Preston Dillard, P.E.(817) 589-2226 Fax (817) 589-0072 Completion Date: April, 2003 Job: Sonoma Lift Station Description: Construction of a lift station Total Amount: $565,900.00 Owner: City of Ennis, Texas 115 W. Brown Ennis, Texas 75120 Engineer: Black & Veatch 100 E. 15th Street, Suite 600 Fort Worth, Texas 76102 Chris Dormier, P.E.(817) 429-7558 Completion Date: April, 2003 43 Job: Central Regional Wastewater System Gravity Sand Filter Rehab Description: Improvements to Wastewater Treatment Plant Total Amount: $1,951,900.00 Owner: Trinity River Authority 5300 South Collins Arlington, Texas 76018 Engineer: Carter & Burgess Bryan Jann (817) 429-0170 P.O. Box 985006 Fort Worth, Texas 75185 Completion Date: December, 2002 Job: Fort Worth Sunset Cove Lift Station Description: Improvements to Lift Station Total Amount: $777,700.00 Owner/Engineer: City of Fort Worth, Texas 1000 Throckmorton Fort Worth, Texas 76102 Engineer: Kimley-Horn & Associates, Inc. 801 Cherry Street, Suite 1100 Fort Worth, Texas 76102-6803 Attn: Glenn A. Gary, P.E.(817-335-6511) Completion Date: August, 2002 Job: Ennis Water Treatment Plant Improvements Description: Improvements to Water Treatment Plant Total Amount: $2,870,400.00 Owner/Engineer: City of Ennis, Texas 115 W. Brown Ennis, Texas 75120 (972) 875-1234 Engineer: Black & Veatch 100 E. 15th Street, Suite 600 Fort Worth, Texas 76102 Attn: Randy McIntyre (817) 429-7558 Completion Date: October, 2002 Job: Royse City Lift Station Description: Lift Station Total Amount: $1,439,700.00 Owner/Engineer: North Texas Municipal Water District 505 Brown Street Wylie, Texas 75098 (972) 442-5405 Engineer: Hunter Associates Texas Ltd. 8140 Walnut Hill Lane, Suite 500 Dallas, Texas 75231 Attn: James Puls Completion Date: September, 2002 44 Job: Waxahachie Water Treatment Plant Phase IA Chlorination System Description: Improvements to Water Treatment Plant Total Amount: $301,600.00 Owner: City of Waxahachie 401 S. Rogers Street Waxahachie, Texas Engineer: Alan Plummer & Associates 7524 Moshier View Court, Suite 200 Fort Worth, TX 76118 Preston Dillard, P.E.(817) 589-2226 Fax (817) 589-0072 Completion Date: July, 2002 Job: Cisco Water Treatment Plant Improvements Description: Improvements to Water Treatment Plant Total Amount: $1,182,280.00 Owner/Engineer: City of Cisco, Texas P.O. Box 110 Cisco, Texas 76437 Engineer: Jacob & Martin 3465 Curry Lane Abilene, Texas 79606 Attn: Derek Turner, P.E. (915) 695-1070 Completion Date: April, 2002 Job: Fort Worth Richardson Slough Lift Station Description: Improvements to Lift Station Total Amount: $889,900.00 Owner/Engineer: City of Fort Worth, Texas 1000 Throckmorton Fort Worth, Texas 76102 Engineer: Kimley-Horn & Associates, Inc. 801 Cherry Street, Suite 1100 Fort Worth, Texas 76102-6803 Attn: Glenn A. Gary, P.E.(817) 335-6511 Completion Date: March, 2002 Job: Gray Hawk Lift Station Description: Construction of Lift Station Total Amount: $497,900.00 Owner/Engineer: City of Frisco, Texas 6891 Main Street Frisco, Texas 75034 Engineer: Corwin Engineering Attn: Warren Corwin, P.E. 200 W. Belmont, Suite E Allen, Texas 75013 (972) 396-1200 Completion Date: March, 2002 Job: C.R. Feaster Water Treatment Plant Improvements 45 Description: Improvements to Water Treatment Plant Total Amount: $4,549,900.00 plus $635,376.31 in Change Orders Owner/Engineer: City of Lewisville, Texas P.O. Box 299002 Lewisville, Texas 75029-9002 Attn: Susan E. Weaver, P.E.(972) 219-3410 Engineer: Malcolm Pirnie 12221 Merit Dr., Suite 1170 Dallas, Texas 75251 Attn: Robert G. McCollum, P.E.(972) 934-3711 Completion Date: May, 2002 Job: Lake Worth Stadium Ground Storage Tank, Pump Station and Disinfection Facilities Improvements Description: Ground Storage Tank, Pump Station and Disinfection Facilities Total Amount: $629,900.00 Owner: City of Lake Worth 6720 Telephone Road Lake Worth, Texas 76135 Engineer: Kimley-Horn & Associates, Inc. 801 Cherry Street, Suite 1100 Fort Worth, TX 76102 (817) 654-4266 Completion Date: July, 2001 Job: Athens Aeration Basins for Waste Water Treatment Plants Description: Aeration Basins for Waste Water Treatment Plants Total Amount: $1,293,900.00 Owner: City of Athens 508 East Tyler Athens, Texas 75751 Engineer: Velvin & Weeks Kenneth Tillman, P.E. 403 East College Street Athens, Texas 75751 Completion Date: August, 2001 Job: Forney Pump Station Improvements Description: Pump Station Improvements Total Amount: $986,900.00 Owner: City of Forney 101 East Main Forney, Texas 75126 Engineer: Freeman-Millican, Inc. Larry Freeman, P.E. 9500 Forest Lane, Suite 501 Dallas, Texas 75243 (214) 503-0555 Completion Date: August, 2001 Job: Cisco Water Treatment Plant Improvements Description: Water Plant Improvements 46 Total Amount: $1,182,280.00 Owner: City of Cisco 500 Conrad Hilton Cisco, Texas 76437 Engineer: Jacob & Martin Derek Turner, P.E. 3465 Curry Lane Abilene, Texas 79606 (915) 695-1070 Completion Date: April, 2002 Job: City of Sanger TCF Walmart Water System Description: Construction of High Service Pump Station Total Amount: $279,900.00 Owner: City of Sanger 201 Bolivar Street Sanger, Texas 76266 Engineer: Hunter Associates of Texas, Ltd. Mark Hill, P.E. 8140 Walnut Hill Lane, Suite 500 Dallas, Texas 75231-4350 Phone (972) 712-6400 Completion Date: September, 2001 Job: Dubellette Tank Site Improvements Description: Pump Station Total Amount: $216,600.00 Owner: City of Weatherford 303 Palo Pinto Weatherford, Texas 76086 Engineer: Teague, Nall & Perkins, Inc. 915 Florence Street Fort Worth, Texas 76102 Phone (817) 336-5773 Completion Date: June, 2001 Job: Waxahachie Water Treatment Plant Description: Short -Term Improvements Total Amount: $497,711.00 Owner: City of Waxahachie 401 S. Rogers Street Waxahachie, Texas Engineer: Alan Plummer & Associates 7524 Moshier View Court, Suite 200 Fort Worth, TX 76118 Phone (817) 589-2226 Fax (817) 589-0072 Completion Date: June, 2001 Job: City of Weatherford Water Treatment Plant Description: Improvements to Water Purification Plant Total Amount: $2,389,900.00 47 Owner: City of Weatherford 303 Palo Pinto Weatherford, Texas 76086 Engineer: Carter & Burgess, Inc. P.O. Box 985006 Fort Worth, Texas 75185 Phone (817) 429-0170 Fax (817)735-6148 Completion Date: March, 2001 Job: Wylie SCADA System Improvements Description: Improvements to SCADA System and Pumps Total Amount: $316,200.00 Owner: Wylie Northeast Water Supply Corporation P.O. Box 1029 Wylie, Texas 75098 Phone (972) 442-2075 Engineer: Freeman-Millican, Inc. 9500 Forest Lane, Suite 501 Dallas, Texas 75243 Phone (214) 503-0555 Fax (972) 503-1148 Completion Date: May, 2001 Job: Park Cities High Service Pumping Phase 2 Improvements Description: Improvements to Pump Station Total Amount: $1,378,303.00 Owner: Dallas County Park Cities Municipal Utility District 1811 Regal Row Dallas, Texas 75235 Engineer: Chiang, Patel & Yerby, Inc. 1820 Regal Row, Suite 200 Dallas, Texas 75235 Attn: Thakor J. Sheth Phone (214) 638-0500 Fax (214) 638-3723 Completion Date: June, 2001 Job: Terrell Raw Water Pump Station Improvements Description: Improvements to Raw Water Pump Station Total Amount: $726,200.00 Engineer: Chiang, Patel & Yerby, Inc. 1820 Regal Row, Suite 200 Dallas, Texas 75235 Attn: Thakor J. Sheth Phone (214) 638-0500 Fax (214) 638-3723 Owner: City of Terrell 201 E. Nash Street Terrell, Texas 75160 Attn: Stan Ballard, City Engineer (972) 551-6607 Completion Date: June, 2001 Job: Waxahachie Water Treatment Plant 48 Description: Improvements to Clariflocculator #1, Static Mixer #3, etc. Total Amount: $946,100.00 Owner: City of Waxahachie Engineer: Shemik, Jacobs & Finklea Completion Date: November, 2000 Job: Trickling Filter Repair Description: Improvements to Trickling Filters Total Amount: $14,400.00 Owner/Engineer: City of Terrell Completion Date: October, 2000 Job: Actuators and Compressor Description: Improvements to Actuators and Compressor Total Amount: $63,500.00 Owner/Engineer: City of The Colony Completion Date: October, 2000 Job: Lubbock Filter Rehab at Water Reclamation Plant Description: Improvements to Filters at Water Reclamation Plant Total Amount: $154,900.00 Owner/Engineer: City of Lubbock Completion Date: November 15, 2000 Job: Lone Star Ranch Lift Station Description: Construction of a Lift Station Total Amount: $477,500.00 Owner/Engineer: LSR Development, Inc. Completion Date: October, 2000 Job: Acton Municipal Utility District Description: Improvements to Pecan Plantation Wastewater Treatment Plant Total Amount: $686,800.00 Owner: Acton Municipal Utility District Engineer: Huitt-Zollars, Inc. Completion Date: October, 2000 Job: Mineola Wastewater Treatment Plant Improvements Description: Improvements to Wastewater Treatment Plant Total Amount: $3,069,900.00 Owner: City of Mineola Engineer: Wisenbaker, Fix & Associates Completion Date: August, 2000 Job: Terrell King's Creek Wastewater Treatment Plant Description: Improvements to Chlorination Facilities Total Amount: $774,445.00 Owner: City of Terrell Engineer: HDR Engineering, Inc. Completion Date: May, 2000 49 Job: Terrell Water Treatment Plant Description: Improvements to Caustic Tank Total Amount: $168,900.00 Owner/Engineer: City of Terrell Completion Date: May, 2000 Job: Controllers and Pumps for ML1 and ML2 Description: Improvements to Controllers and Pumps Total Amount: $141,456.58 Owner/Engineer: City of The Colony Completion Date: May, 2000 Job: Kilgore Wastewater Treatment Plant Description: Improvements to Sludge Drying project Total Amount: $516,900.00 Owner: City of Kilgore Engineer: Stokes & Associates Completion Date: August, 2000 Job: McKinney to Princeton Pump Stations Description: Improvements to Pump Stations Total Amount: $777,700.00 Owner: North Texas Municipal Water District Engineer: Freese & Nichols Completion Date: July, 2000 Job: Forney to Rockwall Pump Stations Description: Improvements to Pump Stations Total Amount: $882,896.52 Owner: North Texas Municipal Water District Engineer: Freese & Nichols Completion Date: July, 2000 Job: Sachse Merritt Road Lift Station Improvements Description: Improvements to Lift Station Total Amount: $329,600.00 Owner: City of Sachse Engineer: Hunter Associates Texas, Ltd. Completion Date: April, 2000 Job: Rowlett Merritt Road Ground Storage Tank and Pump Station Description: Ground Storage Tank and Pump Station Total Amount: $1,299,600.00 Owner: City of Rowlett Engineer: NRS Consulting Engineers Completion Date: June, 2000 Job: Southeast Water Reclamation Plant Digester No. 9 Description: Installation of Digester No. 9 50 Total Amount: $1,294,500.00 Owner: City of Lubbock Engineer: Black & Veatch Completion Date: December, 1999 Job: Waxahachie Wastewater Treatment Plant Belt Filter Press Replacement Description: Installation of Belt Filter Press Total Amount: $572,600.00 Owner: City of Waxahachie Engineer: Shimek, Jacobs & Finklea, L.L.P. Consulting Engineers Completion Date: February, 2000 Job: Acton Municipal Utility District DeCordova Bend Estates Wastewater Treatment Plant Improvements Description: Improvements to Wastewater Treatment Plant Total Amount: $411,600.00 Owner: Acton Municipal Utility District Engineer: Acton Municipal Utility District Attn: Thomas R. Starr, P.E. Completion Date: December, 1999 Job: Highland Park Willowood Pump Station Description: Installation of new Pump Station Total Amount: $336,360.22 with change orders Owner: Town of Highland Park Engineer: Shimek, Jacobs & Finklea, L.L.P. Completion Date: November, 1999 Job: Merritt Road High Service Pump and Motor Description: High Service Pump and Motor Installation Total Amount: $104,900.00 Owner: City of Rowlett Engineer: NRS Consulting Engineers Completion Date: October, 1999 Job: Copeville High Service Pump Station Description: Construction of new Pump Station Total Amount: $572,900.00 Owner: Copeville Water Supply Corporation Engineer: Freeman-Millican, Inc. Completion Date: August, 1999 Job: Trinity River Authority Lift Stations 4 and 5 Rehabilitation Description: Rehabilitation of two Lift Stations Total Amount: $721,300.00 Owner: Trinity River Authority Engineer: HDR Engineering, Inc. Completion Date: October, 1999 51 Job: Rowlett North Side Lift Station, Phase 1 Description: Construction of new Lift Station Total Amount: $736,500.00 Change Orders revised to $757,505.67 Owner: City of Rowlett, Texas Engineer: Hunter Associates Texas, Ltd. Completion Date: October, 1999 Job: Mesquite Hailey Pump Station Description: Construction of new Pump Station Total Amount: $2,544,828.00 Change Orders revised to $2,640,263.05 Owner: City of Mesquite, Texas Engineer: Nathan D. Maier Consulting Engineers, Inc. Completion Date: July, 1999 Job: Mesquite Hailey Ground Storage Tank Description: Construction of Ground Storage Tank Total Amount: $377,600.00 Owner: City of Mesquite, Texas Engineer: Nathan D. Maier Consulting Engineers, Inc. General Contractor: Preload, Inc. Completion Date: October, 1999 Job: Hilltop Water Treatment Plant Filter No. 4 Rehabilitation Description: Rehabilitation of Filter No. 4 Total Amount: $91,900.00 Owner: Palo Pinto County Municipal Water District No. 4 Engineer: HDR Engineering, Inc. Completion Date: April, 1999 Job: Rockett Ground Storage and Pump Station Description: Potable Water Facilities, Ground Storage and Pump Station Total Amount: $1,921,565.00 Owner: Rockett Special Utility District Engineer: Childress Engineers Attn: Benjamin S. Shanklin, P.E. Completion Date: April, 1999 Job: Quinlan Waste Water Treatment Plant Expansion Description: Waste Water Treatment Plant Expansion Total Amount: $642,204.02 with change order Owner: City of Quinlan, Texas Engineer: Chiang, Patel & Yerby, Inc. Completion Date: September, 1999 Job: Clifton Raw Water Intake and Pump Station Description: Raw Water Intake and Pump Station Total Amount: $839,900.00 Owner: City of Clifton, Texas Engineer: HDR Engineering, Inc. 52 Completion Date: January, 1999 Job: Trinity River Authority Description: Baffling of Existing Clearwells Total Amount: $207,192.00 Owner: Trinity River Authority Engineer: Knowlton -English -Flowers, Inc. Completion Date: October, 1998 Job: Midlothian Water Treatment Plant Description: Filter Expansion Total Amount: $889,800.00 Owner: City of Midlothian Engineer: Schrickel, Rollins Completion Date: December, 1998 Job: City of Lubbock Southeast Water Reclamation Plant Description: Digester Improvements Total Amount: $2,304,000.00 Owner: City of Lubbock Engineer: Black & Veatch Completion Date: September, 1998 Job: City of Lubbock Water Treatment Plant Description: Filter Rehabilitation Total Amount: $1,271,300.00 Owner/Engineer: City of Lubbock Completion Date: March 13, 1998 Job: Hilltop Water Treatment Plant Description: Filter Rehabilitation Total Amount: $126,650.00 Owner: City of Mineral Wells Engineer: HDR Engineering, Inc. Completion Date: March 6, 1998 Job: Southside Wastewater Treatment Plant Description: Clarifier Drive Repair Total Amount: $216,000.00 Owner/Engineer: City of Dallas Completion Date: March 13, 1998 Job: San Angelo - 1997 Water Treatment Plant Filter Rehabilitation Description: Filter Rehabilitation Total Amount: $1,898,652.00 Owner: City of San Angelo, Texas Engineer: City of San Angelo, Texas Completion Date: December, 1997 Job: Lewisville Nonpotable Water Pump Station 53 Description: Total Amount: Owner: Engineer: Completion Date: Job: Description: Total Amount: Owner: Engineer: Completion Date: Construction of Pump Station $669,685.12 Upper Trinity Regional Water District Albert H. Halff Assoc. January, 1998 Denton County Fresh Water Supply District No. 1-A Castle Hills High Service Pump Station at Indian Creek Construction of Pump Station $304,800.00 Denton County Fresh Water Supply District No. 1-A Hunter Associates Texas, Ltd. December, 1997 Job: City of Lubbock - Sandhills Ammonia & Chlorine Facilities Description: Pump Station Improvements Total Amount: $939,900.00 Owner and Engineer: City of Lubbock Completion Date: October, 1997 Job: TDH&CA Urgent Need Marlin Water Treatment Plant Improvements Description: Clarifier equipment, piping modifications and PAC feed system Total Amount: Bid $384,900.00 modified to $399,762.00 Owner: City of Marlin, Texas Completion Date: October, 1997 Job: Highland Shores Lift Station 14L Description: Construction of new lift station Total Amount: $474,340.00 Owner: Westerra Highland Shores, L.P. Engineer: Turner, Collie & Braden, Inc. Completion Date: August, 1997 Job: City of Lubbock Water Treatment Plant Improvements Description: Contract No. 7 Total Amount: $1,387,000.00 Owner: City of Lubbock, Texas Engineer: HDR Engineering Completion Date: April, 1997 Job: City of Lubbock Water Treatment Plant Improvements Description: Bailey County Valve Stations Total Amount: $369,900.00 Owner: City of Lubbock, Texas Engineer: City of Lubbock, Texas Completion Date: April, 1997 Job: Stewart Creek Rehabilitation --- Phase I Description: New Aeration System and raw sewage pumps 54 Total Amount: $249,900.00 Owner: City of Frisco, Texas Engineer: Hunter Associates Completion Date: August 25, 1996 Job: Cedar Park Water Treatment Plant Expansion Description: 4 MGD Plant Upgrade with new chemical feed systems, solids handling system, raw water intake, 7 vertical turbine pumps (up to 7 MGD), and piping to 36". Total Amount: $5,436,130.85 (Bid $5,399,900.00) Owner: City of Cedar Park, Texas Engineer: HDR Engineering Completion Date: July 13, 1996 Job: Lift Station No. 7 Description: New 32' deep Lift Station with three 8" pumps and two discharge lines (6" & 10") Total Amount: $375,120.12 (Bid $359,800.00) Owner: City of Highland Village, Texas Engineer: Espey Huston & Associates Completion Date: August, 1996 Job: Big Spring Water Treatment Plant Expansion Total Amount: Phase I --- $865,500.00 Phase II --- $481,700.00 Phase III --- $484,930.00 Owner: City of Big Spring, Texas Engineer: Parkhill, Smith & Cooper, Inc. Completion Date: Phase I --- March 1996 Phase II --- May 1996 Phase III ---January, 1998 Job: Ridgeview Pump Station Total Amount: $4,345,605.95 (Bid: $2,956,977.00) Owner: City of Plano, Texas Engineer: Shimek, Jacobs and Finklea Completion Date: March 1, 1994 (Instrumentation Change Order - Jan. 1995) Job: Jacksboro Wastewater Treatment Plant Improvements, Contract No. 4 Total Amount: $281,900.00 Owner: City of Jacksboro, Texas Engineer: HDR Engineering Completion Date: June, 1995 Job: Kaufman Wastewater Treatment Plant Total Amount: $4,500,900.00 Owner: City of Kaufinan, Texas Engineer: Alan Plummer & Associates Completion Date: October, 1995 Job: Lubbock Water Treatment Plant Improvements, Contract 3 55 Total Amount: $4,692,416.00 Owner: City of Lubbock, Texas Engineer: HDR Engineering Completion Date: July 14, 1994 Job: Brownwood Wastewater Treatment Plant Total Amount: $5,199,900.00 Owner: City of Brownwood, Texas Engineer: Freese and Nichols Completion Date: August, 1995 Job: Eastland County Water Treatment Plant Total Amount: $2,518,511.05 Owner: Eastland County Water Supply District Engineer: Jacob & Martin Completion Date: June 14, 1993 Job: Stephenville Wastewater Treatment Plant Total Amount: $4,737,900.00 Owner: City of Stephenville, Texas Engineer: Freese and Nichols Completion Date: January 31, 1995 Job: Lubbock Water Treatment Plant Improvements, Contract I Total Amount: $4,333,977.17 Owner: City of Lubbock, Texas Engineer: HDR Engineering Completion Date: May 20, 1993 Job: Lubbock Water Treatment Plant Improvements, Contract 2 Total Amount: $598,900.00 Owner: City of Lubbock, Texas Engineer: HDR Engineering Completion Date: April 29, 1993 Job: Lubbock Terminal Storage Reservoir Total Amount: $1,247,750.00 Owner: City of Lubbock, Texas Engineer: HDR Engineering Completion Date: March 11, 1993 Job: Eagle Mountain Raw Water Intake Structure Total Amount: $2,349,000 Owner: Tarrant County Water Control District Engineer: Camp Dresser & McKee, Inc. Completion Date: February 1992 Job: Eagle Mountain Raw Water Pump Station Total Amount: $3,763,000 Owner: City of Fort Worth Engineer: Camp Dresser & McKee, Inc. 56 Completion Date: February 1992 Job: Sorcey Road Pump Station and Reservoir Total Amount: $10,349,000 Owner: Dallas Water Utilities Engineer: Jones & Boyd, Inc. Completion Date: September 1991 Job: Temple/Belton Wastewater Treatment Plant Total Amount: $6,324,000 Owner: Brazos River Authority Engineer: Roming & Porter Completion Date: November 1990 Job: Raw Water Pump Station No. 2 Total Amount: $598,000 Owner: North Texas Municipal Water District Engineer: Freese and Nichols, Inc. Completion Date: August 1990 Job: Brownwood Wastewater Treatment Plant Improvements Total Amount: $3,629,000 Owner: City of Brownwood Engineer: Freese and Nichols, Inc. Completion Date: October 1989 Job: Beck Branch Lift Station Total Amount: $847,744 Owner: North Texas Municipal Water District Engineer: Shimek, Jacobs and Finklea Completion Date: November 1989 Job: Lake Arlington Raw Water Intake Total Amount: $1,315,559 Owner: Trinity River Authority of Texas Engineer: Knowlton English Flowers Completion Date: February 1989 Job: Richland Creek Lake Pump Station Total Amount: $3,212,000 Owner: Tarrant County Water Control District Engineer: Freese and Nichols, Inc. Completion Date: February 1989 Job: Richland Creek Lake Booster Station No. 2 Total Amount: $3,772,000 Owner: Tarrant County Water Control District Engineer: Freese and Nichols, Inc. Completion Date: January 1989 57 Job: Richland Creek Pipeline Balancing Reservoir Control Structure Total Amount: $242,000 Owner: Tarrant County Water Control & Improvement District No. One Engineer: Freese and Nichols Completion Date: September 1988 Job: Floating Sludge Collectors for Clarifiers No. 1 - 4 Total Amount: $1,255,000 Owner: Trinity River Authority of Texas Engineer: Trinity River Authority of Texas Completion Date: September 1988 Job: Sludge Handling Facilities for Mount Carmel Total Amount: $2,077,000 Owner: City of Waco Engineer: Rady & Associates, Inc. Completion Date: February 1988 Job: Floyd Branch Wastewater Treatment Plant Total Amount: $4,296,618 Owner: North Texas Municipal Water District Engineer: Black & Veatch Completion Date: August 1988 Job: Vista Ridge Pump Station Complex Total Amount: $3,568,071 Owner: Denton County Levee District Engineer: Dannenbaum Engineering Corporation Completion Date: February 1988 Job: Village Creek Wastewater Treatment Plant Total Amount: $2,934,720 Owner: City of Fort Worth, Texas Engineer: Freese & Nichols Completion Date: October 1987 Job: Dallas White Rock Wastewater Treatment Plant Trickling Filter & Car Wash Total Amount: $1,744,000 Owner: City of Dallas Engineer: City of Dallas Completion Date: January 1987 Job: Cadiz Street Pump Station Replacement of Bar Screens and Rakes Total Amount: $284,000 Owner: City of Dallas W. Engineer: City of Dallas Completion Date: January 1987 Job: Wastewater Treatment Facility Improvements Total Amount: $649,509 Owner: City of Princeton Engineer: Russell L. Betts & Associates Job: Water Treatment Plant Expansion Total Amount: $1,992,056 Owner: City of Ennis, Texas Engineer: Black & Veatch Job: Central Wastewater Treatment Plant Return Activated Sludge Imprvmts Total Amount: $1,262,528 Owner: City of Dallas Engineer: Camp, Dresser & McKee Job: Raw Water Pump Station No. 2 Total Amount: $597,650 Owner: North Texas Municipal Water District Engineer: Freese & Nichols Job: Rowlett Creek Wastewater Treatment Plant Hydraulic Modifications Total Amount: $2,532,484 Owner: North Texas Municipal Water District Engineer: Alan Plummer Associates Job: High Service Pump Station Total Amount: $277,700 Owner: City of Denton Engineer: Freese & Nichols Job: Rockwall Pump Station Improvements Total Amount: $702,526 Owner: North Texas Municipal Water District Engineer: Freese & Nichols Job: Trinity River Authority - Clarifier No. 6 Total Amount: $265,000 Owner: Trinity River Authority of Texas Engineer: Trinity River Authority of Texas Job: Dallas Plant Hydraulic Impvmmts at Central Wastewater Treatment Plant Total Amount: $2,233,761 Owner: City of Dallas, Texas Engineer: Henningson, Durham, Richardson, Inc. 59 Job: Lake Aquilla Control System Extension Total Amount: $102,000 Owner: Aquilla Water Supply District Engineer: Knowlton -English -Flowers, Inc. Job: Whiterock Hydraulic Impvmnts at Central Wastewater Treatment Plant Total Amount: $2,991,446 Owner: City of Dallas, Texas Engineer: Lockwood, Andrews & Newnam, Inc. Job: Greater Southwest International Airport Pump Station Total Amount: $488,499 Owner: City of Fort Worth, Texas Engineer: City of Fort Worth Job: Waco Raw Water Pump Station Total Amount: $842,546 Owner: City of Waco, Texas Engineer: Wm. Johnson Consulting Engineers Job: Quinlan Wastewater Transport & Treatment System Total Amount: $291,000 Owner: City of Quinlan Engineer: Espey Houston & Associates, Inc. Job: Trinity River Authority Central Wastewater Treatment Plant Total Amount: $239,000 Owner: Trinity River Authority of Texas Engineer: Trinity River Authority of Texas Job: Farmers Branch Carrollton Flood Control Dist. Pump Mod - Cell A & B Total Amount: $588,265 Owner: Trans American Builders Engineer: Albert Halff & Associates Job: Wastewater Treatment Plant Total Amount: $1,399,520 Owner: City of Hillsboro, Texas Engineer: Knowlton -English -Flowers, Inc. Job: Valwood Park Lift Station Total Amount: $310,000 Owner: City of Farmers Branch, Texas Engineer: Albert Halff & Associates M Job: Water Plant and Booster Station Total Amount: $2,677,602 Owner: Lake Aquilla Municipal Water District No. 1 Engineer: Knowlton -English -Flowers, Inc. Job: Raw Water Intake and Pump Station Total Amount: $596,259 Owner: Lake Aquilla Municipal Water District Plant No. 1 Engineer: Knowlton -English -Flowers, Inc. Job: Hickory Creek Lift Station Total Amount: $926,127 Owner: City of Denton, Texas Engineer: Freese & Nichols Job: Water Plant Expansion Total Amount: $2,300,955 Owner: Palo Pinto County Municipal Water District No.1 Engineer: Henningson, Durham, Richardson, Inc. Job: Russom Ranch Reservoir Pump Station Total Amount: $942,000 Owner: City of Fort Worth, Texas Engineer: Rady & Associates Job: Houston School Road Water Tank Lines Total Amount: $103,900 Owner: City of Lancaster, Texas Engineer: Hunter Associates, Inc. Job: Keller Pump Station Total Amount: $436,850 Owner: City of Keller, Texas Engineer: Rady & Associates Job: Columbian Club Drive Pump Station Total Amount: $140,440 Owner: City of Carrollton, Texas Engineer: Hunter Associates, Inc. Job: Elm Fork Washwater Return System Total Amount: $289,000 Owner: City of Dallas, Texas Engineer: Dallas Water Utilities 61 Job: Twin Creeks Metering Vault Total Amount: $67,000 Owner: Trinity River Authority Engineer: Dallas Water Utilities Job: Clarifier Floor Repair and Resurfacing Total Amount: $84,900 Owner: Dallas County -Park Cities Municipal Utilities Dist. Engineer: Powell & Powell C4 City of Lubbock, TX Purchasing and Contract Management Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four (4) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your com any's Experience Modification Rate and supporting information: 1, I ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. Signature Title WORKERS COMPENSATION EXPERIENCE RATING 11VCC! Risk Name: RED RIVER CONST CO INC Risk ID: 420059205 Rating Effective Date: 12/31/2022 Production Date: 07/29/2022 State: TEXAS Tx 1 .101 46,931 68,8141 21,8841 27,9511 29,5501 88,8591 60,908 {A) {B (C} Exp Eaccess {i Exi�ete�1E 1acp Prue { Ac#cc {D}#aFiast ( IkK# #! c1 F'rin Wt tosses D„-;E} tosses osspa 1.cfses 1.101 1 46,9301 68,8141 21,8841 27,9511 29,5501 72,1251 44,1741 RATING REFLECTS A DECREASE OF 70% MEDICAL ONLY PRIMARY AND EXCESS LOSS DOLLARS WHERE ERA IS APPLIED. Carrier: 29939-000 Policy: 0002041891 Eff-Date: 12-31-2021 Exp-Date: 12-31-2022 Copyright 1993-2022, All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, c. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is furnished "As is' s available' "With all defects" and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly >claims any and all express, statutory, or implied warranties, including the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the oduct or informaton contained therein. This product and the information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be ad for any other purpose including but not limited to safety scoring for project bidding purposes. All responsibility for the use of and for any and all results derived or obtained through the use of the product id information are the end users and NCCI shall not have any liability thereto. Page 1 of 3 WORKERS COMPENSATION EXPERIENCE RATING MCC( Risk Name: RED RIVER CONST CO INC Risk ID: 420059205 m Rating Effective Date: 12/31/2022 Production Date: 07/29/2022 State: TEXAS 42-TEXAS Firm ID: Firm Name: RED RIVER CONST CO INC Carrier: 11223 Policy No. UB3K8080461826G Eff Date: 12/31/2018 Exp Date: 12/31/2019 t:ode ELR: D• Payroll �S+�ted � Prtt CiaTlr Dam IJ C)F � Inc Act Prlm ::. f3atlo : aissres ,:; Losses it►sses Lasses: 0042 I 1.14� .451 48,392 552 248 FNA4585 04 F 33,922 18,500 3724 1 .741 .30) 435,6681 3,2241 967 FKY5206 06 F 3,174 3,174 5183 .69 .36 355,080 2,450 882 5200 .86 .35 _ 384,300 3,305 1,157 5403 1.21 .36 20,490 248 89 5606 .17 .30 942,112 1,602 481 6219 1.01 361 1,123,978 11,352 3,406 8227 .50I .36I 50,475 252 91 8809 I .04) .401 134,800 54 22 I88101 .03 .481 385,750 116 56 (Subject JTotal Act Inc Policy Total: 3,881,0 Premium: 133,217 Losses: 37,096 42-TEXAS Firm ID: Firm Name: RED RIVER CONST CO INC Carrier: 29939 Policy No. 0002041891 Eff Date: 12/31/2019 Exp Date: 12/31/2020 Code , Payrc+ll Expected Prim p �Cleltls t?6 hi CIF ZRRcLTrzc Pttrtt ` ,ELL 12atia" ; : i:crsses Losses ..: %sses : Lasses 5022 1.34 .301 25,943 348 104 7001225726 06 F 2,150 2,150 5183 .69 .361 255,093I 1,760 634 6001218642 06 F 2,459 2,459 5200 .86 .35 402,463 3,461 1,211 INO.3 06 2,965 2,965 5403 j 1.21 .36 40,611 491 177 5001231961 06 F 3,046 3,046 5606 .17 .30 856,565 1,456 437 8001232162 06 F 6,107 6,107 6219 1.01 .30 1,511,862 15,270 4,581 8809 .04 .40 136,800 55 22 8810 .03 .48 405,6951 122 59 Subject (Total Act Inc Policy Total: 3,635,032 Premium: 77,614 Losses: 16,727 © Copyright 1993-2022, All rights reserved. This product is comprised of compitations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, Inc. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is furnished "As is "As available" With all defects" and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express, statutory, or implied warranties, including the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the product or information contained therein. This product and the information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be used for any other purpose including but not limited to safety scoring for project bidding purposes. Ali responsibility for the use of and for any and all results derived or obtained through the use of the product and information are the end user's and NCCI shall not have any liability thereto. * Total by Policv Year of all cases S2000 or less. D Disease Loss X Ex -Medical Coverage U USL&HW C Catastrophic Loss E Employers Liability Loss # Limited Loss Page 2 of 3 WORKERS COMPENSATION EXPERIENCE RATING NCG Risk Name: RED RIVER CONST CO INC Risk ID: 420059205 Rating Effective Date: 12/31/2022 Production Date: 07/29/2022 State: TEXAS 42-TEXAS Firm ID: Firm Name: RED RIVER CONST CO INC Carrier: 29939 Policy No. 0002041891 Eff Date: 12/31/2020 Exp Date: 12/31/2021 Cade ELR - D- Ratio Payroll Exd I ac#i F'rt Claim Data , EJ tiF Acttttc ACt Print .`. 0042 3724 1.14 .74) .45 .301 16,1071 269,8351 184 1,9971 83 599 1001263718 4001255945 05 06 O F 31,029 1 582 18,500 582 5022 1.34� .301 16,975I 2271 68 NO.4 06 3,425 3,425 5102 1.07 .35 3,966 42 15 5183 .69 .36 415,343 2,866 1,032 5200 .86 .35 458,517 3,943 1,380 5403 1.21 .36 35,4321 429 154 5606 .17 .30 1,021,901 1,737 521 6219 1.01 .30 1,099,3441 11,103 3,331 8809 .04 .40 134,8001 54 22 �8810 .03I .481378,8801 1141 55 (Subject Policy Total: 3,851,10 Premium: 73,034 ( JTotal Act Inc Losses: 35,036 © Copyright 1993-2022, All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, Inc. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is furnished "As is' 'As available' With all defects" and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind retailing to the product and hereby expressly disclaims any and all express, statutory, or implied warranties, including the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the product or information contained therein. This product and the information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be used for any other purpose including but not limited to safety scoring for project bidding purposes. All responsibility for the use of and for any and all results derived or obtained through fhe use of the product and information are the end user's and NCCI shall not have any liability thereto. ' Total by Policy Year of all cases $2000 or less. D Disease Loss X Ex -Medical Coverage U USL&HW C Catastrophic Loss E Employers Liability Loss # Limited Loss Page 3 Of 3 Page Intentionally Left Blank STATE OF TEXAS LUBBOCK COUNTY Dean Porter being first duly sworn, on his/her oath, says that the bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and s/he further says that the said respondent has not directly induced or solicited any firm on the above work or supplies to put in a sham, or any other person or corporation to refrain from a statement of qualifications; and that said firm has not in any manner sought by collusion to secure to self an advantage over any other firm or firms. Red River Construction Co. Firm Dean Porter Name r-- Signature President Title Subscribed.e sw9ry't"o`jbefo rr this lst day of December 2022 Notary Public My Commission Expires: CHAD STAFFELD i n Notary ID #129818633 r My Commission Expires May 17, 2026 NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITH THE SUBMISSION Page Intentionally Left Blank PROPOSED LIST OF SUB -CONTRACTORS Company Name Location Services Provided 1. 2. 3. 4. 5. 6. 7. S. 9. 10. 11. 12. 13. 14. 15. 16. Minority Owned Yes No ❑ ❑: ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR RESPONSE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: N , f Z2 (PRINT NAME OF COMPANY) Page Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when responses are due. FINAL LIST OF SUB -CONTRACTORS Pate Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. Company Name ACME Electric FINAL LIST OF SUB -CONTRACTORS Minority Owned Location Services Provided Yes No Lubbock, TX Electrical Subcontractor ❑ X ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ SUBMITTED BY: Red River Construction Co. (PRINT NAME OF COMPANY) THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN RESPONSES ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO Page Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Red River Construction Co. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Eight Hundred Eighty -Seven Thousand Four Hundred Dollars ($1,887,400.00) 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, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated 10" day of January, 2023, to RFP 23-16906-TF Southeast Water Reclamation Plant 4 Clarifier No. 1 and No.2 Rehabilitation and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of Surety *By: (Title) 2023. (Company Name) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety * By: Approved as to form: City of Lubbock By: City Attorney (Title) * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Page Intentionally Left Blank PERFORMANCE BOND Pate Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Red River Construction Co. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Eight Hundred Eighty -Seven Thousand Four Hundred Dollars ($1,887,400.00) 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, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated 10" day of January, 2023, to RFP 23-16906-TF Southeast Water Reclamation Plant 4 Clarifier No. 1 and No.2 Rehabilitation and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of , 2023. Surety * By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety *By: (Title) Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Page Intentionally Left Blank CERTIFICATE OF INSURANCE Pate Intentionally Left Blank CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions f the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'S RISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATIONFLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. Pate Intentionally Left Blank CONTRACT Page Intentionally Left Blank Contract 16906 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 10`h day of January. 2023 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 Red River Construction Co. of the City of Wylie, County of Collin 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 23-16906-TF Southeast Water Reclamation Plant 4 Clarifier No. 1 and No.2 Rehabilitation and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Red River Construction Co.'s proposal dated December 1.2022, 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: CITY OF L ,TEXAS (OWNER): Red River Construction Co. By: _7! Tray Pa e, ayor By: ATTEST: PRINTED NAME: Dean Porter TITLE: President Rebe4 Garza, City Secreta COMPLETE ADDRESS: APPROVED AS TO CONTENT: Red River Construction Co. 2804 Capital St. b Works epresentative Wylie, TX 75098 �Slfr 5�Ctrts� oL �t3 AT TES Name (Printed) 6ate PROVED TO FORM: Corporate Secretary Meredith Anderson W&A VVML) elli Leisure, Assistant City Attorney Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Red River Construction Co. who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Josh Kristinek, P.E., Assistant City Engineer/Capital Proiects & Design, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 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. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. it. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any person or persons on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such person or persons shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of workers or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. 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. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. Commercial General Liability Requirements: $ 1 M occurrence / $2M aggregate (can be combined with an Excess Liability to meet requirements). CGL is required in ALL contracts. It is perhaps the most important of all insurance policies in a contractual relationship. It insures the Contractor has broad liability coverage for contractual activities and for completed operations. Commercial General Liability to include Products — Completion/OP, Personal and Advertising Injury, Contractual Liability, Fire Damage (any one fire), and Medical Expenses (any one person). Commercial General Liability Heavy Equipment Endorsement: Heavy equipment endorsement is required Automobile Liability Requirements: $ 1 M/occurrence is needed Builder's Risk Requirements: Builder's Risk Insurance is needed for this project, and at a minimum, the insurance should cover the full insurable value of the improvements. Workers Compensation Requirements: Statutory. If the vendor is an independent contractor with no employees and are exempt from providing Workers' Compensation coverage, they must sign a waiver (obtained from COL Purchasing) and include a copy of their driver's license. Employer Liability ($1 M min) is required with Workers Compensation. Unmanned Aircraft Liability Requirements: $ 1 M occurrence and $2M aggregate coverage is needed for this project. * The City of Lubbock (including its officials, employees and volunteers) shall be afforded additional insured status on a primary and non-contributory basis on all liability policies except professional liabilities and workers' comp. * Waivers of Subrogation are required for CGL, AL, and WC. * To Include Products of Completed Operations endorsement. * Carrier will provide a 30-day written notice of cancellation, 10-day written notice for nonpayment. * Carriers must meet a A.M. Best rating of A- or better. * Subcontractors must carry same limits as listed above. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the 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; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. 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) (2) (3) (4) (5) (6) (7) (8) (9) The name and address of the insured. The location of the operations to which the insurance applies. The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. If policy limits are paid, new policy must be secured for new coverage to complete project. A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (1) 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: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-4000 (www.tdi.state.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 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 $300 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $100 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner as shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Further, when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workers, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities not exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less: (i) in the event the total value of the contract is five million dollars or more, 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents; or (ii) in the event the total value of the contract is less than five million dollars, 10% or less, of the amount thereof, which percentage shall be retained until final payment, and further, less all previous payments and all further sums may be retained by Owner under the terms of the contract documents ("Retainage"). If Contractor engages a sub -contractor to perform all or part of Contractor's work under the contract, the Contractor shall not withhold a greater percentage of Retainage than the percentage set out in in this section pertaining to the Contractor. Contractor shall likewise require any subcontractor it engages to comply with section 2252.032 of the Texas Government Code. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within fifteen (15) calendar days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. The work will be deemed substantially complete when the work (or a specified portion thereof) has progressed to the point where, in the opinion of the Owner or Owner's Representative, the work (or a specified portion thereof) is sufficiently complete, in accordance with all the contract documents, including the Proposal and all applicable technical specifications, so that the work (or a specified portion thereof) can be utilized for the purposes for which it is intended without unscheduled disruption. Owner may, in its sole discretion, release all or a portion of the Retainage upon Owner's receipt of the certificate of substantial completion for all of the work or a specified portion thereof. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. Owner may, in its sole discretion, release all or a portion of the Retainage for fully completed and accepted portions of the work. Notwithstanding the foregoing, Owner may withhold the Retainage if there is a bona fide dispute between Owner and Contractor according to section 2252.032(f) of the Texas Government Code. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of persons and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinbbove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. CONTRACTOR ACKNOWLEDGES Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 60. LABOR CODE CHAPTER 214 Sec. 214.008. MISCLASSIFICATION OF CERTAIN WORKERS; PENALTY. (a) A person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code, shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the person directly retains and compensates for services performed in connection with the contract. (b) In this subsection, "subcontractor" means a person directly retained and compensated by a person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code. A subcontractor shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the subcontractor directly retains and compensates for services performed in connection with the contract for which the subcontractor is retained. (c) A person who fails to properly classify an individual as required by Subsection (a) or (b) shall pay to the commission a penalty equal to $200 for each individual that the person has not properly classified. (d) The commission may not take action to collect a penalty under this section from a person after the third anniversary of the date on which the violation occurred. 61. CERTIFICATE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: https:Hci.lubbock.tx.us/departments/purchasing/vendor-information 62. TEXAS GOVERNMENT CODE SECTION 2252.152 Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization. 63. TEXAS GOVERNMENT CODE SECTION 2271.002 Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a contract that: (1) is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 64. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 65. TEXAS PUBLIC INFORMATION ACT The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contract as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. 66. CONFIDENTIALITY The Contractor shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. 67. INDEMNITY The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any person or persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall survive the expiration or termination of this agreement. 68. PROFESSIONAL RESPONSIBILITY All architectural or engineering services to be performed shall be done with the professional skill and care ordinarily provided by competent architects or engineers practicing under the same or similar circumstances and professional license. 69. TEXAS SENATE BILL 219 SUBCHAPTER B ITEMS B AND C (b) A contractor must, within a reasonable time of learning of a defect, inaccuracy, inadequacy, or insufficiency in the plans, specifications, or other design documents, disclose in writing to the person with whom the contractor enters into a contract the existence of any known defect in the plans, specifications, or other design documents that is discovered by the contractor, or that reasonably should have been discovered by the contractor using diligence, before or during construction. In this subsection, ordinary diligence means the observations of the plans, specifications, or other design documents or the improvement to real property that a contractor would make in the reasonable preparation of a bid or fulfillment of its scope of work under normal circumstances. Ordinary diligence does not require that the contractor engage a person licensed or registered under Title 6, Occupations Code, or any other person with specialized skills. A disclosure under this subsection is made in the contractor's capacity as contractor and not as a licensed professional under Title 6, Occupations Code. (c) A contractor who fails to disclose a defect as required by Subsection (b) may be liable for the consequences of defects that result from the failure to disclose. DAVIS BACON WAGE DETERMINATIONS EXHIBIT A "General Decision Number: TX20220002 02/25/2022 Superseded General Decision Number: TX20210002 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Contracts subject to the Davis -Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but do not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). JIf the contract is entered �. into on or after January 30, 12022, or the contract is renewed or extended (e.g., an �. loption is exercised) on or after January 30, 2022: 1 1 1 1 1 1 1 I_ 1If the contract was awarded onl. for between January 1, 2015 andl January 29, 2022, and the contract is not renewed or �. lextended on or after January 130, 2022: 1 1 1 1 1 1 1 1 1 1 1 1 I_ Executive Order 14026 generally applies to the contract. The contractor must pay all covered workers at least $15.00 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2022. Executive Order 13658 generally applies to the contract. The contractor must pay alll covered workers at least $11.25 per hour (or the applicable wage rate listed) on this wage determination,1 if it is higher) for all hours spent performing on that contract in 2022. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at https://www.dol.gov/agencies/whd/government-contracts. Modification Number Publication Date 0 01/07/2022 1 02/25/2022 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ** ELECTRICIAN ......................$ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 ** Structures ..................$ 13.52 ** LABORER Asphalt Raker ...............$ 12.28 ** Flagger.....................$ 9.30 ** Laborer, Common .............$ 10.30 ** Laborer, Utility ............ $ 11.80 ** Work Zone Barricade Servicer....................$ 10.30 ** POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 ** Asphalt Paving Machine ...... $ 13.40 ** Broom and Sweeper ........... $ 11.21 ** Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 ** Excavator, 50,000 lbs or less ........................$ 13.46 ** Front End Loader Operator, Over 3 CY...................$ 12.77 ** Front End Loader, 3CY or less ........................$ 12.28 ** Loader/Backhoe..............$ 14.18 ** Mechanic ....................$ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 ** Roller, Asphalt .............$ 10.95 ** Roller, Other ...............$ 10.36 ** Scraper .....................$ 10.61 ** Spreader Box ................$ 12.60 ** Servicer .........................$ 13.98 ** Steel Worker (Reinforcing) ....... $ 13.50 ** TRUCK DRIVER Lowboy -Float ................$ 14.46 ** Single Axle .................$ 12.74 ** Single or Tandem Axle Dump..$ 11.33 ** Tandem Axle Tractor with Semi ........................$ 12.49 ** ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($15.00) or 13658 ($11.25). Please see the Note at the top of the wage determination for more information. Note: Executive Order (ED) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the ED, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG'" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISIO" EXHIBITS B & C City of Lubbock Overtime Legal Holiday Prevailing Wage Rates The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. The rate for legal holidays shall be as required by the Fair Labor Standards Act. Page Intentionally Left Blank SPECIFICATIONS Page Intentionally Left Blank City of ,Lubbock PROJECT MANUAL CITY OF LUBBOCK, TEXAS Southeast Water Reclamation Plant 4 Clarifier No. 1 and No. 2 Rehabilitation September 12022 Parkhill Project # 01555521 Parkhill Parkhillxom Parkhill City of ,Lubbock PROJECT MANUAL CITY OF LUBBOCK, TEXAS Southeast Water Reclamation Plant 4 Clarifier No. 1 and No. 2 Rehabilitation �N & COOP OFNTc��1� / a j DANIEL W. AL 1 0 117283 tRli E. E �` 09/23/2022 September 12022 Parkhill Project # 01555521 Parkhillxom TABLE OF CONTENTS DIVISION 01— GENERAL REQUIREMENTS 01 10 00 Summary of Work..................................................................................................................... 1 0120 00 Price and Payment Procedures.................................................................................................. 2 0122 00 Unit Prices.................................................................................................................................. 1 01 30 00 Administrative Requirements.................................................................................................... 4 013300 Submittal Procedures................................................................................................................. 2 01 35 26 Safety Requirements.................................................................................................................. 2 01 40 00 Quality Requirements................................................................................................................ 2 0142 00 Reference Standards.................................................................................................................. 7 01 50 00 Temporary Facilities and Controls............................................................................................ 3 01 60 00 Product Requirements............................................................................................................... 2 01 75 00 Starting Systems........................................................................................................................ 1 Equipment Installation Report (EIR)......................................................................................... 1 DIVISION 02 — SITE WORK 02 41 16 Structure Demolition................................................................................................................. 3 DIVISIONS 03 — 25 (Not Used) DIVISION 26 — ELECTRICAL 26 05 00 Basic Electrical Methods........................................................................................................... 4 2605 19 Low Voltage Electrical Power Conductors and Cables............................................................. 4 26 05 26 Grounding and Bonding for Electrical Systems........................................................................ 4 26 05 29 Hangers and Supports for Electrical Systems........................................................................... 3 26 05 33 Raceway and Boxes for Electrical Systems.............................................................................. 4 26 05 53 Identification for Electrical Systems......................................................................................... 4 DIVISION 46 — WATER AND WASTEWATER EQUIPMENT 46 43 20 Circular Clarifier Equipment................................................................................................... 12 APPENDICES APPENDIX A - OSHA 1926 SUBPART P 01555521 TABLE OF CONTENTS PAGE - 1 09/22 DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: DIVISION 16 ELECTRICAL 26 05 00 Basic Electrical Methods 2605 19 Low Voltage Electrical Power Conductors and Cables 26 05 26 Grounding and Bonding for Electrical Systems 26 05 29 Hangers and Supports for Electrical Systems 26 05 33 Raceway and Boxes for Electrical Systems 26 05 53 Identification for Electrical Systems & COOp C'i OF T>>1 �z� *•:. .. •*��j /*: J a i ANTHONY I. RYLANDER iC. 63401 09/23/2022 01555521 DESIGN PROFESSIONAL RESPONSIBILITY AIR - 1 09/22 SECTION 0110 00 - SUMMARY OF WORK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work covered by Contract Documents 2. Contractor use of site. 3. Owner occupancy. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: City of Lubbock Southeast Water Reclamation Plant 4, Clarifier No. 1 and No. 2 Rehabilitation. B. Location: Lubbock, Texas. Verbal Summary: Without force or effect on requirements of Contract Documents, a brief description of the Project: Wastewater treatment plant clarifier replacement includes, but not limited to, replacing each clarifier's underwater steel components, including the center pier, rake arms, upper and lower cage, feedwell, scum port baffle, corner braces, influent column, dispersion well, skimming mechanism, local control panel, and drive unit. 1.3 CONTRACTOR USE OF SITE A. Limit use of site to allow Owner occupancy. B. Construction Operations: Limited to areas adjacent to construction site. C. Utility Outages and Shutdown: Coordinate with Owner, 48 hours in advance. D. Clarifier shutdown shall be coordinated 3 weeks in advance. E. Clarifier downtime shall not exceed 90 calendar days for each clarifier. 1.4 OWNER OCCUPANCY A. Owner will occupy existing plant site during construction to conduct normal operations. B. Cooperate with Owner to minimize conflict and facilitate Owner operations. C. Schedule Work to accommodate requirement. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01555521 SUMMARY OF WORK 01 10 00 - 1 09/22 SECTION 0120 00 - PRICE AND PAYMENT PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section includes Schedule of Values and change procedures. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 SCHEDULE OF VALUES A. Submit typed schedule on Contractor's standard form. B. Submit Schedule of Values with bid submission. C. Format: Utilize Table of Contents of Project Manual. Identify each line item with number and title of major specification Section. Identify site mobilization, bonds, and insurance. D. Include within each line item, a directly proportional amount of Contractor's overhead and profit. E. Revise schedule to list approved Change Orders, with each Application for Payment. 1.3 CHANGE PROCEDURES A. Engineer will advise minor changes in Work not involving an adjustment to Contract Sum/Price or Contract Time. B. Engineer may issue a Proposal Request including detailed description of proposed change with supplementary or revised Drawings and specifications and change in Contract Time for executing change. Contractor will prepare and submit an estimate within seven days. C. Contractor may propose change by submitting request for change to Engineer, describing proposed change and full effect on Work. Include statement describing reason(s) for change and effect on Contract Sum/Price and Contract Time, with full documentation and statement describing effect on Work by other contractors. Document any requested substitutions in accordance with Section 01600 — Material and Equipment. D. Stipulated Sum/Price Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor request for Change Order as approved by Engineer. E. Construction Change Authorization: Engineer may issue Work Directive Change, signed by Owner, instructing Contractor to proceed with change in Work, for subsequent inclusion in Change Order. Document will describe changes in Work and designate method of determining change in Contract Sum/Price or Contract Time. Promptly execute change. F. Time and Material Change Order: Submit itemized account and supporting data after completion of change, within time limits indicated in Conditions of the Contract. Engineer will determine change allowable in Contract Sum/Price and Contract Time as provided in Contract Documents. G. Maintain detailed records of work done on Time and Material basis. Provide full information required for evaluation of proposed changes and to substantiate costs for changes in Work. H. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in General Conditions of the Contract. 01555521 PRICE AND PAYMENT PROCEDURES 01 20 00 - 1 09/22 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01555521 PRICE AND PAYMENT PROCEDURES 01 20 00 - 2 09/22 SECTION O1 22 00 — UNIT PRICES PART 1 - GENERAL 1.1 GENERAL A. Unit or lump sum price bid on each item, as stated in proposal, includes furnishing all labor, superintendence, machinery, equipment, and materials necessary or incidental to complete the Southeast Water Reclamation Plant 4, Clarifier No. 1 and No. 2 Rehabilitation per plans and specifications. Payment for each item will be made for actual field measured quantities. Cost of work or materials shown on plans or called for in specifications and for which no separate payment is made, shall be included in bid price with most applicable item(s). 1.2 UNIT COST ITEMS A. Unit cost items not otherwise included in this section to be paid for at a unit cost per unit, includes all work and materials involved in installation within limits designated on plans. Measurement shall be made in units shown on Bid Sheet. All work so included shall be installed, constructed, or performed as shown on drawings and/or specified. 1.3 LUMP SUM ITEMS A. Lump sum items to be paid for at a lump sum price per job, includes all work and materials involved in installation within limits designated on plans. No measurement of work or material included in such items will be made. All work so included shall be installed, constructed, or performed as shown on drawings and specified herein. 1.4 FINAL CLEANUP A. Contractor shall make a final cleanup of all parts of work before final acceptance of work by the City. This cleanup includes, among other things, removing all pieces of concrete, pipe, and other construction materials and generally preparing sites of work in an orderly manner. B. Cost of cleanup shall be included as a part of the cost of the various items of work involved and no direct compensation will be made for this work. 1.5 TRENCH SAFETY SYSTEMS A. Contractor is reminded he must fully comply with OSHA requirement in all cases and no separate payment will be made for such compliance other than that specifically indicated in specifications and bid items included in proposal. 1.6 SURVEYING A. No direct compensation will be made for construction surveying. Cost of surveying shall be included as part of cost of various items of work. 01555521 UNIT PRICES 01 22 00 - 1 09/22 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01555521 UNIT PRICES 01 22 00 - 2 09/22 SECTION 0130 00 — ADMINISTRATIVE REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Coordination, field engineering, and alteration project procedures. 2. Cutting and patching. 3. Preconstruction and preinstallation conferences. 4. Progress meetings. B. Related Sections: Other Division 01 Specification Sections apply to Work of this Section. 1.2 COORDINATION A. Coordinate scheduling, submittals, and Work of various specification Sections to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. Coordinate any interruptions in existing plant operation with Owner; however, in no instance shall flow be interrupted to any area of the plant beyond the extents of the rehabilitated clarifiers. B. Verify utility requirement characteristics of operating equipment are compatible with building utilities. Coordinate work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. C. Coordinate space requirements and installation of mechanical and electrical work indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable. Pace runs parallel with line of building. Utilize spaces efficiently to maximize accessibility for other installations, maintenance, and repairs. D. In finished areas, except as otherwise indicated, conceal pipes, ducts, and wiring within construction. Coordinate locations of fixtures and outlets with finish elements. E. Large Apparatus: Any large device to be installed in any building space, too large to permit access through windows, doorways, or shafts, shall be brought to job by Contractor and placed in space before enclosing structure completed. F. Items which require electrical connections shall be coordinated with Division 16 for: 1. Voltage. 2. Phase. 3. Amperage. 4. Number and size of wires. 5. Wiring diagrams. 6. Starter size, details and location. 7. Control devices and details. G. Coordinate completion and clean-up of Work of separate Sections in preparation for Substantial Completion and portions of Work designated for Owner occupancy. H. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not per Contract Documents, to minimize disruption of Owner's activities. 01555521 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 1 09/22 1.3 FIELD ENGINEERING A. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. 1.4 ALTERATION PROJECT PROCEDURES A. Materials are specified in product Sections. Match existing products and work for patching and extending work. B. Close openings in exterior surfaces to protect existing work from weather and extremes of temperature and humidity. C. Remove, cut, and patch work to minimize damage and provide means of restoring products and finishes to original condition unless otherwise specified. D. Refinish visible existing surfaces to remain in renovated rooms and spaces, to specified condition for each material, with neat transition to adjacent finishes. E. Where new work abuts or aligns with existing, perform smooth and even transition. Patched work to match existing adjacent work in texture and appearance. F. When finished surfaces are cut so smooth transition with new work not possible, terminate existing surface along straight line at natural line of division and make recommendation to Engineer. G. Where change of plane of 1/4 inch or more occurs, submit recommendation for providing smooth transition for Engineer review request instructions from Engineer. H. Patch or replace portions of existing surfaces damaged, lifted, discolored, or showing other imperfections. I. Finish surfaces as specified in individual product Sections. 1.5 CUTTING AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching. B. Submit written request in advance of cutting or altering elements which affects: 1. Structural integrity of element. 2. Integrity of weather -exposed or moisture -resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight -exposed elements. C. Cut, fit, and patch including excavation and fill, to complete Work, and: 1. Fit several parts together to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. 3. Remove and replace defective and non -conforming Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical Work. D. Execute work by methods to avoid damage to other Work and provide proper surfaces to receive patching and finishing. E. Cut rigid materials using masonry saw or core drill. F. Restore Work with new products per requirements of Contract Documents. G. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. Maintain integrity of wall, ceiling, or floor construction, completely seal voids. I. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection. For assembly, refinish entire unit. 01555521 ADMINISTRATIVE REQUIREMENTS Ol 30 00 - 2 09/22 J. Identify any hazardous substance or condition exposed during Work to Engineer for decision or remedy. flrf�9:100]►fy10tillejtl 02016]01all :1goeta 0 A. Engineer will schedule a conference after Notice to Proceed. B. Attendance Required: Owner, Engineer, and Contractor. C. Agenda: 1. Execution of Owner -Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submit lists of subcontractors and products, Schedule of Values, and progress schedule. 5. Designation of personnel representing parties in Contract and the Engineer. 6. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 7. Scheduling. 8. Use of premises by Owner and Contractor. 9. Temporary utilities provided by Owner. 1.7 PROGRESS MEETINGS A. Schedule and administer monthly meetings throughout progress of Work, maximum. B. Arrange meetings, prepare agenda with copies for participants, preside at meetings, record minutes, and distribute copies within two days to Engineer, participants, and those affected by decisions. C. Attendance Required: Job superintendent, major subcontractors, suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Procedures for testing. 10. Requirements for starting up equipment. 11. Inspection and acceptance of equipment put into service during construction period. 12. Planned progress during succeeding work period. 13. Coordination of projected progress. 14. Maintenance of quality and work standards. 15. Effect of proposed changes on progress schedule and coordination. 16. Other business relating to Work. 01555521 ADMINISTRATIVE REQUIREMENTS Ol 30 00 - 3 09/22 1.8 PREINSTALLATION CONFERENCES A. When required in individual specification Section, convene a preinstallation conference at work site prior to commencing Section work. B. Require attendance of parties directly affecting, or affected by, work of specific Section. C. Notify Engineer four days in advance of meeting date. D. Prepare agenda, preside at conference, record minutes, and distribute copies within two days after conference to participants, with three copies to Engineer. E. Review conditions of installation, preparation and installation procedures, and coordination with related work. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01555521 ADMINISTRATIVE REQUIREMENTS Ol 30 00 - 4 09/22 SECTION 0133 00 — SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Submittal procedures, shop drawings, and product data. 2. Manufacturers' instructions and certificates. 3. Deviation from contract documents. 4. Requirement for complete shop drawings. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 SUBMITTAL PROCEDURES A. ALL submittals and resubmittals shall be transmitted electronically through Newforma. B. Engineer will sequentially number Submittals. C. Identify Project, Contractor, subcontractor, or supplier as appropriate. D. Contractor responsible for accuracy and completeness of information contained in each submittal and ensure values, materials, equipment, or method of work are as described in submittal. E. Apply Contractor's stamp, signed or initialed, certifying review, verification of Products required, field dimensions, adjacent construction work, and coordination of information are per requirements of Work and Contract Documents. If Contractor's stamp, signature, or initials are not on submittals, they will be returned without review. F. Indicate on submittals any deviation or equivalent to project requirements. G. Revise and resubmit submittals as required, identifying all changes made since previous submittal. H. Format 1. Submit all submittals digitally using PDF file extension. Each submittal shall be a single PDF file including transmittal letter. Multiple files for same submittal, not accepted. 2. Submittals in any other format, including ZIP files, will be rejected. 3. Hard copies not accepted. 4. To ensure each page is legible, PDF pages of drawings shall be same size/scale as hard copy. Where applicable, provide scale symbols to indicate scale. Illegible submittals will be rejected. 5. Submittals will be uploaded to Engineer's Info Exchange website. I. Submittal procedures described in this Article applies to Construction Progress Schedule, Products List, Shop Drawings, Product Data, Samples (actual samples submitted, not digital files), Design Data, Test Reports, Certificates, Manufacturer's Instructions and Field Reports, Erection Drawings, and any other type of submittal submitted to Engineer. 1.3 SHOP DRAWINGS A. Submit number of copies Contractor requires. B. Shop drawings required for all materials, equipment, and accessories required under this contract. 01555521 SUBMITTAL PROCEDURES 01 33 00 - 1 09/22 1.4 PRODUCT DATA A. Submit number of copies Contractor requires. B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. 1.5 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. 1.6 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. B. Certificates may be recent or previous test results on material or Product but must be acceptable to Engineer. 1.7 DEVIATION FROM CONTRACT DOCUMENTS A. Contractor request to deviate from Contract Documents, provided in writing to fully identify and describe deviation(s) and state reason(s) change is requested. Any savings in cost related to substitution, is to be stated in request for consideration. Owner may require Contractor to furnish, at Contractor's expense, special performance bond or other surety with respect to substitute. 1.8 REQUIREMENT FOR COMPLETE SHOP DRAWINGS A. Material in shop drawings shall be in sufficient detail to demonstrate compliance with all requirements of Contract Drawings. Shop drawings shall address material and/or methods of construction, design criteria, performance characteristics, and special provisions of Specifications. B. Shop drawings for systems and related equipment shall include information including electrical, mechanical, and any other information required to indicate how various components of system function and shall be included in same submittal. C. Where statements of certification, written guarantees, extended service agreements, or extended warranties required, they will be provided with shop drawing. Effective date of guarantee and service agreements, however, shall not be until date of final acceptance of project. D. Shop drawings without all information required for evaluation, will be returned without benefit of review and comment. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01555521 SUBMITTAL PROCEDURES 01 33 00 - 2 09/22 SECTION 0135 26 — SAFETY REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section includes jobsite safety issues related to project construction. Specific items listed in this section are for reference only and not intended to address all possible construction issues. Jobsite safety is full responsibility of Contractor. Contractor holds responsibility to meet all local, state, and federal requirements related to jobsite safety. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 TRENCH SAFETY A. Excavations deeper than 5 feet in all types of earth must be protected from cave-in and collapse per OSHA 1926.652. (See Appendix for OSHA 1926 Subpart P.) B. Contractor shall determine if excavations less than 5 feet require protection. 1.3 CHEMICAL HAZARDS A. Contractor shall disclose dangers of chemicals used on project as required by OSHA 1910.1200. B. Make available MSDS sheets to communicate hazards associated with products used onsite. 1.4 POWER LINE HAZARDS A. Contractor is responsible for examining site for any power line hazards. B. Refer to OSHA 1926.550 for minimum safe operating distances. 1.5 FALL AND IMPACT PROTECTION A. Install barricades, fencing, or other safety devices as necessary to protect employees and the public. B. Safety harness required on all steel erection and for work 6 feet above group, per OSHA requirements. C. Workers shall always wear hard hats and steel -toed shoes, per OSHA requirements. D. Use of safety glasses required per OSHA requirements. 1.6 TRAFFIC CONTROL A. All barricades, signs and other devices shall conform to details shown in Texas Manual on Uniform Traffic Control Devices (TMUTCD). All traffic control devices shall be crashworthy per guidelines set forth in National Cooperative Highway Research Program (NCHRP) Report 350. 1.7 DUST AND DEBRIS CONTROL A. Utilize water trucks or other means to control blowing dust. Prevent nuisance or hazard to surrounding facilities. 01555521 JOBSITE SAFETY 01 35 26 - 1 09/22 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 GENERAL A. Implement, maintain, and enforce all applicable requirements to ensure a safe jobsite for employees and the public. END OF SECTION 01555521 JOBSITE SAFETY 01 35 26 - 2 09/22 SECTION 0140 00 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Quality assurance and control of installation. 2. Inspection and testing laboratory services. 3. Manufacturers' field services and reports. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply fully with manufacturers' instructions, including each step, in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Comply with specified standards as minimum quality for Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. F. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, or disfigurement. 1.3 INSPECTION AND TESTING LABORATORY SERVICES A. Owner will appoint, employ, and pay for services of an independent firm to perform inspection and testing. B. Independent firm will perform inspections, tests, and other services specified in individual specification Sections and as required by Engineer. C. Reports will be submitted by independent firm to Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. D. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage and assistance as requested. 1. Notify Engineer and independent firm 48 hours before expected time for operations requiring services. 2. Arrange with independent firm and pay for additional samples and tests required for Contractor use. E. Retesting required because of non-conformance to specified requirements performed by same independent firm on instructions by Engineer. Contractor billed directly for failed tests by the testing laboratory. 0155521 QUALITY CONTROL Ol 40 00 - 1 09/22 1.4 MANUFACTURERS' FIELD SERVICES AND REPORTS A. Submit qualifications of observer to Engineer 30 days in advance of required observations. Observer subject to approval of Engineer. B. When specified in individual specification Sections, require material or Product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up equipment, test, adjust, and balance of equipment as applicable, and initiate instructions when necessary. C. Individuals to report observations and site decisions or instructions given to applicators or installers supplemental or contrary to manufacturers' written instructions. D. Submit report in triplicate within 30 days of observation to Engineer for review. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 0155521 QUALITY CONTROL Ol 40 00 - 2 09/22 SECTION 01 42 00 - REFERENCE STANDARDS PART 1 - GENERAL 1.1 SUMMARY A. Section includes quality assurance and schedule of references. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 QUALITY ASSURANCE A. For products or workmanship specified by association, trade, or Federal Standards, comply with requirements of standard, except when more rigid requirements specified or required by applicable codes. B. Conform to reference standard by date of issue current on date for receiving bids. C. Obtain copies of standards when required by Contract Documents. D. Should specified reference standards conflict with Contract Documents, request clarification from Engineer before proceeding. E. Contractual relationship of parties to Contract shall not be altered from Contract Documents by mention or inference otherwise in any reference document. 1.3 SCHEDULE OF REFERENCES AA Aluminum Association 818 Connecticut Avenue, N.W. Washington, DC 20006 AABC Associated Air Balance Council 1000 Vermont Avenue, N.W. Washington, DC 20005 AASHTO American Association of State Highway and Transportation Officials 444 North Capitol Street, N.W. Washington, DC 20001 ACI American Concrete Institute Box 19150, Reford Station Detroit, MI 48219 ADC Air Diffusion Council 230 North Michigan Avenue Chicago, IL 60601 AGA American Gas Association 1515 Wilson Blvd. Arlington, VA 22209 01555521 REFERENCE STANDARDS 01 42 00 - 1 09/22 AGC Associated General Contractors of America 1957 E Street, N.W. Washington, DC 20006 AGMA American Gear Manufacturers Association 1500 King Street, Suite 201 Alexandria, VA 22314 Al Asphalt Institute Asphalt Institute Building College Park, MD 20740 A.I.A. American Institute of Architects 1735 New York Avenue, N.W. Washington, DC 20006 AISC American Institute of Steel Construction 400 North Michigan Avenue Eighth Floor Chicago, IL 60611 AISI American Iron and Steel Institute 1000 16th Street, N.W. Washington, DC 20036 AMCA Air Movement and Control Association 30 West University Drive Arlington Heights, IL 60004 ANSI American National Standards Institute 1430 Broadway New York, NY 10018 APA American Plywood Association Box 11700 Tacoma, WA 98411 ARI Air -Conditioning and Refrigeration Institute 1501 Wilson Boulevard Arlington, VA 22209 ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers 1791 Tullie Circle, N.E. Atlanta, GA 30329 ASME American Society of Mechanical Engineers 345 East 47th Street New York, NY 10017 01555521 REFERENCE STANDARDS 01 42 00 - 2 09/22 ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 AWI Architectural Woodwork Institute 2310 South Walter Reed Drive Arlington, VA 22206 AWPA American Wood -Preservers' Association 7735 Old Georgetown Road Bethesda, MD 20014 AWS American Welding Society 550 LeJeune Road, N.W. Miami, FL 33135 AWWA American Water Works Association 6666 West Quincy Avenue Denver, CO 80235 BHMA Builders' Hardware Manufacturer Association 60 East 42nd Street, Room 511 New York, NY 10165 BIA Brick Institute of America 11490 Commerce Park Drive Reston, VA 22091 CDA Copper Development Association 57th Floor, Chrysler Building 405 Lexington Avenue New York, NY 10174 CLFMI Chain Link Fence Manufacturers Institute 1101 Connecticut Avenue, N.W. Washington, DC 20036 CPSC Consumer Product Safety Commission 1111 Eighteenth Street, NW Washington, DC 20207 CRSI Concrete Reinforcing Steel Institute 933 Plum Grove Road Schaumburg, IL 60195 DHI Door and Hardware Institute 7711 Old Springhouse Road McLean, VA 22102 01555521 REFERENCE STANDARDS 01 42 00 - 3 09/22 EJCDC Engineers' Joint Contract Documents Committee American Consulting Engineers Council 1015 15th Street, N.W. Washington, DC 20005 EJMA Expansion Joint Manufacturers Association 25 North Broadway Tarrytown, NY 10591 FGMA Flat Glass Marketing Association 3310 Harrison White Lakes Professional Building Topeka, KS 66611 FM Factory Mutual System 1151 Boston -Providence Turnpike P.O. Box 688 Norwood, MA 02062 FS Federal Specification General Services Administration Specifications and Consumer Information Distribution Section (WFSIS) Washington Navy Yard, Bldg. 197 Washington, DC 20407 GA Gypsum Association 1603 Orrington Avenue Evanston, IL 60201 ICBO International Conference of Building Officials 5360 S. Workman Mill Road Whittier, CA 90601 IEEE Institute of Electrical and Electronics Engineers 345 East 47th Street New York, NY 10017 IES Illumination Engineering Society of North America 345 East 47th Street New York, NY 10017 IMIAC International Masonry Industry All -Weather Council International Masonry Institute 815 15th Street, N.W. Washington, DC 20005 MIL Military Specification Naval Publications and Forms Center 5801 Tabor Avenue Philadelphia, PA 19120 01555521 REFERENCE STANDARDS O1 42 00 - 4 09/22 ML/SFA Metal Lath/Steel Framing Association 221 North LaSalle Street Chicago, IL 60601 NAAMM National Association of Architectural Metal Manufacturers 221 North LaSalle Street Chicago, IL 60601 NBS National Bureau of Standards (U.S. Department of Commerce) Gaithersburg, MD 20234 NCMA National Concrete Masonry Association P.O. Box 781 Herndon, VA 22070 NEBB National Environmental Balancing Bureau 8224 Old Courthouse Road Vienna, VA 22180 NEC National Electrical Code (by NFPA) NECA National Electrical Contractors Association 7315 Wisconsin Avenue Bethesda, MD 20814 NEMA National Electrical Manufacturers Association 2101 'L' Street, N.W. Washington, DC 20037 NFPA National Fire Protection Association Battery March Park Quincy, MA 02269 NFPA National Forest Products Association 1619 Massachusetts Avenue, N.W. Washington, DC 20036 NPCA National Paint and Coating Association 1500 Rhode Island Avenue N.W. Washington, D.C. 20005 NRCA National Roofing Contractors Association 8600 Bryn Mawr Avenue Chicago, IL 60631 NSF National Sanitation Foundation 3475 Plymouth Road P.O. Box 1468 Ann Arbor, MI 47106 01555521 REFERENCE STANDARDS 01 42 00 - 5 09/22 NSWMA National Solid Wastes Management Association 1730 Rhode Island Ave., N.W. Washington, DC 20036 NWMA National Woodwork Manufacturers Association 205 W. Touhy Avenue Park Ridge, IL 60068 OSHA Occupational Safety and Health Administration (U.S. Department of Labor) Government Printing Office Washington, D.C. 20402 PCA Portland Cement Association 5420 Old Orchard Road Skokie, IL 60077 PS Product Standard U. S. Department of Commerce Washington, DC 20203 RIS Redwood Inspection Service One Lombard Street San Francisco, CA 94111 RMA Rubber Manufacturer's Association 1400 K Street, N.W. Washington, D.C. 20005 SDI Steel Deck Institute P.O. Box 9506 Canton, OH 44711 S.D.I. Steel Door Institute 712 Lakewood Center North 14600 Detroit Avenue Cleveland, OH 44107 SGCC Safety Glazing Certification Council Route 11, Industrial Park Cortland, NY 13045 SIGMA Sealed Insulating Glass Manufacturers Association I I I East Wacker Drive Chicago, IL 60601 SJI Steel Joist Institute 1205 48th Avenue North, Suite A Myrtle Beach, SC 29577 01555521 REFERENCE STANDARDS 01 42 00 - 6 09/22 SMACNA Sheet Metal and Air Conditioning Contractors' National Association 8224 Old Court House Road Vienna, VA 22180 SSPC Steel Structures Painting Council 4400 Fifth Avenue Pittsburgh, PA 15213 TCA Tile Council of America, Inc. Box 326 Princeton, NJ 08540 UL Underwriters' Laboratories, Inc. 333 Pfingston Road Northbrook, IL 60062 WCLIB West Coast Lumber Inspection Bureau 6980 S.W. Varns Road Box 23145 Portland, OR 97223 WRI Wire Reinforcement Institute 8361 A Greensboro Drive McLean, VA 22102 WWPA Western Wood Products Association 1500 Yeon Building Portland, OR 97204 W.W.P.A. Woven Wire Products Association 2515 N. Nordica Avenue Chicago, IL 60635 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01555521 REFERENCE STANDARDS 01 42 00 - 7 09/22 SECTION 0150 00 - TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Utilities: water, and sanitary facilities. 2. Temporary Controls: Barriers, enclosures and fencing, protection of Work, and water control. 3. Construction Facilities: Access roads, parking and progress cleaning. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 TEMPORARY WATER SERVICE A. Connect to existing water source for construction operations. B. Owner will pay cost of water used. Exercise measures to conserve water. C. Extend branch piping with outlets located so water is available by hoses with threaded connections. Provide temporary pipe insulation to prevent freezing. 1.3 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. B. Permanent building facilities shall not be used during construction operations. Maintain daily in clean and sanitary condition. 1.4 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of site and protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide protection for plant life designated to remain. Replace damaged plant life. C. Protect non -owned vehicular traffic, stored materials, site, and structures from damage. 1.5 WATER CONTROL A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. 1.6 EXTERIOR ENCLOSURES A. Provide temporary insulated weather -tight closure of exterior openings to accommodate acceptable working conditions and protection for Products, allow for temporary heating and maintenance of required ambient temperatures identified in individual specification Sections, and prevent entry of unauthorized persons. Provide access doors with self -closing hardware and locks. 01555521 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01 50 00 - 1 09/22 1.7 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. C. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. D. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. E. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. F. Prohibit traffic from landscaped areas. 1.8 SECURITY A. Provide security/facilities to protect Work from unauthorized entry, vandalism, or theft. 1.9 ACCESS ROADS A. Construct and maintain temporary roads accessing public thoroughfares to serve construction area. B. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded traffic flow. C. Provide and maintain access to fire hydrants, free of obstructions. D. Designated existing on -site roads may be used for construction traffic. 1.10 PARKING A. Provide temporary gravel surface parking areas to accommodate construction personnel. B. Designate three parking spaces for Owner, Engineer, and visitors. 1.11 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain a clean and orderly site. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas before starting surface finishing and continue cleaning to eliminate dust. D. Remove waste materials, debris, and rubbish from site and dispose off -site as required to maintain clean site. 1.12 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities and materials as soon as permanent facilities can be utilized. B. Remove underground installations to minimum 2-foot depth. Grade site as indicated. 01555521 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS O1 50 00 - 2 09/22 C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specific condition. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01555521 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01 50 00 - 3 09/22 SECTION 0160 00 — PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Products and product options. 2. Product delivery, storage, and handling. 3. Substitution equipment. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 PRODUCTS A. Products: New clarifiers, material, machinery, components, equipment, and systems forming Work as well as existing materials or components required for reuse. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of Work. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by Contract Documents. C. Provide interchangeable components of same manufacturer, for similar components. 1.3 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Delivery 1. Deliver materials, products, and equipment to project site, undamaged, in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure products comply with requirements, quantities correct, and products undamaged. 3. Provide equipment and personnel to handle products to prevent soiling, disfigurement, or damage. 4. Arrange deliveries per construction schedule and in time to facilitate inspection prior to installation to avoid unnecessary delays in construction process. B. Storage 1. Store and protect products per manufacturer instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate -controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. 3. Provide off -site storage and protection when site does not permit such onsite. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. 5. Store loose granular materials on solid flat surfaces in well -drained area. Prevent mixing with foreign matter. 6. Provide equipment and personnel to store products to prevent soiling, disfigurement, or damage. 7. Arrange storage of products to permit access for inspection. Periodically inspect to assure products are undamaged and maintained under specified conditions. 01555521 MATERIAL AND EQUIPMENT 01 60 00 - 1 09/22 8. Materials, products, and equipment may be stored off site in bonded and insured warehouse approved by Engineer and Owner. Pay all costs incurred for off -site storage facilities. Products properly stored in off -site storage facilities may be included in progress pay requests with written approval of Owner. C. Handle materials, products, and equipment as prescribed by manufacturer or specified to protect from damage during storage and installation. 1.4 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 1.5 SUBSTITUTE EQUIPMENT A. Material and equipment specified herein selected by Engineer and Owner to best fulfill design requirements for project. Bidder's price shall include all items as specified and detailed on plans to permit an equal evaluation of all bids for awarding contract to lowest responsible bidder. B. Equipment and materials are not identical and cannot be offered interchangeably for same function or price. Equipment or materials may be available well- or better -suited for intended application than those specified. C. Bidder must base bid on manufacturer's equipment specified completed cost amount noted in the proposal form. For Engineer to determine if any proposed substitute equipment is satisfactory alternative to equipment specified, proposal containing the following sections as they relate to project, shall be submitted to Engineer within two working days after bid opening for alternate equipment proposed: Section 1: Bidding Contractor's assessment of construction changes resulting from substitution. Section 2: One set of drawings and specifications. Section 3: Full descriptive materials. Section 4: List of equipment installations within three years of operation. D. Failure to provide information requested in specified format, could result in disqualification of substitute equipment proposal. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01555521 MATERIAL AND EQUIPMENT 01 60 00 - 2 09/22 SECTION 0175 00 - STARTING SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. Section includes starting systems, demonstration, and instructions. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 STARTING SYSTEMS A. Coordinate schedule for start-up of various equipment and systems. B. Notify Engineer seven days before start-up of each item. C. Verify each piece of equipment or system is checked for proper lubrication, drive rotation, belt tension, control sequence, or other conditions which may cause damage. D. Verify tests, meter readings, and specified electrical characteristics agree with those required by equipment or system manufacturer. E. Verify wiring and support components for equipment are complete and tested. F. Execute start-up under supervision of responsible manufacturer's representative and Contractors' personnel per manufacturers' instructions. G. When specified in individual specification Sections, require manufacturer to provide authorized representative present at site to inspect, check, and approve equipment or system installation before start-up, and supervise placing equipment or system in operation. H. Submit written report per Section 01 40 00 — Quality Control, equipment or system is properly installed and functioning correctly. 1.3 DEMONSTRATION AND INSTRUCTIONS A. Demonstrate operation and maintenance of Products to Owner's personnel two weeks before date of final inspection. B. For equipment or systems requiring seasonal operation, perform demonstration for another season. C. Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with Owners' personnel in detail to explain all aspects of operation and maintenance. D. Demonstrate start-up, operation, control, adjustment, trouble -shooting, servicing, maintenance, and shutdown of each item of equipment at agreed -upon times, at equipment location. E. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01555521 STARTING SYSTEMS 01 75 00 - 1 09/22 Parkhill hk2UlYlVILIN1 11NS1ALLA11V1N KhF4JK1 PROJECT NO. OWNER: City of Lubbock PROJECT: Southeast Water Reclamation Plant 4, Clarifier No. 1 and OWNER: No. 2 Rehabilitation CONTRACTOR: CONTRACTOR: ENGINEER: 01.5555.21 ENGINEER: Parkhill EIR NO.: REFERENCE DATA: Specification Section No. Sheet No. Detail Designation Entitled Page No. Para. No. Drawing Attached (Yes/No) EQUIPMENT IDENTIFICATION: Name (from drawings) Identification No. Unit No. Manufacturer Capacity Model No. Serial No. EQUIPMENT LOCATION: Structure N/S Coord. E/W Coord. Station Elevation OPERATOR TRAINING HAS BEEN CONDUCTED ON: ❑ Operation of Equipment ❑ Routine Maintenance ❑ Trouble Shooting ❑ Emergency Procedures ❑ Lubrication Procedures ❑ Start-up and Shut -down OPERATOR TRAINING CONDUCTED: Dates: Number of Hours: EQUIPMENT HAS BEEN CHECKED FOR: ❑ Installation ❑ Lubrication ❑ Stress imposed by piping and/or anchor bolts ❑ Other conditions as specified ❑ Alignment ❑ Operation under full load conditions I HEREBY CERTIFY I WAS PRESENT WHEN DESCRIBED EQUIPMENT WAS PLACED INTO OPERATION AND INSPECTED, CHECKED, AND ADJUSTED EQUIPMENT AS NECESSARY FOR PROPER OPERATION. AS AN AUTHORIZED TECHNICAL REPRESENTATIVE OF EQUIPMENT MANUFACTURER, I APPROVE INSTALLATION AND AUTHORIZE OPERATION OF EQUIPMENT. BY: DATE: REPRESENTING: Section 01 75 00 Attachment SECTION 02 4116 — STRUCTURE DEMOLITION PART 1 - GENERAL 1.1 SUMMARY A. Section includes removing existing equipment as shown on plans. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 JOINT INSPECTION A. Before demolition, Owner, Engineer, and Contractor will make a joint inspection to determine condition of existing structures adjacent to items demolished. Restore adjacent structures damaged by demolition operations satisfactorily at no expense to Owner. 1.3 QUALIFICATIONS A. Experience in performing Work of this Section. 1.4 DISPOSITION OF MATERIALS AND EQUIPMENT A. Ownership of Material and Equipment 1. Certain materials and equipment designated for reuse or salvage will remain Owner property. If designated items damaged during demolition, handling, or storage, restore satisfactorily at no expense to Owner. Materials and equipment to salvage include: a. Drive unit. b. Bottom and top gear box. C. Skimmer arm. d. Skimmer control panel. e. Scum pipe actuator. 2. Materials/equipment not Owner designated for reuse or salvage, are Contractor property. B. Contractor disposes all materials and equipment not designated for reuse or salvage, at no expense to Owner. C. Other items designated for reuse as directed by Owner representative. 1.5 REGULATORY REQUIREMENTS A. Conform to applicable code for demolishing structures, safe adjacent structures, dust control, runoff control, and disposal. B. Obtain required permits from authorities. C. DO NOT close or obstruct roadways, sidewalks, or hydrants without permits. D. Conform to applicable regulatory procedures when discovering hazardous or contaminated materials. 01555521 STRUCTURE DEMOLITION 0241 16 - 1 09/22 1.6 SCHEDULING A. Schedule work per Section 01 33 00 "Submittal Procedures:" to coincide with new construction. B. Describe demolition removal procedures and schedule. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 PREPARATION A. Provide, erect, and maintain temporary barriers and security devices. B. Protect existing landscaping materials, appurtenances, and structures not demolished. C. Prevent movement or settlement of adjacent structures. Provide bracing and shoring. D. Mark location of utilities. 3.2 PROTECTION OF PERSONS AND PROPERTY A. Contractor responsible to protect persons and property, including safe working conditions throughout work progress. B. Minimize spread of dust and flying particles. Execute demolition to prevent damage from falling debris or other sources to Owner or adjacent property. C. Do not interfere with adjacent structures. Maintain free and safe access all times. Guard against moving or settling adjacent structures. Contractor responsible for safety and integrity of adjacent structures and, consequently, liable for movement, settlement, and resulting injuries or damage. Provide proper bracing and shoring necessary for support. If safety of adjacent buildings appears endangered, cease operations. DO NOT resume demolition until proper protective measures are taken. D. When taking a hydraulic structure out of service for a period longer than 14 days, Contractor shall maintain surface moisture on sacrificial grout toppings or floorings that are normally submerged during normal working conditions. Contractor shall maintain surface moisture on grout surfaces that are normally submerged if surface temperature exceeds 90 degrees while out of service. 3.3 DEMOLITION REQUIREMENTS A. Conduct demolition to minimize interference with adjacent structures. B. Cease operations immediately if adjacent structures appear in danger. Notify Engineer. DO NOT resume operations until directed. 3.4 BLASTING AND FIRE A. Blasting nor fires permitted on project. 3.5 DEMOLITION A. Remove materials re -installed or retained to prevent damage. Store and protect per Section 01 60 00 "Product Requirements." 01555521 STRUCTURE DEMOLITION 0241 16 - 2 09/22 B. DO NOT burn or bury materials onsite. Leave site clean. C. Remove all temporary work. 3.6 GENERAL WORK ITEMS A. Contractor may use equipment and materials necessary to properly complete demolition. Operational procedures at Contractor option but not interfere with executing other work. Carefully remove, transport, and store materials or equipment designated for reuse or salvage in approved storage areas. B. Keep Work areas free of accumulated debris. Daily remove materials and equipment not for reuse or salvage, unless otherwise approved. 3.7 SCHEDULES A. DO NOT reuse salvage material or equipment on project unless specifically provided for in Specifications or noted on drawings. END OF SECTION 01555521 STRUCTURE DEMOLITION 0241 16 - 3 09/22 SECTION 26 05 00 - BASIC ELECTRICAL METHODS PART 1 - GENERAL 1.1 SUMMARY A. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. B. Scope: 1. Work covered by Division 26 of the Specifications include furnishing all materials, labor, transportation, tools, permits, and fees for complete installation of all electrical work required in Contract Drawings. 2. Contractor shall become familiar with existing conditions of site and advise Engineer of any discrepancy or conflict prior to bidding. 3. Contractor shall be responsible for all Project -required permits, fees, and licenses. All cost of such permits or fees shall be included in the bid. 4. Install all equipment and material in accordance with applicable manufacturer recommendations and standards. 5. Contractor shall be responsible for coordinating with utility service provider to verify all locations, routing, equipment, and labor furnished as a part of this Contract. 1.2 REGULATORY AGENCIES A. National Electrical Code (NEC). B. National Electrical Safety Code (NESC). C. Local Electric Utility. D. Authority Having Jurisdiction (AHJ). 1.3 SUBMITTALS A. Within 10 days after Contract award and before orders are placed, Contractor shall submit specific information on list of equipment and principal materials specified. Contractor shall indicate/provide names of manufacturers, catalog and model numbers, cut sheets, and other supplementary information as necessary for evaluation. B. Submittal Requirements: 1. Bear a dated stamp or specific written indication that Contractor reviewed and approved all submittal prior to submission to Engineer. 2. Clearly and SPECIFICALLY mark which specific piece of equipment is submitted, by permanent marker, stamp, etc., to distinguish from other equipment that may occur on the same page. 3. Clearly mark which available options are submitted associated with a piece of equipment. 4. Be complete with respect to quantities, dimensions, specific performance, materials, and similar data to enable Engineer to review proposed equipment. 01555521 BASIC ELECTRICAL METHODS 26 05 00 - 1 09/22 PART2-PRODUCTS 2.1 EQUIPMENT REQUIREMENTS A. Electrical requirements for equipment specified or indicated on Drawings are based on information available at the time of design. If equipment furnished for installation has electrical requirements other than indicated on Electrical Drawings, Contractor shall make any required changes to wire and conduit size, controls, overcurrent protection, and installation as required to accommodate equipment supplied, without additional charge to Owner. Complete responsibility and costs for such adjustments shall be assigned to respective Specification Section under which equipment is furnished. 2.2 MATERIALS A. All similar materials and equipment shall be the product of the same manufacturer unless specified otherwise. B. Materials and equipment shall be standard products of manufacturers regularly engaged in production of such material and shall be manufacturer's current and standard design. C. Altitude: Equipment affected by altitude shall perform satisfactorily for function intended at Project site altitude. D. Detectable Warning Tape: Acid and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, minimum 6 inches wide and 4 mils thick, continuously inscribed with a description of utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30 inches deep, and colored as follows: 1. Red: Electric. 2. Yellow: Gas, oil, steam, and dangerous materials. 3. Orange: Phone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. PART 3 - EXECUTION 3.1 GENERAL A. Fabricate, erect, and install complete electrical system in accordance with accepted good practice by qualified personnel experienced in such work and proceed in an orderly manner so as not to impede Project progress. B. Electrical Contractor shall check all areas and surfaces where electrical equipment material is to be installed, removed, or relocated and report any unsatisfactory conditions before starting work. Commencement of work signifies Contractor acceptance of existing conditions. C. Electrical Drawings are diagrammatic. Carefully coordinate installation requirements with structural, Engineer, and mechanical conditions and adjust to avoid conflict. D. Electrical equipment locations are approximate and not intended to convey exact details and mounting of location of outlets, equipment, and other items. Exact locations are to be field determined by actual measurements. E. Location height and projection of fixtures illuminating signs or special features shall be approved by Engineer prior to installation. F. Coordinate location of all exterior fixtures with Drawings and Specifications. 01555521 BASIC ELECTRICAL METHODS 26 05 00 - 2 09/22 G. Consult Drawings to determine wall finishes and locations of wall -mounted equipment, countertop splashes, and similar items to avoid conflict with electrical equipment. Where surface or pendant -mounted light fixtures are noted, provide for all necessary framing channels, pendants, chains, canopies, and other hardware as required for a complete and operable system. H. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. 3.2 UNDERGROUND CONDUIT INSTALLATION A. Excavate trenches to indicated gradients, lines, depths, and elevations. B. Excavate trenches to uniform widths to provide a working clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12 inches higher than top of pipe or conduit, unless otherwise indicated. C. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. 1. For pipes and conduit less than 6 inches in nominal diameter and flat-bottomed, multiple -duct conduit units, hand excavate trench bottoms and support pipe and conduit on an undisturbed subgrade. 2. For pipes and conduit 6 inches or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand backfill. 3. Excavate trenches 4 inches deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 4. Refer to Electrical Detail Drawings to determine required depth of conduit and width of trench. Conduit trenches shall be a maximum of 18 inches wide unless prior approval is received from Project Engineer. D. Place backfill and fill materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment nor more than 4 inches in loose depth for material compacted by hand -operated tampers. E. Compact soil to not less than the following percentages of maximum dry unit weight according to ASTM D698: 1. Under structures, building slabs, steps, and pavements, scarify and recompact top 12 inches of existing subgrade and each layer of backfill or fill material at 95 percent. 2. Under walkways, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill material at 92 percent. 3. Under lawn or unpaved areas, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill material at 85 percent. F. Install detectable warning tape above conduits and pipe, 12 inches below finished grade, except 6 inches below subgrade under pavements and slabs. G. Protection: 1. Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. 2. Repair and reestablish grades to specified tolerances; where completed or partially completed surfaces become eroded, rutted, settled, or they lose compaction due to subsequent construction operations or weather conditions. a. Scarify or remove and replace soil material to depth as directed by Engineer. Reshape and recompact. 01555521 BASIC ELECTRICAL METHODS 26 05 00 - 3 09/22 3. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. a. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible. H. Disposal of Surplus and Waste Materials: 1. Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose from Owner's property unless otherwise directed by Owner. 2. Repair any damage to shrubs, grass or structures to previous condition at no additional expense to Owner. 3.3 PERFORMANCE TESTS A. Thoroughly test all control circuits, fixtures, services, and all circuits for proper operating condition and freedom from grounds and short circuits before acceptance is requested. Operate all equipment, appliances, and devices under load conditions. B. After interior wiring system installation is complete, conduct operating tests for approval. When requested, test all wire, cable, devices, and equipment after installation to assure all material continues to possess all original characteristics as required by governing codes and standards listed in Specifications. C. After motor operation is verified, make voltage readings at all panelboards and starters. Based on these readings, make final adjustments of primary taps on all building transformers as directed or coordinate with utility proper building voltage. D. Perform such other tests as required by other Specifications Sections or as requested to prove acceptability. E. Furnish all instruments and labor for testing. F. All material installed shall be listed, inspected, and approved by a nationally accepted testing laboratory such as UL/ETL. All material shall bear UL/ETL label where available. 3.4 SUBMITTAL AND APPROVAL OF MATERIALS A. All requirements for submittals shall comply with applicable provisions included in individual Specification Sections. B. Unless identified as a sole source item, listing product manufacturers, catalog numbers, etc., on Drawings is intended to establish a standard of quality of the product. It is Contractor responsibility to review all items intent to submit. If equipment other than that indicated on Drawings is proposed by Contractor, information will be reviewed at submittal submission. END OF SECTION 01555521 BASIC ELECTRICAL METHODS 26 05 00 - 4 09/22 SECTION 26 05 19 - LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART 1- GENERAL 1.1 SUMMARY A. Section includes building wire and cable; nonmetallic -sheathed cable; and wiring connectors and connections. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 26 05 00 'Basic Electrical Methods." 3. Section 26 05 53 "Identification for Electrical Systems:" Product requirements for wire identification. 1.2 REFERENCES A. International Electrical Testing Association: 1. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. B. National Fire Protection Association: 1. NFPA 70 - National Electrical Code. 2. NFPA 262 - Standard Method of Test for Flame Travel and Smoke of Wires and Cables for Use in Air -Handling Spaces. C. Underwriters Laboratories, Inc.: 1. UL 1277 - Standard for Safety for Electrical Power and Control Tray Cables with Optional Optical -Fiber Members. 1.3 SUBMITTALS A. Refer to Section 26 05 00 'Basic Electrical Methods." 1.4 CLOSEOUT SUBMITTALS A. Project Record Documents: Record actual locations of components and circuits. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with Authority Having Jurisdiction (AHJ). B. Maintain one copy of each document on site. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years experience. 1.7 FIELD MEASUREMENTS A. Verify field measurements are as indicated on Drawings. 01555521 LOW -VOLTAGE ELECTRICAL POWER 2605 19 - 1 09/22 CONDUCTORS AND CABLES 1.8 COORDINATION A. Where wire and cable destination is indicated and routing is not shown, determine routing and lengths required. PART 2 - PRODUCTS 2.1 BUILDING WIRE A. Manufacturers: 1. Cerro Wire LLC. B. Substitutions: Must be submitted for review before purchase. C. Product Description: Single conductor insulated wire. D. Conductor: Copper. E. Insulation Voltage Rating: 600 volts. F. Insulation Temperature Rating: 105 degrees C. G. Insulation Material: Thermoplastic. 2.2 WIRING CONNECTORS A. Split Bolt Connectors: 1. Manufacturers: a. ABB b. Burndy C. ILSCO. 2. Substitutions: Must be submitted for review before purchase. B. Solderless Pressure Connectors: 1. Manufacturers: a. 3M. b. Ideal Industries, Inc. 2. Substitutions: Must be submitted for review before purchase. C. Compression Connectors: 1. Manufacturers: a. 3M b. Ideal C. Brundy 2. Substitutions: Must be submitted for review before purchase. 2.3 TERMINATIONS A. Terminal Lugs for Wires 6 AWG and Smaller: Solderless, compression type copper. B. Lugs for Wires 4 AWG and Larger: Color keyed, compression type copper, with insulating sealing collars. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify interior of building has been protected from weather. 01555521 LOW -VOLTAGE ELECTRICAL POWER 2605 19 - 2 09/22 CONDUCTORS AND CABLES B. Verify mechanical work likely to damage wire and cable has been completed. C. Verify raceway installation is complete and supported. 3.2 PREPARATION A. Completely and thoroughly swab raceway before installing wire. 3.3 INSTALLATION A. Route wire and cable to meet Project conditions. B. Neatly train and lace wiring inside boxes, equipment, and panelboards. C. Identify wire and cable under provisions of Section 26 05 53. Identify each conductor with its circuit number or other designation indicated. D. Special Techniques --Building Wire in Raceway: 1. Pull conductors into raceway at same time. 2. Install building wire 4 AWG and larger with pulling equipment. 3. Protect exposed cable from damage. 4. Use suitable cable fittings and connectors. E. Special Techniques - Wiring Connections: 1. Clean conductor surfaces before installing lugs and connectors. 2. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. 3. Tape uninsulated conductors and connectors with electrical tape to 150 percent of insulation rating of conductor. 4. Install split bolt connectors for copper conductor splices and taps, 6 AWG and larger. 5. Install solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. 6. Cables shall be spliced only in pull boxes and light pole handholes. F. Install stranded conductors for branch circuits 10 AWG and smaller. Install crimp on fork terminals for device terminations. Do not place bare stranded conductors directly under screws. G. Install terminal lugs on ends of 600 volt wires unless lugs are furnished on connected device, such as circuit breakers. H. Size lugs in accordance with manufacturer's recommendations terminating wire sizes. Install 2-hole type lugs to connect wires 4 AWG and larger to copper bus bars. I. For terminal lugs fastened together such as on motors, transformers, and other apparatus, or when space between studs is small enough that lugs can turn and touch each other, insulate for dielectric strength of 2-1/2 times normal potential of circuit. 3.4 WIRE COLOR A. General: 1. For wire sizes 10 AWG and smaller, install wire colors in accordance with the following: a. Black and red for single phase circuits at 120/240 volts. b. Black, red, and blue for circuits at 120/208 volts single or three phase. C. Orange, brown, and yellow for circuits at 277/480 volts single or three phase. 2. For wire sizes 8 AWG and larger, identify wire with colored tape at terminals, splices and boxes. Colors are as follows: a. Black and red for single phase circuits at 120/240 volts. b. Black, red, and blue for circuits at 120/208 volts single or three phase. 01555521 LOW -VOLTAGE ELECTRICAL POWER 2605 19 - 3 09/22 CONDUCTORS AND CABLES 3.5 C. Orange, brown, and yellow for circuits at 277/480 volts single or three phase. B. Neutral Conductors: White. When two or more neutrals are located in one conduit, individually identify each with proper circuit number. C. Branch Circuit Conductors: Install three or four wire home runs with each phase uniquely color coded. D. Feeder Circuit Conductors: Uniquely color code each phase. E. Ground Conductors: 1. For 6 AWG and smaller: Green. 2. For 4 AWG and larger: Identify with green tape at both ends and visible points including junction boxes. FIELD QUALITY CONTROL A. Inspect and test in accordance with NETA ATS, except Section 4. B. Perform inspections and tests listed in NETA ATS, Section 7.3.1. END OF SECTION 01555521 LOW -VOLTAGE ELECTRICAL POWER 2605 19 - 4 09/22 CONDUCTORS AND CABLES SECTION 26 05 26 - GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Rod electrodes. 2. Wire. 3. Mechanical connectors. 4. Exothermic connections. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. IEEE 142 - Recommended Practice for Grounding of Industrial and Commercial Power Systems. B. IEEE 1100 - Recommended Practice for Powering and Grounding Electronic Equipment. C. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. D. National Fire Protection Association: E. NFPA 99 - Standard for Health Care Facilities. 1.3 PERFORMANCE REQUIREMENTS A. Grounding System Resistance: 25 ohms maximum. 1.4 SUBMITTALS A. Refer to Section 26 05 00 "Basic Electrical Methods." B. Test Reports: Indicate overall resistance to ground and resistance of each electrode. C. Manufacturer's Certificate: Certify Products meet or exceed specified requirements. 1.5 CLOSEOUT SUBMITTALS A. Section 0170 00 "Execution and Closeout Requirements:" Requirements for Submittals. B. Project Record Documents: Record actual locations of components and grounding electrodes. 1.6 QUALITY ASSURANCE A. Provide grounding materials conforming to requirements of NEC, IEEE 142, and UL labeled. B. Perform Work in accordance with Authority Having Jurisdiction (AHJ). C. Maintain one copy of each document on site. 01555521 GROUNDING AND BONDING FOR 26 05 26 - 1 09/22 ELECTRICAL SYSTEMS 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years experience. B. Installer: Company specializing in performing work of this section. 1.8 PRE -INSTALLATION MEETINGS A. Convene minimum one week prior to commencing work of this section. 1.9 DELIVERY, STORAGE, AND HANDLING A. Accept materials on site in original factory packaging, labeled with manufacturer's identification. B. Protect from weather and construction traffic, dirt, water, chemical, and mechanical damage, by storing in original packaging. C. Do not deliver items to project before time of installation. Limit shipment of bulk and multiple -use materials to quantities needed for immediate installation. 1.10 COORDINATION A. Section 0130 00 "Administrative Requirements:" Requirements for coordination. B. Complete grounding and bonding of light poles prior concrete placement. PART 2 - PRODUCTS 2.1 ROD ELECTRODES A. Manufacturers: 1. ERICO International Corporation. 2. Harger Lightning & Grounding. 3. Substitutions: Must be submitted for review before purchase. B. Product Description: 1. Material: Copper -clad steel. 2. Diameter: 3/4 inch. 2.2 WIRE A. Material: Stranded copper. B. Foundation Electrodes: See Project Drawings. C. Grounding Electrode Conductor: Copper conductor[bare. D. Bonding Conductor: Copper conductor insulated. 2.3 MECHANICAL CONNECTORS A. Manufacturers: 1. Burndy; Part of Hubbell Electrical Systems. 2. ERICO International Corporation. 3. ILSCO. 4. Substitutions: Must be submitted for review before purchase. 01555521 GROUNDING AND BONDING FOR 26 05 26 - 2 09/22 ELECTRICAL SYSTEMS B. Description: Bronze connectors, suitable for grounding and bonding applications, in configurations required for particular installation. 2.4 EXOTHERMIC CONNECTIONS A. Manufacturers: 1. Burndy; Part of Hubbell Electrical Systems. 2. ERICO International Corporation. 3. Harger Lightning & Grounding. 4. Substitutions: Must be submitted for review before purchase. B. Product Description: Exothermic materials, accessories, and tools for preparing and making permanent field connections between grounding system components. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify final backfill and compaction has been completed before driving rod electrodes. 3.2 PREPARATION A. Remove all paint, rust, mill oils, and other surface contaminants at connection points. 3.3 INSTALLATION A. Install in accordance with IEEE 142. B. Install rod electrodes at locations as indicated on Drawings. Install additional rod electrodes to achieve specified resistance to ground. C. Install grounding and bonding conductors concealed from view. D. Install grounding well pipe with cover at each rod location. Install well pipe top flush with finished grade. E. Permanently ground entire light and power system in accordance with NEC, including service equipment, distribution panels, lighting panelboards, switch and starter enclosures, motor frames, grounding type receptacles, and other exposed non -current carrying metal parts of electrical equipment. F. Install branch circuits feeding isolated ground receptacles with separate insulated grounding conductor, connected only at isolated ground receptacle, ground terminals, and at ground bus of serving panel. G. Accomplish grounding of electrical system by using insulated grounding conductor installed with feeders and branch circuit conductors in conduits. Size grounding conductors in accordance with NEC. Install from grounding bus of serving panel to ground bus of served panel, grounding screw of receptacles, lighting fixture housing, light switch outlet boxes or metal enclosures of service equipment. Ground conduits by means of grounding bushings on terminations at panelboards with installed number 12 conductor to grounding bus. H. Install Work in accordance with Authority Having Jurisdiction (AHJ). 3.4 FIELD QUALITY CONTROL A. Inspect and test in accordance with NETA ATS, except Section 4. 01555521 GROUNDING AND BONDING FOR 26 05 26 - 3 09/22 ELECTRICAL SYSTEMS B. Grounding and Bonding: Perform inspections and tests listed in NETA ATS, Section 7.13. C. Perform ground resistance testing in accordance with IEEE 142. D. Perform leakage current tests in accordance with NFPA 99. E. Perform continuity testing in accordance with IEEE 142. F. When improper grounding is found on receptacles, check receptacles in entire project and correct. Perform retest. IW1 me] W14:00016121 01555521 GROUNDING AND BONDING FOR 26 05 26 - 4 09/22 ELECTRICAL SYSTEMS SECTION 26 05 29 - HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Conduit supports. 2. Formed steel channel. 3. Spring steel clips. 4. Sleeves. 5. Mechanical sleeve seals. B. Related Requirements: 1. Division 01 Specification Section apply to Work of this Section. 2. Section 26 05 19 "Low Voltage Electrical Power Conductors and Cables." 1.2 REFERENCES A. National Fire Protection Association: 1. NFPA 70 - National Electrical Code. 1.3 SUBMITTALS A. Refer to Section 26 05 00 "Basic Electrical Methods." 1.4 DELIVERY, STORAGE, AND HANDLING A. Section 01 60 00 "Product Requirements:" Requirements for transporting, handling, storing, and protecting products. B. Accept materials on site in original factory packaging, labeled with manufacturer's identification. C. Protect from weather and construction traffic, dirt, water, chemical, and mechanical damage, by storing in original packaging. PART 2 - PRODUCTS 2.1 CONDUIT SUPPORTS A. Manufacturers: 1. Adalet. 2. Carlon; a brand of Thomas & Betts Corporation. 3. ERICO International Corporation. 4. Minerallac Company. 5. MIRO Industries. 6. Thomas & Betts Corporation; A Member of the ABB Group. 7. Unistrut; Part of Atkore International. 8. Substitutions: Must be submitted for review before purchase. 01555521 HANGERS AND SUPPORTS FOR 26 05 29 - 1 09/22 ELECTRICAL SYSTEMS B. Hanger Rods: Threaded high tensile strength galvanized carbon steel with free running threads. C. Beam Clamps: Malleable Iron, with tapered hole in base and back to accept either bolt or hanger rod. Set screw: hardened steel. D. Conduit clamps for trapeze hangers: Galvanized steel, notched to fit trapeze with single bolt to tighten. E. Conduit clamps - general purpose: One hole malleable iron for surface mounted conduits. F. Cable Ties: High strength nylon temperature rated to 185 degrees F. Self locking. 2.2 SPRING STEEL CLIPS A. Manufacturers: 1. B-line, an Eaton business. 2. Minerallac Company. 3. Morris Products Inc. 4. Substitutions: Must be submitted for review before purchase. PART 3 - EXECUTION 3.1 INSTALLATION - HANGERS AND SUPPORTS A. Anchors and Fasteners: 1. Concrete Structural Elements: Provide expansion anchors. 2. Steel Structural Elements: Provide beam clamps, spring steel clips. 3. Concrete Surfaces: Provide expansion anchors. 4. Hollow Masonry, Plaster, and Gypsum Board Partitions: Provide toggle bolts. 5. Solid Masonry Walls: Provide expansion anchors. 6. Sheet Metal: Provide sheet metal screws. 7. Wood Elements: Provide wood screws. B. Install conduit and raceway support and spacing in accordance with NEC. C. Do not fasten supports to pipes, ducts, mechanical equipment, or conduit. D. Install multiple conduit runs on common hangers. E. Supports: 1. Fabricate supports from structural steel or formed steel channel. Install hexagon head bolts to present neat appearance with adequate strength and rigidity. Install spring lock washers under nuts. 2. Install surface mounted cabinets and panelboards with minimum of four anchors. 3. In wet and damp locations install steel channel supports to stand cabinets and panelboards 1 inch off wall. 4. Support vertical conduit at every other floor. 3.2 FIELD QUALITY CONTROL A. Section 01 70 00 "Execution and Closeout Requirements:" Field inspecting, testing, adjusting, and balancing. B. Inspect installed firestopping for compliance with specifications and submitted schedule. 01555521 HANGERS AND SUPPORTS FOR 26 05 29 - 2 09/22 ELECTRICAL SYSTEMS 3.3 PROTECTION OF FINISHED WORK A. Section 01 70 00 "Execution and Closeout Requirements:" Requirements for protecting finished Work. B. Protect adjacent surfaces from damage by material installation. END OF SECTION 01555521 HANGERS AND SUPPORTS FOR 26 05 29 - 3 09/22 ELECTRICAL SYSTEMS SECTION 26 05 33 - RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS PART 1- GENERAL 1.1 SUMMARY A. Section includes conduit, outlet boxes, pull and junction boxes, and handholes. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 26 05 19 " Low Voltage Electrical Power Conductors and Cables." 3. Section 26 05 26 - Grounding and Bonding for Electrical Systems. 4. Section 26 27 16 - Electrical Cabinets and Enclosures. 1.2 REFERENCES A. American National Standards Institute: 1. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. 2. ANSI C80.3 - Specification for Electrical Metallic Tubing, Zinc Coated. 3. ANSI C80.5 - Aluminum Rigid Conduit - (ARC). B. National Electrical Manufacturers Association: 1. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). 2. NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. 3. NEMA OS 1 - Sheet Steel Outlet Boxes, Device Boxes, Covers, and Box Supports. 4. NEMA OS 2 - Nonmetallic Outlet Boxes, Device Boxes, Covers, and Box Supports. 5. NEMA RN 1 - Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit. 6. NEMA TC 2 - Electrical Polyvinyl Chloride (PVC) Tubing and Conduit. 7. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing. 1.3 SYSTEM DESCRIPTION A. Raceway and boxes located as indicated on Drawings, and at other locations required for splices, taps, wire pulling, equipment connections, and compliance with regulatory requirements. Raceway and boxes are shown in approximate locations unless dimensioned. Provide raceway to complete wiring system. 1.4 DESIGN REQUIREMENTS A. Minimum Raceway Size: 3/4-inch unless otherwise specified. 1.5 SUBMITTALS A. Refer to Section 26 05 00 'Basic Electrical Methods." B. Product Data: Submit for the following: 1. Flexible metal conduit. 2. Nonmetallic conduit. 3. Raceway fittings. 4. Conduit bodies. 5. Pull and junction boxes. 01555521 RACEWAY AND BOXES FOR ELECTRICAL 26 05 33 - 1 09/22 SYSTEMS 6. Handholes. C. Manufacturer's Installation Instructions: Submit application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, and installation of Product. 1.6 CLOSEOUT SUBMITTALS A. Section 01 70 00 "Execution and Closeout Requirements:" Closeout procedures. B. Project Record Documents: 1. Record actual routing of conduits larger than 2 inches. 2. Record actual locations and mounting heights of outlet, pull, and junction boxes. 1.7 DELIVERY, STORAGE, AND HANDLING A. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. B. Protect PVC conduit from sunlight. 1.8 COORDINATION A. Coordinate installation of outlet boxes for equipment connected under Section 26 05 83. B. Coordinate mounting heights, orientation and locations of outlets mounted above counters, benches, and backsplashes. PART 2 - PRODUCTS 2.1 METAL CONDUIT A. Manufacturers: 1. Appleton. 2. Republic Conduit. 3. Western Tube and Conduit. B. Substitutions: Must be submitted for review before purchase. C. Rigid Steel Conduit: ANSI C80.1. D. Fittings and Conduit Bodies: NEMA FB 1; material to match conduit. 2.2 PVC COATED METAL CONDUIT A. Manufacturers: 1. ABB, Electrification Business. 2. Plasti-Bond; Robroy Industries. B. Substitutions: Must be submitted for review before purchase. C. Product Description: NEMA RN 1; rigid steel conduit with external PVC coating, 20 mil thick. 2.3 FLEXIBLE METAL CONDUIT A. Manufacturers: 1. Appleton. 01555521 RACEWAY AND BOXES FOR ELECTRICAL 26 05 33 - 2 09/22 SYSTEMS 2. Atkore International 3. Southwire Company. B. Substitutions: Must be submitted for review before purchase. C. Product Description: Interlocked steel construction. D. Fittings: NEMA FB 1. 2.4 NONMETALLIC CONDUIT A. Manufacturers: 1. ABB, Electrification Business. 2. EGS; Emerson Electric Co., Automation Solutions, Appleton Group. B. Substitutions: Must be submitted for review before purchase. C. Product Description: NEMA TC 2; Schedule 40 PVC. D. Fittings and Conduit Bodies: NEMA TC 3. 2.5 OUTLET BOXES A. Manufacturers: 1. Carlon. 2. Emerson Electric Co. 3. Raco Taymac Bell; brand of Hubbell Electrical Solutions; Hubbell Incorporated. B. Substitutions:Must be submitted for review before purchase. C. Sheet Metal Outlet Boxes: NEMA OS 1, galvanized steel. 1. Luminaire and Equipment Supporting Boxes: Rated for weight of equipment supported; furnish 1/2 inch male fixture studs where required. D. Nonmetallic Outlet Boxes: NEMA OS 2. E. Cast Boxes: NEMA FB 1, Type FD, [aluminum][cast feralloy]. Furnish gasketed cover by box manufacturer. [Furnish threaded hubs.] 2.6 PULL AND JUNCTION BOXES A. Manufacturers: 1. Jensen. 2. Oldcastle. B. Substitutions: Must be submitted for review before purchase. C. Sheet Metal Boxes: NEMA OS 1, galvanized steel. D. Fiberglass Concrete composite Handholes: Die -molded, glass -fiber concrete composite hand holes: 1. Cable Entrance: Pre-cut cable entrance at center bottom of each side. 2. Cover: Glass -fiber concrete composite, weatherproof cover with nonskid finish. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify outlet locations and routing and termination locations of raceway prior to rough -in. 01555521 RACEWAY AND BOXES FOR ELECTRICAL 26 05 33 - 3 09/22 SYSTEMS 3.2 INSTALLATION A. Install Work in accordance with Authority Having Jurisdiction (AHJ) standards. 3.3 INSTALLATION - RACEWAY A. Raceway routing is shown in approximate locations unless dimensioned. Route to complete wiring system. B. Cut conduit square using saw or pipe cutter; de -burr cut ends. C. Bring conduit to shoulder of fittings; fasten securely. D. Join nonmetallic conduit using cement as recommended by manufacturer. Wipe nonmetallic conduit dry and clean before joining. Apply full even coat of cement to entire area inserted in fitting. Allow joint to cure for minimum 20 minutes. E. Install no more than equivalent of three 90 degree bends between boxes. Install conduit bodies to make sharp changes in direction, as around beams. Install factory elbows for bends in metal conduit larger than 2 inch size. F. Avoid moisture traps; install junction box with drain fitting at low points in conduit system. G. Install fittings to accommodate expansion and deflection where raceway crosses expansion joints. H. Install suitable pull string or cord in each empty raceway except sleeves and nipples. I. Install suitable caps to protect installed conduit against entrance of dirt and moisture. J. Surface Raceway: Install flat -head screws, clips, and straps to fasten raceway channel to surfaces; mount plumb and level. Install insulating bushings and inserts at connections to outlets and corner fittings. K. Close ends and unused openings in wireway. 3.4 ADJUSTING A. Adjust flush -mounting outlets to make front flush with finished wall material. B. Install knockout closures in unused openings in boxes. 3.5 CLEANING A. Clean interior of boxes to remove dust, debris, and other material. B. Clean exposed surfaces and restore finish. END OF SECTION 01555521 RACEWAY AND BOXES FOR ELECTRICAL 26 05 33 - 4 09/22 SYSTEMS SECTION 26 05 53 - IDENTIFICATION FOR ELECTRICAL SYSTEMS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Nameplates. 2. Labels. 3. Wire markers. 4. Conduit markers. 5. Stencils. 6. Underground Warning Tape. 7. Lockout Devices. B. Related Sections: 1. Division 01 Specification Sections apply to Work in this Section. 1.2 SUBMITTALS A. Refer to Section 26 05 "Basic Electrical Methods." B. Product Data: 1. Submit manufacturer's catalog literature for each product required. 2. Submit electrical identification schedule including list of wording, symbols, letter size, color coding, tag number, location, and function. C. Manufacturer's Installation Instructions: Indicate installation instructions, special procedures, and installation. 1.3 CLOSEOUT SUBMITTALS A. Project Record Documents: Record actual locations of tagged devices; include tag numbers. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with Authority Having Jurisdiction (AHJ). 1.5 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years experience. 1.6 DELIVERY, STORAGE, AND HANDLING A. Accept identification products on site in original containers. Inspect for damage. B. Accept materials on site in original factory packaging, labeled with manufacturer's identification, including product density and thickness. C. Protect insulation from weather and construction traffic, dirt, water, chemical, and mechanical damage, by storing in original wrapping. 01555521 IDENTIFICATION FOR ELECTRICAL 26 05 53 - 1 09/22 SYSTEMS 1.7 ENVIRONMENTAL REQUIREMENTS A. Install labels and nameplates only when ambient temperature and humidity conditions for adhesive are within range recommended by manufacturer. PART 2 - PRODUCTS 2.1 NAMEPLATES A. Manufacturers: 1. Craftmark Pipe Markers. 2. Kolbi Pipe Marker Co. 3. Pipemarker.com; Brimar Industries, Inc. 4. Seton Identification Products. 5. Must be submitted for review before purchase. B. Product Description: Laminated three -layer plastic with engraved black letters on white contrasting background color. C. Letter Size: 1. 1/8-inch high letters for identifying individual equipment and loads. 2. 1/4-inch high letters for identifying grouped equipment and loads. D. Minimum nameplate thickness: 1/8-inch. 2.2 LABELS A. Manufacturers: 1. Brady ID. 2. Seton Identification Products. 3. Substitutions: Must be submitted for review before purchase. B. Labels: Embossed adhesive tape, with 3/16-inch white letters on black background. 2.3 WIRE MARKERS A. Manufacturers: 1. Brady ID. 2. Grafoplast Wire Markers. 3. Ideal Industries, Inc. 4. Substitutions: Must be submitted for review before purchase. B. Description: tubing type wire markers. C. Legend: 1. Power and Lighting Circuits: Branch circuit or feeder number as indicated on Drawings. 2. Control Circuits: Control wire number as indicated on Drawings. 2.4 CONDUIT AND RACEWAY MARKERS A. Manufacturers: 1. Brady ID. 2. Ideal Industries, Inc. 3. Seton Identification Products. 4. Substitutions: Must be submitted for review before purchase. 01555521 IDENTIFICATION FOR ELECTRICAL 26 05 53 - 2 09/22 SYSTEMS B. Description: Labels fastened with adhesive. C. Color: 1. Medium Voltage System: Black lettering on white background. 2. 480 Volt System: Black lettering on white background. 3. 240 Volt System: Black lettering on white background. D. Legend: 1. Medium Voltage System: [HIGH VOLTAGE. 2. 480 Volt System: [480 VOLTS. 3. 240 Volt System:240 VOLTS. 2.5 STENCILS A. Manufacturers: 1. Kolbi Pipe Marker Co. 2. Seton Identification Products. 3. Substitutions: Must be submitted for review before purchase. B. Stencils: With clean cut symbols and letters of following size: 1. Up to 2 inches Outside Diameter of Raceway: 1/2-inch high letters. 2. 2-1/2 to 6 inches Outside Diameter of Raceway: 1-inch high letters. C. Stencil Paint: Semi -gloss enamel, colors conforming to the following: 1. Black lettering on white background. 2.6 UNDERGROUND WARNING TAPE A. Manufacturers: 1. Brady ID. 2. Kolbi Pipe Marker Co. 3. Seton Identification Products. 4. Substitutions: Must be submitted for review before purchase. 2.7 LOCKOUT DEVICES A. Lockout Hasps: 1. Manufacturers: a. Brady ID. b. Master Lock Company, LLC. C. Substitutions: Must be submitted for review before purchase. 2. Anodized aluminum hasp with erasable label surface; size minimum 7-1/4 by 3 inches. PART 3 - EXECUTION 3.1 PREPARATION A. Degrease and clean surfaces to receive adhesive for identification materials. 3.2 INSTALLATION A. Install identifying devices after completion of painting. 01555521 IDENTIFICATION FOR ELECTRICAL 26 05 53 - 3 09/22 SYSTEMS B. Nameplate Installation: 1. Install nameplate parallel to equipment lines. 2. Install nameplate for each electrical distribution and control equipment enclosure with corrosive -resistant mechanical fasteners, or adhesive. 3. Install nameplates for each control panel and major control components located outside panel with corrosive -resistant mechanical fasteners, or adhesive. 4. Secure nameplate to equipment front using screws. 5. Secure nameplate to inside surface of door on recessed panelboard in finished locations. 6. Install nameplates for the following: a. Switchboards. b. Panelboards. C. Transformers. d. Service Disconnects. C. Label Installation: 1. Install label parallel to equipment lines. 2. Install label for identification of individual control device stations. 3. Install labels for permanent adhesion and seal with clear lacquer. D. Wire Marker Installation: 1. Install wire marker for each conductor at each load connection. 2. Mark data cabling at each end. Install additional marking at accessible locations along the cable run. 3. Install labels at data outlets identifying patch panel and port designation as indicated on Drawings. E. Conduit Marker Installation: 1. Install conduit marker for each conduit longer than 6 feet. 2. Conduit Marker Spacing: 20 feet on center. 3. Raceway Painting: Identify conduit using field painting. a. Paint colored band on each conduit longer than 6 feet. b. Paint bands 20 feet on center. C. Color: 1) 480 Volt System: Blue. 2) 240 Volt System: Yellow. F. Stencil Installation: 1. Apply stencil to items identified on Project Drawings. G. Underground Warning Tape Installation: 1. Install underground warning tape along length of each underground conduit, raceway, or cable 12 inches directly above buried conduit, raceway, or cable. END OF SECTION 01555521 IDENTIFICATION FOR ELECTRICAL 26 05 53 - 4 09/22 SYSTEMS SECTION 46 43 20 — CIRCULAR CLARIFIER EQUIPMENT PART 1 - GENERAL 10I 38lu10TVAI11.1 A. Section includes furnishing and installing new drive units with underwater 316 stainless steel components detailed to fit existing circular concrete clarifier basins shown on contract drawings. Clarifier equipment shall be manufactured by WesTech Engineering, LLC: Environmental Dynamics International, INC; or equal as approved by Engineer. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. ASTM A36 - Structural Steel Specifications. B. ASTM A48 - Cast Iron Specifications. C. ASTM A123 - Hot -Dip Galvanized Coatings. D. ASTM A 15 3 - Hot -Dip Galvanized Bolts. E. ASTM A283C - Steel Plate Specifications. F. ASTM A325 - Fastener Specifications. G. ASTM A536 - Ductile Iron Specifications. H. ASTM A992 — Structural Steel Specifications. I. ASTM B271 — Copper Base Allow Casings. J. ASTM 304 - Bolt Specifications. K. AISI 4142 - Heat Treated Steel Specifications. L. AGMA - Gear Ratings. M. AWS - Current Standards. N. AFBMA - Bearing Life Specifications. O. NEMA - Motor Design Standards and Standards for Control Enclosures. 1.3 SCOPE A. There shall be furnished and installed equipment for two (2) circular spiral scraper cage drive clarifiers. The equipment shall include a center drive unit and torque control, walkway and platform with handrail, stationary center influent column, dual gate energy dissipating inlet (EDI), center feedwell, rotating drive cage, rake arms with spiral blades, anchor bolts, scum skimmer, scum box, effluent weir, scum baffle, and all other appurtenances required or shown on the drawings. 1.4 SUPPLIER A. The clarifier equipment specified in this section shall be WesTech Model COPC2G. Substitute equipment must be modified as necessary to provide the specified features and to meet the specified operating conditions. 01555521 CIRCULAR CLARIFIER EQUIPMENT 46 43 20 - l 09/22 1.5 DESIGN CRITERIA Influent flow rates per clarifier (MGD — w/o recycle) Design (avg. flow): 4.5 Maximum (max. daily flow): 7.5 Peak (peak hourly flow): 9.5 MLSS (mg/1): 3,000 SVI (ml/g): 130 Tank diameter (ft.): 110 Side water depth (ft.): 13'-7" Freeboard (ft.): 2 Bottom slope (in./ft.): 1:12 Influent column outside diameter (in.): 42 Scum box width (ft.): 6 Motor HP: 1 Torque (ft.-lbs.) Design running: 45,500 Momentary peak: 91,000 Ball race diameter (in.): 47 Drive overturning moment (ft.-lbs.): 465,781 MrIVINEW, A. A written supplier's warranty shall be provided for the equipment specified in this section. The warranty shall be for a minimum period of two (2) years from start-up. Such warranty shall cover all defects or failures of materials or workmanship which occur as the result of normal operation and service except for normal wear parts (i.e., squeegees, skimmer wipers, etc.). 1.7 SUBMITTALS A. Two copies of all materials required to establish compliance with these specifications shall be submitted for review. Submittals shall include at least the following: 1. Certified general arrangement drawings showing all important details and materials of construction, dimensions, loads on supporting structures, and anchor bolt locations. 2. Descriptive literature, bulletins, and/or catalogs of the equipment. 3. Complete data on motors and speed reducers. 01555521 CIRCULAR CLARIFIER EQUIPMENT 46 43 20 - 2 09/22 4. Wiring diagrams and electrical schematics for all control equipment to be furnished. 5. Calculations documenting the AGMA rating of the drive unit and life of the main bearing prepared and signed by a registered professional engineer. 6. Complete descriptive information and electrical schematic for the torque overload device. 7. Complete sludge transport calculations substantiating the rake blade design, rake tip speed, and floor slope. 8. Complete process calculations substantiating the sizing of the center column and ports, EDI and outlets, and outer feedwell. These calculations shall be based on parameters from the manufacturers operating experience. These parameters shall be verified by data presented from successful operating installations. Side by side comparison testing of EDI and feedwell design from existing operating clarifiers that have spiral rake blades and are products of the manufacturer shall be presented with the calculations. 9. The submittal shall include data from a minimum of five (5) successfully operating installations that verify the experience of the manufacturer. Data shall include performance verification of influent flow rate (Q), hydraulic loading (OFR), effluent suspended solids (ESS), return sludge solids concentration (RSS), return activated sludge flow rate (RAS) for secondary clarifiers, and waste sludge flow rate (WAS). 1.8 EXPERIENCE A. The equipment supplier shall have at least 15 years' experience in the design, application, and supply of circular clarifiers in water or wastewater treatment plants and shall submit a list of not less than 25 operating installations of clarifiers with spiral rake blades and EDI as evidence of meeting the experience requirement. This experience shall be evidenced by process performance data that is submitted showing actual data on a minimum of five existing installations that are operating successfully as required in the submittal section. B. To show evidence of being able to provide the quality of equipment and services described in this specification, the equipment supplier shall submit their ANAB-accredited ISO 9001 quality system certification. AIAO-BAR accredited systems are not a recognized equivalent and are therefore specifically prohibited. The quality procedures shall provide for a means of qualifying all sub -vendors and shall specify that the fabrication facility is a critical vendor and shall require inspection. The quality system shall be audited on -site by a third -party independent registrar at least annually. Certification shall remain in effect throughout the project start-up. Mechanism shall be manufactured according to requirements of Machinery Directive 98/37/EC. 1.9 SHOP ASSEMBLY AND INSPECTION A. The equipment specified herein shall be factory assembled as far as practical to verify that all mating parts can be field assembled. All mating parts shall be trial fit and match -marked. The manufacturer shall submit certification of shop trial assembly and photographs of assembly before shipment. The customer and installing contractor shall be given the opportunity to witness the shop assembly. 01555521 CIRCULAR CLARIFIER EQUIPMENT 46 43 20 - 3 09/22 B. Shop inspection shall be performed by a qualified inspector and certified by the manufacturer. The inspection shall be documented, and all deficiencies noted, corrected, re -inspected and final completion formally authorized. Final shipment authorization shall be by the manufacturer to ensure completion of all fabrication, assembly, and inspection requirements. Inspection records and evidence of inspector qualification shall be submitted to the owner upon request. PART2-PRODUCTS 2.1 GENERAL DESIGN A. Description 1. The clarifier mechanism shall be of the center drive type, supported on a stationary influent column, with the flow entering at the bottom of the influent column and flowing upward into the energy dissipating inlet. The flow shall then proceed into the feedwell through gates arranged for impinged flow near the water level for further energy dissipation and settling. The clarifier shall be designed to remove settled sludge from the bottom of the tank and floating scum from around the periphery of the tank. a. The clarifier shall perform the following integrated functions: 1) Dissipate energy and control localized currents. 2) Separate solids from the clear liquid. 3) Evenly withdraw the clear liquid. 4) Transport and thicken settled sludge. 5) Remove scum from the clarifier surface. B. Materials 1. All underwater components shall be 316 stainless steel. All materials will be passivated prior to shipment. All structural steel shall conform to AISC — Steel Construction Manual latest edition. All steel plates shall conform to ASTM A36. All structural steel shape series of M, MT, S, ST, C, MC, L shall conform to ASTM A36. Structural steel shapes W, WT, HP shall conform to ASTM A992/A572. All pipe shall be ASTM A53, Grade B. All square and rectangular tubing shall be ASTM A500, Grade B, unless otherwise noted. Steel members in contact with liquids, either continuously or intermittently, shall have a minimum thickness of 1/4-inch unless otherwise noted. All aluminum shall be type 5052, 6061, 6063, or 2014 alloy unless noted. All stainless steel shall be type 316/316L unless noted. C. Fabrication 1. Shop fabrication and welding of structural members shall be in accordance with the latest edition of the "Structural Welding Code", AWS D1.1, (AWS D1.2-Aluminum, AWS D1.6-Stainless Steel), of the American Welding Society. All welded connections shall develop the full strength of the connected elements and all joined or lapped surfaces shall be completely seal welded with a minimum 3/16-inch fillet weld. Intermittent welding shall not be allowed, except on non-ferrous metals. D. Edge Grinding 1. Sharp projections of cut or sheared edges of ferrous metals shall be ground to a radius by multiple passes of a power grinder as required to ensure satisfactory coating adhesion. 01555521 CIRCULAR CLARIFIER EQUIPMENT 46 43 20 - 4 09/22 E. Shop Surface Preparation/Coating 1. All iron and steel surfaces not submerged, except the drive unit, shall be hot -dipped galvanized by the clarifier manufacturer. The drive unit shall be coated with the supplier's standard enamel paint system. Structural Design 2. All steel design shall be in accordance with the AISC Manual of Steel Construction, latest edition and the International Building Code (IBC), latest edition. 2.2 DRIVE UNIT A. Design Parameters 1. The drive unit shall be designed and manufactured by the clarifier equipment supplier to ensure unit responsibility. The drive unit shall be designed for the torque values previously listed. It shall turn the mechanism at the design collector tip speed. The drive main bearing shall be designed for the total rotating mechanism loads with a minimum L-10 life of 50 years or 438,000 hours. The drive unit shall be capable of producing and withstanding the previously listed momentary peak torque while starting. The drive main gear shall be designed to a minimum AGMA 6 rating when rated in accordance with the latest AGMA standard. Gear teeth shall be designed for proper load distribution and sharing. Stub tooth design and surface hardening of the main gear shall not be allowed. The main bearing shall be capable of withstanding the listed overturning moment without the aid of any underwater guides or bearings to ensure correct tooth contact for AGMA rating of the main gear. a. All spur gearing shall be designed to the latest AGMA spur gear standard for strength and surface durability, based on a life of 175,000 hours. The design running torque rating of the drive gearing shall be based on the smaller of the strength and durability values determined from the above AGMA standard. To ensure safety and ease of maintenance, all components of the drive shall be direct coupled. b. No overhung pinions shall be allowed on the speed reducing unit. The lower pinion bearing shall not be located below the turntable base. C. All welding on the drive unit shall be done using E70XX weld rod. B. Physical Characteristics 1. The drive unit shall consist of a solid internal main spur gear, bearing turntable, pinion, secondary speed reducer, support base, and drive unit bearing. The drive shall be mounted on the center column and support the entire rotating load of the mechanism. The main internal gear shall be forged of alloy hardened steel. The pinion shall be heat treated alloy steel. All speed reducers shall be fully enclosed and running in grease. Support base for the drive shall be of welded steel to assure rigidity. Lubricant and dust shields shall be provided. The drive bearing shall include a forged steel precision gear/bearing set, with fully contoured raceways hardened to a minimum 58-60 Rc and protected by a neoprene seal. Strip liners designed for periodic maintenance and replacement shall not be acceptable. The drive shall be designed so that the balls and nylon spacers can be replaced without removing the access walkway. The main gear to pinion gear mesh shall be oil lubricated. Lubrication fittings shall be readily accessible. Continuous condensate drains shall be provided in the main gear housing. C. Overload Protection 1. An overload device shall be provided in a stainless steel, weatherproof enclosure. The device shall be actuated by torque generated from the main drive, which shall 01555521 CIRCULAR CLARIFIER EQUIPMENT 46 43 20 - 5 09/22 operate two independently adjustable switches (the alarm switch at 100 percent of design running torque and the motor cutout switch at 120 percent of design running torque). Devices that require the worm to float and measure the thrust of the worm gear shall not be acceptable. These two switches shall be factory adjusted to accurately calibrate the alarm torque value and the overload position. A visual torque indicator shall be provided and oriented so that it may be read from the walkway. It shall be calibrated from 0-160 percent of design running torque. D. Turntable 1. The turntable base shall have an annular bearing raceway upon which the rotating assembly rests. It shall have a maximum allowable deflection in accordance with the bearing specifications. The allowable modulus of elasticity shall be a minimum of 29 x 106 psi. The center cage shall be fastened to and supported from the gear casing. Ball bearings shall be of high carbon chrome alloy 52100 steel running in fully contoured races, as part of a precision gear/bearing set. The balls shall be grease lubricated and protected by elastomer seals. Felt seals that allow the entrance of moisture from outside the drive (i.e., rainwater, condensate, etc.) will not be allowed. E. Speed Reducing Unit 1. The speed reducing unit shall consist of cycloidal, helical, or planetary speed reducers directly connected to a motor without the use of chains or v-belts and shall be keyed to the pinion. 2. The main ring gear of cycloidal drives shall be made of high carbon chromium bearing steel and be fixed to the drive casing. An eccentric bearing on the high- speed shaft shall roll cycloidal discs of the same material around the internal circumference of this main ring gear. The lobes of the cycloid disc shall engage successively with pins in the fixed ring gear. The movement of the cycloid discs shall be transmitted then by pins to the low speed shaft. Speed reducer efficiency shall be a minimum of 90% per reduction stage. a. Speed reducer helical or planetary gearing shall be manufactured to AGMA standards and shall provide at least 95% power transmission efficiency per stage. The speed reducer shall have a minimum service factor of 1.25 based on the output torque rating of the drive. b. The reducers shall be fitted with radial and thrust bearings of proper size for all mechanism loads and be grease lubricated. As a safety feature, the speed reducer shall be back driveable to release any stored energy as the result of an over torque condition. F. Motor 1. The motor shall be a squirrel cage, induction type, TEFC, ball bearing heavy duty unit of ample power for starting and operating the mechanism without overload, with a minimum service factor of 1.15. a. Power supply to the equipment shall be 240/480-volt, 60 hertz, 3 phase. 01555521 CIRCULAR CLARIFIER EQUIPMENT 46 43 20 - 6 09/22 2.3 WALKWAY AND PLATFORM A. Walkway 1. One (1) 36 inch wide walkway and platform with handrails shall be supported by the drive unit and influent column at the center and the tank wall at its outer end and shall be designed to safely withstand a live load of 50 pounds per square foot. Deflection shall not exceed L/360 when both the dead load and live loads are applied. It shall consist of two trusses or beams with 1-1/4-inch aluminum I -bar grating between the trusses or beams. The walkway shall be diagonally braced against lateral movement, and provided with handrails 42 inches high, of double -row 1-1/2-inch diameter horizontal aluminum pipe, and 4-inch-high kickplates on both sides. Walkway trusses may serve as the handrail if the top chord is 3 feet-6 inches above the walking surface. a. Stainless steel bearing plates, UHMW-PE slide plates, and anchor bolts for the wall support shall be provided by the equipment supplier and installed by the contractor. Bearing plate dimensions and anchor bolt diameter, length, quantity, and arrangement shall be per the equipment supplier. The contractor shall block out or otherwise modify the tank or support structure to accommodate walkway and supports, if required. B. Center Drive Platform 1. A center drive platform shall be provided which allows 24 inches clearance outside the center drive components. It shall consist of 1/4-inch aluminum checkered plate with necessary stiffeners and supports, resting on the drive unit and center column, and provided with connections to the walkway. The entire platform shall be surrounded by handrails 42 inches high of double -row 1-1/2-inch diameter horizontal aluminum pipe with 4-inch high kickplates. 2.4 INFLUENT AND SLUDGE REMOVAL A. Stationary Center Influent Column 1. A stationary cylindrical 316 stainless steel influent column of 1/4-inch minimum wall thickness shall be provided. One end shall have a support flange for bolting to the tank floor over the influent line, with a similar flange at the top for supporting the drive unit and walkway. The structure and anchor bolts shall provide adequate support for the entire mechanism dead load plus live loads and torque with an adequate factor of safety to eliminate excessive deflection or vibration. Suitable openings shall be provided in the upper portion of the column to allow unrestricted passage of the flow into the energy dissipating inlet. a. Prior to the center column being grouted in place, the drive unit shall be installed, positioned, and leveled. B. Dual Gate Energy Dissipating Inlet (DG-EDI) 1. A dual gate rotating circular energy dissipating inlet with bottom shall be supported by the cage and be designed to diffuse the liquid into the feedwell in a bi-directional or tangential direction without excessive disturbance or formation of vertical velocity currents. The DG-EDI shall be designed to positively prevent sludge from depositing within the DG-EDI and shall include bottom drain holes. a. The diameter, depth, and detention time of the DG-EDI shall be included in the submittal with the design calculations and shall show proper process application as evidenced by the required successful operating installations. 01555521 CIRCULAR CLARIFIER EQUIPMENT 46 43 20 - 7 09/22 b. The rotating DG-EDI shall be designed with a full bottom extending to within 1 inch of the center column. It shall include an upper rim angle for stiffness. Multiple, discharge ports shall be provided to induce impinged flow. The gates shall have a fixed bottom to prevent vertical currents as the flow exits the DG-EDI. C. The DG-EDI shall be made of not less than 3/16-inch-thick 316 stainless steel plate with necessary stiffening angles. d. EDI Test Data — The submittal shall include data from side -by -side tests on identical full-scale operating clarifiers at least 100 ft. in diameter, with identical feed and underflow rates. The data shall show that installation of an EDI equivalent in design to that proposed for this project produced a decrease in effluent suspended solids of at least 25 percent. C. Feedwell The flocculating feedwell shall be located outside of the EDI to diffuse the liquid into the tank without disturbance or formation of velocity currents. Baffled openings shall be provided near the water surface to allow scum to exit the feedwell. a. The supports for the feedwell shall be located either above the liquid extending from the cage or bridge, or on the rake arms. Submerged supports from the rake arms shall be designed to minimize horizontal flow disruption. b. No feedwell support or feedwell spliced connection shall be contained within the annular space formed between the feedwell and EDI. The depth of the feedwell shall be such as to provide proper detention time and an exit velocity at maximum flow that will not scour the settled sludge. The diameter, depth, detention time, and exit velocities shall match the process application calculations as evidenced by the required successful operating installations. C. The feedwell shall be made of not less than 3/16-inch-thick stainless steel plate with necessary stiffening angles. D. Center Cage 1. The center cage shall be of stainless steel box truss construction. It shall be provided with connections for the two sludge rake arms and feedwell supports if required. The cage top shall be bolted to the main gear which shall rotate the cage with the attached arms and feedwell. The cage and each arm shall be designed to withstand 150 percent of the design running torque of the drive without over stressing the members. Loading to develop the torque shall be considered as uniform loads applied to each arm individually. E. Sludge Rake Arms 1. The mechanism shall include two long sludge rake arms of stainless steel truss construction with spiral -shaped steel scraper blades and adjustable stainless -steel squeegees. Squeegees shall be fastened to the rake blades with stainless steel fasteners. a. Scraper blades shall be designed for sufficient sludge transport capacity to handle the design solids loading rate, with the depth of the blade varying from a minimum at the tank periphery to a maximum at the tank center. b. Blades shall properly convey settled sludge to the sludge withdrawal point. Blades which move sludge away from the center column to the withdrawal point ring shall also be provided. C. The arms shall be adjustable at the cage to assure an even grout thickness over the tank bottom. 01555521 CIRCULAR CLARIFIER EQUIPMENT 46 43 20 - 8 09/22 d. The rake speed shall be sufficient to transport the necessary volume of sludge to the sludge outlet but shall not re -suspend settled sludge. 2.5 SCUM REMOVAL A. General 1. The clarifier manufacturer shall furnish two (2) skimming devices as part of each clarifier mechanism. Each skimming mechanism shall be arranged to sweep the surface of the sedimentation compartment, automatically removing scum and floating material to a scum box at the periphery of the tank. B. Skimmer Construction 1. The rotating scum skimmer shall include a horizontal stainless steel plate skimmer blade supported by vertical stainless steel members extending up from the rake arms. The blade shall extend from a point 6 inches away from the influent feedwell to the hinged scum skimmer assembly at the tank periphery. C. Scum Skimmer Assembly 1. A hinged scum skimmer assembly shall be mounted on the outer end of the skimmer blade. The hinged scum skimmer assembly shall be designed to form a pocket for trapping the scum. The hinged arrangement shall insure continual contact and proper alignment between wiper blade, scum baffle, and ramp as the blade travels up the scum box ramp. The wiper blade shall have a wearing strip on its outer end which contacts the scum baffle and a neoprene strip on its lower and inner edge. The neoprene wipers shall be a minimum 1/4-inch thickness. The scum is trapped as the wiper blade meets the ramp and is raised up the ramp to be deposited into the scum trough for disposal. D. Scum Box 1. The scum box shall be of the size specified, supported from the tank wall and connected to the scum withdrawal piping. It shall be made of 1/4-inch thick welded 316 stainless steel plate. The box shall have a scum trough, vertical steel sides, and a sloping approach ramp that extends from 1-1/2 inches above water level to 5-1/2 inches below. A similar ramp shall be provided at the opposite end to allow the skimmer blade to lower back to the operating position. A flexible connector shall be provided for connection to the contractor supplied scum withdrawal piping in the tank wall. E. Scum Flushing Valve 1. A valve shall be attached to the scum box which automatically opens and allows clarified liquid into the scum box to flush out solids. The valve shall actuate at every pass of the scum skimmer over the scum box, allowing sufficient delay after deposit of the solids before flushing begins. Delay and flush duration shall be adjustable. The opening and closing of the scum flushing valve shall be one smooth continuous movement. The valve shall provide 2 to 5 gallons of flush water per each pass of the skimmer assembly. F. Scum Baffle 1. The baffle shall consist of 1/4-inch-thick x 12 inches deep fiberglass sections. In the area of the scum box the scum baffle shall extend to 24 inches starting approximately 6 feet before and ending 2 feet after the scum box. The baffle sections shall be curved and fastened to the launder wall with adjustable FRP support brackets, stainless steel fasteners, and anchor bolts. 01555521 CIRCULAR CLARIFIER EQUIPMENT 46 43 20 - 9 09/22 2.6 EFFLUENT REMOVAL A. Launder 1. A rectangular effluent launder shall be provided around the perimeter of the tank. The launder shall be formed as part of the concrete wall. A drop -out box shall be provided in the bottom of the launder at one point for collection and discharge of the clarified effluent. B. Weir 1. An adjustable weir shall be provided around the periphery of the tank at the water surface for removal of clarified effluent. a. The weir shall consist of 1/4-inch-thick by 9 inches deep fiberglass sections with 2-1/2-inch-deep 90-degree v-notches at 6-inch intervals. The weir sections shall be curved and fastened to the launder wall with special large washers, anchor bolts, and hex nuts to allow vertical adjustment. 2.7 ELECTRICAL A. The equipment supplier shall furnish all electrical items specifically called for in this specification section. The contractor shall supply and install all other electrical items required to place the equipment into service. B. The contractor shall supply and install all field wiring required including but not limited to proper size wire, conduit, fittings, and supports. 2.8 ANCHORAGE AND FASTENERS A. Anchor Bolts 1. All anchor bolts shall be a minimum of 1/2-inch diameter and made of type 316 stainless steel. The equipment supplier shall furnish all anchor bolts, nuts, and washers required for the equipment. B. Fasteners 1. All structural fasteners shall be a minimum of 1/2-inch diameter and made of type 316 stainless steel. The equipment supplier shall furnish all fasteners required for the assembly of the equipment. PART 3 - INSTALLATION 3.1 GENERAL A. The equipment shall be installed properly to provide a complete working system. Installation shall follow the supplier's recommendations. 3.2 MANUALS A. The equipment supplier shall furnish an electronic copy of the operation and maintenance manual, which will be retained at the installation site to assist plant operators. The manual shall include the supplier's erection and assembly recommendations and a complete list of recommended spare parts. 01555521 CIRCULAR CLARIFIER EQUIPMENT 46 43 20 - 10 09/22 3.3 FIELD SERVICE A. The equipment supplier shall provide the service of a qualified representative for one trip and one day per mechanism to inspect the mechanism installation, assist in start-up, and instruct plant personnel in the proper operation and maintenance of the mechanism. 3.4 FIELD TESTING A. Torque Tests 1. The entire sludge collector mechanism shall be statically load tested by loading the rake arm with 150 percent of the specified design running torque. The test shall verify the torque overload control device settings for alarm and motor cutout. One truss arm shall be anchored, and the load measured to demonstrate the rake arms', cages, and drive unit's ability to withstand the specified torque. Sketches and calculations shall be submitted illustrating how the torque will be applied prior to the test taking place. B. Operation Tests 1. The contractor shall operate the mechanism in a dry tank for a minimum of 4 continuous hours before flow is allowed to enter the system. There shall be no binding, jerky, or unusual motion exhibited during this run-in period. Motor amperage shall be checked at least hourly for any unusual or higher than normal figures. After the unit has successfully passed this initial test, flow shall be introduced into the tank and the same 4-hour observation test run. If the unit should fail under any of these conditions, the test shall be halted, and the problem corrected. If, after several attempts, the unit does not successfully pass the field test, the faulty portion of the equipment shall be repaired or replaced and the test re -run. END OF SECTION 01555521 CIRCULAR CLARIFIER EQUIPMENT 46 43 20 - 11 09/22 APPENDIX A OSHA 1926 SUBPART P APPENDIX A OSHA 1926 SUBPART P § 1926.606 If it is necessary to stand at the out- board or inboard edge of the deckload where less than 24 inches of bulwark, rail, coaming, or other protection ex- ists, all employees shall be provided with a suitable means of protection against falling from the deckload. (d) First -aid and lifesaving equipment. (1) Provisions for rendering first aid and medical assistance shall be in ac- cordance with subpart D of this part. (2) The employer shall ensure that there is in the vicinity of each barge in use at least one U.S. Coast Guard -ap- proved 30-inch lifering with not less than 90 feet of line attached, and at least one portable or permanent ladder which will reach the top of the apron to the surface of the water. If the above equipment is not available at the pier, the employer shall furnish it during the time that he is working the barge. (3) Employees walking or working on the unguarded decks of barges shall be protected with U.S. Coast Guard -ap- proved work vests or buoyant vests. (e) Commercial diving operations. Com- mercial diving operations shall be sub- ject to subpart T of part 1910, §§ 1910.401-1910.441, of this chapter. [39 FR 22801, June 24, 1974, as amended at 42 FR 37674, July 22, 1977] § 1926.606 Definitions applicable to this subpart. (a) Apron —The area along the water- front edge of the pier or wharf. (b) Bulwark —The side of a ship above the upper deck. (c) Coaming—The raised frame, as around a hatchway in the deck, to keep out water. (d) Jacob's ladder —A marine ladder of rope or chain with wooden or metal rungs. (e) Rail, for the purpose of § 1926.605, means a light structure serving as a guard at the outer edge of a ship's deck. Subpart P—Excavations AUTHORITY: Sec. 107, Contract Worker Hours and Safety Standards Act (Construc- tion Safety Act) (40 U.S.C. 333); Secs. 4, 6, 8, Occupational Safety and Health Act of 1970 (29 U.S.C. 653, 655, 657); Secretary of Labor's Order No. 12-71 (36 FR 8754), 8-76 (41 FR 29 CFR Ch. XVII (7-1-07 Edition) 25059), or 9-83 (48 FR 35736), as applicable, and 29 CFR part 1911. SOURCE: 54 FR 45959, Oct. 31, 1989, unless otherwise noted. § 1926.650 Scope, application, and defi- nitions applicable to this subpart. (a) Scope and application. This sub- part applies to all open excavations made in the earth's surface. Exca- vations are defined to include trenches. (b) Definitions applicable to this sub- part. Accepted engineering practices means those requirements which are compat- ible with standards of practice required by a registered professional engineer. Aluminum Hydraulic Shoring means a pre-engineered shoring system com- prised of aluminum hydraulic cylinders (crossbraces) used in conjunction with vertical rails (uprights) or horizontal rails (walers). Such system is designed, specifically to support the sidewalls of an excavation and prevent cave-ins. Bell-bottom pier hole means a type of shaft or footing excavation, the bottom of which is made larger than the cross section above to form a belled shape. Benching (Benching system) means a method of protecting employees from cave-ins by excavating the sides of an excavation to form one or a series of horizontal levels or steps, usually with vertical or near -vertical surfaces be- tween levels. Cave-in means the separation of a mass of soil or rock material from the side of an excavation, or the loss of soil from under a trench shield or support system, and its sudden movement into the excavation, either by falling or sliding, in sufficient quantity so that it could entrap, bury, or otherwise injure and immobilize a person. Competent person means one who is capable of identifying existing and pre- dictable hazards in the surroundings, or working conditions which are unsan- itary, hazardous, or dangerous to em- ployees, and who has authorization to take prompt corrective measures to eliminate them. Cross braces mean the horizontal members of a shoring system installed perpendicular to the sides of the exca- vation, the ends of which bear against either uprights or wales. 366 Occupational Safety and Health Admin., Labor Excavation means any man-made cut, cavity, trench, or depression in an earth surface, formed by earth re- moval. Faces or sides means the vertical or inclined earth surfaces formed as a re- sult of excavation work. Failure means the breakage, displace- ment, or permanent deformation of a structural member or connection so as to reduce its structural integrity and its supportive capabilities. Hazardous atmosphere means an at- mosphere which by reason of being ex- plosive, flammable, poisonous, corro- sive, oxidizing, irritating, oxygen defi- cient, toxic, or otherwise harmful, may cause death, illness, or injury. Kickout means the accidental release or failure of a cross brace. Protective system means a method of protecting employees from cave-ins, from material that could fall or roll from an excavation face or into an ex- cavation, or from the collapse of adja- cent structures. Protective systems in- clude support systems, sloping and benching systems, shield systems, and other systems that provide the nec- essary protection. Ramp means an inclined walking or working surface that is used to gain ac- cess to one point from another, and is constructed from earth or from struc- tural materials such as steel or wood. Registered Professional Engineer means a person who is registered as a profes- sional engineer in the state where the work is to be performed. However, a professional engineer, registered in any state is deemed to be a "registered pro- fessional engineer" within the meaning of this standard when approving de- signs for "manufactured protective systems" or "tabulated data" to be used in interstate commerce. Sheeting means the members of a shoring system that retain the earth in position and in turn are supported by other members of the shoring system. Shield (Shield system) means a struc- ture that is able to withstand the forces imposed on it by a cave-in and thereby protect employees within the structure. Shields can be permanent structures or can be designed to be portable and moved along as work pro- gresses. Additionally, shields can be ei- ther premanufactured or job -built in § 1926.650 accordance with § 1926.652 (c)(3) or (c)(4). Shields used in trenches are usu- ally referred to as "trench boxes" or "trench shields." Shoring (Shoring system) means a structure such as a metal hydraulic, mechanical or timber shoring system that supports the sides of an exca- vation and which is designed to prevent cave-ins. Sides. See "Faces." Sloping (Sloping system) means a method of protecting employees from cave-ins by excavating to form sides of an excavation that are inclined away from the excavation so as to prevent cave-ins. The angle of incline required to prevent a cave-in varies with dif- ferences in such factors as the soil type, environmental conditions of ex- posure, and application of surcharge loads. Stable rock means natural solid min- eral material that can be excavated with vertical sides and will remain in- tact while exposed. Unstable rock is considered to be stable when the rock material on the side or sides of the ex- cavation is secured against caving -in or movement by rock bolts or by an- other protective system that has been designed by a registered professional engineer. Structural ramp means a ramp built of steel or wood, usually used for vehicle access. Ramps made of soil or rock are not considered structural ramps. Support system means a structure such as underpinning, bracing, or shor- ing, which provides support to an adja- cent structure, underground installa- tion, or the sides of an excavation. Tabulated data means tables and charts approved by a registered profes- sional engineer and used to design and construct a protective system. Trench (Trench excavation) means a narrow excavation (in relation to its length) made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench (measured at the bottom) is not greater than 15 feet (4.6 m). If forms or other structures are installed or con- structed in an excavation so as to re- duce the dimension measured from the forms or structure to the side of the ex- cavation to 15 feet (4.6 m) or less 367 § 1926.651 (measured at the bottom of the exca- vation), the excavation is also consid- ered to be a trench. Trench box. See "Shield." Trench shield. See "Shield." Uprights means the vertical members of a trench shoring system placed in contact with the earth and usually po- sitioned so that individual members do not contact each other. Uprights placed so that individual members are closely spaced, in contact with or interconnected to each other, are often called "sheeting." Wales means horizontal members of a shoring system placed parallel to the excavation face whose sides bear against the vertical members of the shoring system or earth. § 1926.651 Specific excavation require- ments. (a) Surface encumbrances. All surface encumbrances that are located so as to create a hazard to employees shall be removed or supported, as necessary, to safeguard employees. (b) Underground installations. (1) The estimated location of utility installa- tions, such as sewer, telephone, fuel, electric, water lines, or any other un- derground installations that reason- ably may be expected to be encoun- tered during excavation work, shall be determined prior to opening an exca- vation. (2) Utility companies or owners shall be contacted within established or cus- tomary local response times, advised of the proposed work, and asked to estab- lish the location of the utility under- ground installations prior to the start of actual excavation. When utility companies or owners cannot respond to a request to locate underground utility installations within 24 hours (unless a longer period is required by state or local law), or cannot establish the exact location of these installations, the employer may proceed, provided the employer does so with caution, and provided detection equipment or other acceptable means to locate utility in- stallations are used. (3) When excavation operations ap- proach the estimated location of under- ground installations, the exact loca- tion of the installations shall be deter- mined by safe and acceptable means. 29 CFR Ch. XVII (7-1-07 Edition) (4) While the excavation is open, un- derground installations shall be pro- tected, supported or removed as nec- essary to safeguard employees. (c) Access and egress—(1) Structural ramps. (i) Structural ramps that are used solely by employees as a means of access or egress from excavations shall be designed by a competent person. Structural ramps used for access or egress of equipment shall be designed by a competent person qualified in structural design, and shall be con- structed in accordance with the design. (ii) Ramps and runways constructed of two or more structural members shall have the structural members con- nected together to prevent displace- ment. (iii) Structural members used for ramps and runways shall be of uniform thickness. (iv) Cleats or other appropriate means used to connect runway struc- tural members shall be attached to the bottom of the runway or shall be at- tached in a manner to prevent tripping. (v) Structural ramps used in lieu of steps shall be provided with cleats or other surface treatments on the top surface to prevent slipping. (2) Means of egress from trench exca- vations. A stairway, ladder, ramp or other safe means of egress shall be lo- cated in trench excavations that are 4 feet (1.22 m) or more in depth so as to require no more than 25 feet (7.62 m) of lateral travel for employees. (d) Exposure to vehicular traffic. Em- ployees exposed to public vehicular traffic shall be provided with, and shall wear, warning vests or other suitable garments marked with or made of reflectorized or high -visibility mate- rial. (e) Exposure to falling loads. No em- ployee shall be permitted underneath loads handled by lifting or digging equipment. Employees shall be re- quired to stand away from any vehicle being loaded or unloaded to avoid being struck by any spillage or falling mate- rials. Operators may remain in the cabs of vehicles being loaded or un- loaded when the vehicles are equipped, in accordance with § 1926.601(b)(6), to provide adequate protection for the op- erator during loading and unloading operations. 368 Occupational Safety and Health Admin., Labor (f) Warning system for mobile equip- ment. When mobile equipment is oper- ated adjacent to an excavation, or when such equipment is required to ap- proach the edge of an excavation, and the operator does not have a clear and direct view of the edge of the exca- vation, a warning system shall be uti- lized such as barricades, hand or me- chanical signals, or stop logs. If pos- sible, the grade should be away from the excavation. (g) Hazardous atmospheres—(1) Testing and controls. In addition to the require- ments set forth in subparts D and E of this part (29 CFR 1926.50-1926.107) to prevent exposure to harmful levels of atmospheric contaminants and to as- sure acceptable atmospheric condi- tions, the following requirements shall apply: (i) Where oxygen deficiency (atmospheres containing less than 19.5 percent oxygen) or a hazardous atmos- phere exists or could reasonably be ex- pected to exist, such as in excavations in landfill areas or excavations in areas where hazardous substances are stored nearby, the atmospheres in the exca- vation shall be tested before employees enter excavations greater than 4 feet (1.22 m) in depth. (ii) Adequate precautions shall be taken to prevent employee exposure to atmospheres containing less than 19.5 percent oxygen and other hazardous atmospheres. These precautions in- clude providing proper respiratory pro- tection or ventilation in accordance with subparts D and E of this part re- spectively. (iii) Adequate precaution shall be taken such as providing ventilation, to prevent employee exposure to an at- mosphere containing a concentration of a flammable gas in excess of 20 per- cent of the lower flammable limit of the gas. (iv) When controls are used that are intended to reduce the level of atmos- pheric contaminants to acceptable lev- els, testing shall be conducted as often as necessary to ensure that the atmos- phere remains safe. (2) Emergency rescue equipment. (i) Emergency rescue equipment, such as breathing apparatus, a safety harness and line, or a basket stretcher, shall be readily available where hazardous at- § 1926.651 mospheric conditions exist or may rea- sonably be expected to develop during work in an excavation. This equipment shall be attended when in use. (ii) Employees entering bell-bottom pier holes, or other similar deep and confined footing excavations, shall wear a harness with a life -line securely attached to it. The lifeline shall be sep- arate from any line used to handle ma- terials, and shall be individually at- tended at all times while the employee wearing the lifeline is in the exca- vation. (h) Protection from hazards associated with water accumulation. (1) Employees shall not work in excavations in which there is accumulated water, or in exca- vations in which water is accumu- lating, unless adequate precautions have been taken to protect employees against the hazards posed by water ac- cumulation. The precautions necessary to protect employees adequately vary with each situation, but could include special support or shield systems to protect from cave-ins, water removal to control the level of accumulating water, or use of a safety harness and lifeline. (2) If water is controlled or prevented from accumulating by the use of water removal equipment, the water removal equipment and operations shall be monitored by a competent person to ensure proper operation. (3) If excavation work interrupts the natural drainage of surface water (such as streams), diversion ditches, dikes, or other suitable means shall be used to prevent surface water from entering the excavation and to provide adequate drainage of the area adjacent to the ex- cavation. Excavations subject to runoff from heavy rains will require an in- spection by a competent person and compliance with paragraphs (h)(1) and (h)(2) of this section. (i) Stability of adjacent structures. (1) Where the stability of adjoining build- ings, walls, or other structures is en- dangered by excavation operations, support systems such as shoring, brac- ing, or underpinning shall be provided to ensure the stability of such struc- tures for the protection of employees. (2) Excavation below the level of the base or footing of any foundation or re- taining wall that could be reasonably 369 § 1926.652 expected to pose a hazard to employees shall not be permitted except when: (i) A support system, such as under- pinning, is provided to ensure the safe- ty of employees and the stability of the structure; or (ii) The excavation is in stable rock; or (iii) A registered professional engi- neer has approved the determination that the structure is sufficently re- moved from the excavation so as to be unaffected by the excavation activity; or (iv) A registered professional engi- neer has approved the determination that such excavation work will not pose a hazard to employees. (3) Sidewalks, pavements, and appur- tenant structure shall not be under- mined unless a support system or an- other method of protection is provided to protect employees from the possible collapse of such structures. (j) Protection of employees from loose rock or soil. (1) Adequate protection shall be provided to protect employees from loose rock or soil that could pose a hazard by falling or rolling from an excavation face. Such protection shall consist of scaling to remove loose ma- terial; installation of protective barri- cades at intervals as necessary on the face to stop and contain falling mate- rial; or other means that provide equiv- alent protection. (2) Employees shall be protected from excavated or other materials or equip- ment that could pose a hazard by fall- ing or rolling into excavations. Protec- tion shall be provided by placing and keeping such materials or equipment at least 2 feet (.61 m) from the edge of excavations, or by the use of retaining devices that are sufficient to prevent materials or equipment from falling or rolling into excavations, or by a com- bination of both if necessary. (k) Inspections. (1) Daily inspections of excavations, the adjacent areas, and protective systems shall be made by a competent person for evidence of a sit- uation that could result in possible cave-ins, indications of failure of pro- tective systems, hazardous atmospheres, or other hazardous condi- tions. An inspection shall be conducted by the competent person prior to the start of work and as needed throughout 29 CFR Ch. XVII (7-1-07 Edition) the shift. Inspections shall also be made after every rainstorm or other hazard increasing occurrence. These in- spections are only required when em- ployee exposure can be reasonably an- ticipated. (2) Where the competent person finds evidence of a situation that could re- sult in a possible cave-in, indications of failure of protective systems, haz- ardous atmospheres, or other haz- ardous conditions, exposed employees shall be removed from the hazardous area until the necessary precautions have been taken to ensure their safety. (1) Walkways shall be provided where employees or equipment are required or permitted to cross over excavations. Guardrails which comply with § 1926.502(b) shall be provided where walkways are 6 feet (1.8 m) or more above lower levels. [54 FR 45959, Oct. 31, 1989, as amended by 59 FR 40730, Aug. 9, 1994] § 1926.652 Requirements for protective systems. (a) Protection of employees in exca- vations. (1) Each employee in an exca- vation shall be protected from cave-ins by an adequate protective system de- signed in accordance with paragraph (b) or (c) of this section except when: (i) Excavations are made entirely in stable rock; or (ii) Excavations are less than 5 feet (1.52m) in depth and examination of the ground by a competent person provides no indication of a potential cave-in. (2) Protective systems shall have the capacity to resist without failure all loads that are intended or could rea- sonably be expected to be applied or transmitted to the system. (b) Design of sloping and benching sys- tems. The slopes and configurations of sloping and benching systems shall be selected and constructed by the em- ployer or his designee and shall be in accordance with the requirements of paragraph (b)(1); or, in the alternative, paragraph (b)(2); or, in the alternative, paragraph (b)(3), or, in the alternative, paragraph (b)(4), as follows: (1) Option (1)—Allowable configurations and slopes. (i) Excavations shall be sloped at an angle not steeper than one and one-half horizontal to one vertical 370 Occupational Safety and Health Admin., Labor (34 degrees measured from the hori- zontal), unless the employer uses one of the other options listed below. (ii) Slopes specified in paragraph (b)(1)(i) of this section, shall be exca- vated to form configurations that are in accordance with the slopes shown for Type C soil in Appendix B to this subpart. (2) Option (2)—Determination of slopes and configurations using Appendices A and B. Maximum allowable slopes, and allowable configurations for sloping and benching systems, shall be deter- mined in accordance with the condi- tions and requirements set forth in ap- pendices A and B to this subpart. (3) Option (3)—Designs using other tab- ulated data. (i) Designs of sloping or benching systems shall be selected from and be in accordance with tab- ulated data, such as tables and charts. (ii) The tabulated data shall be in written form and shall include all of the following: (A) Identification of the parameters that affect the selection of a sloping or benching system drawn from such data; (B) Identification of the limits of use of the data, to include the magnitude and configuration of slopes determined to be safe; (C) Explanatory information as may be necessary to aid the user in making a correct selection of a protective sys- tem from the data. (iii) At least one copy of the tab- ulated data which identifies the reg- istered professional engineer who ap- proved the data, shall be maintained at the jobsite during construction of the protective system. After that time the data may be stored off the jobsite, but a copy of the data shall be made avail- able to the Secretary upon request. (4) Option (4)—Design by a registered professional engineer. (i) Sloping and benching systems not utilizing Option (1) or Option (2) or Option (3) under paragraph (b) of this section shall be approved by a registered professional engineer. (ii) Designs shall be in written form and shall include at least the following: (A) The magnitude of the slopes that were determined to be safe for the par- ticular project; § 1926.652 (B) The configurations that were de- termined to be safe for the particular project; and (C) The identity of the registered pro- fessional engineer approving the de- sign. (iii) At least one copy of the design shall be maintained at the jobsite while the slope is being constructed. After that time the design need not be at the jobsite, but a copy shall be made available to the Secretary upon re- quest. (c) Design of support systems, shield systems, and other protective systems. De- signs of support systems shield sys- tems, and other protective systems shall be selected and constructed by the employer or his designee and shall be in accordance with the requirements of paragraph (c)(1); or, in the alter- native, paragraph (c)(2); or, in the al- ternative, paragraph (c)(3); or, in the alternative, paragraph (c)(4) as follows: (1) Option (1)—Designs using appen- dices A, C and D. Designs for timber shoring in trenches shall be determined in accordance with the conditions and requirements set forth in appendices A and C to this subpart. Designs for alu- minum hydraulic shoring shall be in accordance with paragraph (c)(2) of this section, but if manufacturer's tab- ulated data cannot be utilized, designs shall be in accordance with appendix D. (2) Option (2)—Designs Using Manufac- turer's Tabulated Data. (i) Design of sup- port systems, shield systems, or other protective systems that are drawn from manufacturer's tabulated data shall be in accordance with all speci- fications, recommendations, and limi- tations issued or made by the manufac- turer. (ii) Deviation from the specifications, recommendations, and limitations issued or made by the manufacturer shall only be allowed after the manu- facturer issues specific written ap- proval. (iii) Manufacturer's specifications, recommendations, and limitations, and manufacturer's approval to deviate from the specifications, recommenda- tions, and limitations shall be in writ- ten form at the jobsite during con- struction of the protective system. After that time this data may be stored off the jobsite, but a copy shall 371 § 1926.652 be made available to the Secretary upon request. (3) Option (3)—Designs using other tab- ulated data. (i) Designs of support sys- tems, shield systems, or other protec- tive systems shall be selected from and be in accordance with tabulated data, such as tables and charts. (ii) The tabulated data shall be in written form and include all of the fol- lowing: (A) Identification of the parameters that affect the selection of a protective system drawn from such data; (B) Identification of the limits of use of the data; (C) Explanatory information as may be necessary to aid the user in making a correct selection of a protective sys- tem from the data. (iii) At least one copy of the tab- ulated data, which identifies the reg- istered professional engineer who ap- proved the data, shall be maintained at the jobsite during construction of the protective system. After that time the data may be stored off the jobsite, but a copy of the data shall be made avail- able to the Secretary upon request. (4) Option (4)—Design by a registered professional engineer. (i) Support sys- tems, shield systems, and other protec- tive systems not utilizing Option 1, Op- tion 2 or Option 3, above, shall be ap- proved by a registered professional en- gineer. (ii) Designs shall be in written form and shall include the following: (A) A plan indicating the sizes, types, and configurations of the materials to be used in the protective system; and (B) The identity of the registered professional engineer approving the de- sign. (iii) At least one copy of the design shall be maintained at the jobsite dur- ing construction of the protective sys- tem. After that time, the design may be stored off the jobsite, but a copy of the design shall be made available to the Secretary upon request. (d) Materials and equipment. (1) Mate- rials and equipment used for protective systems shall be free from damage or defects that might impair their proper function. (2) Manufactured materials and equipment used for protective systems shall be used and maintained in a man- 29 CFR Ch. XVII (7-1-07 Edition) ner that is consistent with the rec- ommendations of the manufacturer, and in a manner that will prevent em- ployee exposure to hazards. (3) When material or equipment that is used for protective systems is dam- aged, a competent person shall exam- ine the material or equipment and evaluate its suitability for continued use. If the competent person cannot as- sure the material or equipment is able to support the intended loads or is oth- erwise suitable for safe use, then such material or equipment shall be re- moved from service, and shall be evalu- ated and approved by a registered pro- fessional engineer before being re- turned to service. (e) Installation and removal of sup- port—(1) General. (i) Members of sup- port systems shall be securely con- nected together to prevent sliding, fall- ing, kickouts, or other predictable fail- ure. (ii) Support systems shall be in- stalled and removed in a manner that protects employees from cave-ins, structural collapses, or from being struck by members of the support sys- tem. (iii) Individual members of support systems shall not be subjected to loads exceeding those which those members were designed to withstand. (iv) Before temporary removal of in- dividual members begins, additional precautions shall be taken to ensure the safety of employees, such as in- stalling other structural members to carry the loads imposed on the support system. (v) Removal shall begin at, and progress from, the bottom of the exca- vation. Members shall be released slow- ly so as to note any indication of pos- sible failure of the remaining members of the structure or possible cave-in of the sides of the excavation. (vi) Backfilling shall progress to- gether with the removal of support sys- tems from excavations. (2) Additional requirements for support systems for trench excavations. (i) Exca- vation of material to a level no greater than 2 feet (.61 m) below the bottom of the members of a support system shall be permitted, but only if the system is designed to resist the forces calculated for the full depth of the trench, and 372 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. A there are no indications while the trench is open of a possible loss of soil from behind or below the bottom of the support system. (ii) Installation of a support system shall be closely coordinated with the excavation of trenches. (f) Sloping and benching systems. Em- ployees shall not be permitted to work on the faces of sloped or benched exca- vations at levels above other employ- ees except when employees at the lower levels are adequately protected from the hazard of falling, rolling, or sliding material or equipment. (g) Shield systems —(I) General. (i) Shield systems shall not be subjected to loads exceeding those which the sys- tem was designed to withstand. (ii) Shields shall be installed in a manner to restrict lateral or other haz- ardous movement of the shield in the event of the application of sudden lat- eral loads. (iii) Employees shall be protected from the hazard of cave-ins when enter- ing or exiting the areas protected by shields. (iv) Employees shall not be allowed in shields when shields are being in- stalled, removed, or moved vertically. (2) Additional requirement for shield systems used in trench excavations. Exca- vations of earth material to a level not greater than 2 feet (.61 m) below the bottom of a shield shall be permitted, but only if the shield is designed to re- sist the forces calculated for the full depth of the trench, and there are no indications while the trench is open of a possible loss of soil from behind or below the bottom of the shield. APPENDIX A TO SUBPART P OF PART 1926—SOIL CLASSIFICATION (a) Scope and application—(1) Scope. This appendix describes a method of classifying soil and rock deposits based on site and envi- ronmental conditions, and on the structure and composition of the earth deposits. The appendix contains definitions, sets forth re- quirements, and describes acceptable visual and manual tests for use in classifying soils. (2) Application. This appendix applies when a sloping or benching system is designed in accordance with the requirements set forth in § 1926.652(b)(2) as a method of protection for employees from cave-ins. This appendix also applies when timber shoring for exca- vations is designed as a method of protection from cave-ins in accordance with appendix C to subpart P of part 1926, and when alu- minum hydraulic shoring is designed in ac- cordance with appendix D. This Appendix also applies if other protective systems are designed and selected for use from data pre- pared in accordance with the requirements set forth in §1926.652(c), and the use of the data is predicated on the use of the soil clas- sification system set forth in this appendix. (b) Definitions. The definitions and exam- ples given below are based on, in whole or in part, the following: American Society for Testing Materials (ASTM) Standards D653-85 and D2488; The Unified Soils Classification System, The U.S. Department of Agriculture (USDA) Textural Classification Scheme; and The National Bureau of Standards Report BSS-121. Cemented soil means a soil in which the par- ticles are held together by a chemical agent, such as calcium carbonate, such that a hand - size sample cannot be crushed into powder or individual soil particles by finger pressure. Cohesive soil means clay (fine grained soil), or soil with a high clay content, which has cohesive strength. Cohesive soil does not crumble, can be excavated with vertical sideslopes, and is plastic when moist. Cohe- sive soil is hard to break up when dry, and exhibits significant cohesion when sub- merged. Cohesive soils include clayey silt, sandy clay, silty clay, clay and organic clay. Dry soil means soil that does not exhibit visible signs of moisture content. Fissured means a soil material that has a tendency to break along definite planes of fracture with little resistance, or a material that exhibits open cracks, such as tension cracks, in an exposed surface. Granular soil means gravel, sand, or silt, (coarse grained soil) with little or no clay content. Granular soil has no cohesive strength. Some moist granular soils exhibit apparent cohesion. Granular soil cannot be molded when moist and crumbles easily when dry. Layered system means two or more dis- tinctly different soil or rock types arranged in layers. Micaceous seams or weakened planes in rock or shale are considered lay- ered. Moist soil means a condition in which a soil looks and feels damp. Moist cohesive soil can easily be shaped into a ball and rolled into small diameter threads before crumbling. Moist granular soil that contains some cohe- sive material will exhibit signs of cohesion between particles. Plastic means a property of a soil which al- lows the soil to be deformed or molded with- out cracking, or appreciable volume change. Saturated soil means a soil in which the voids are filled with water. Saturation does not require flow. Saturation, or near satura- tion, is necessary for the proper use of in- struments such as a pocket penetrometer or sheer vane. 373 Pt. 1926, Subpt. P, App. A Soil classification system means, for the pur- pose of this subpart, a method of catego- rizing soil and rock deposits in a hierarchy of Stable Rock, Type A, Type B, and Type C, in decreasing order of stability. The cat- egories are determined based on an analysis of the properties and performance character- istics of the deposits and the environmental conditions of exposure. Stable rock means natural solid mineral matter that can be excavated with vertical sides and remain intact while exposed. Submerged soil means soil which is under- water or is free seeping. Type A means cohesive soils with an unconfined compressive strength of 1.5 ton per square foot (tsf) (144 kPa) or greater. Ex- amples of cohesive soils are: clay, silty clay, sandy clay, clay loam and, in some cases, silty clay loam and sandy clay loam. Ce- mented soils such as caliche and hardpan are also considered Type A. However, no soil is Type A if: (i) The soil is fissured; or (ii) The soil is subject to vibration from heavy traffic, pile driving, or similar effects; or (iii) The soil has been previously disturbed; or (iv) The soil is part of a sloped, layered system where the layers dip into the exca- vation on a slope of four horizontal to one vertical (4H:1V) or greater; or (v) The material is subject to other factors that would require it to be classified as a less stable material. Type B means: (i) Cohesive soil with an unconfined com- pressive strength greater than 0.5 tsf (48 kPa) but less than 1.5 tsf (144 kPa); or (ii) Granular cohesionless soils including: angular gravel (similar to crushed rock), silt, silt loam, sandy loam and, in some cases, silty clay loam and sandy clay loam. (iii) Previously disturbed soils except those which would otherwise be classed as Type C soil. (iv) Soil that meets the unconfined com- pressive strength or cementation require- ments for Type A, but is fissured or subject to vibration; or (v) Dry rock that is not stable; or (vi) Material that is part of a sloped, lay- ered system where the layers dip into the ex- cavation on a slope less steep than four hori- zontal to one vertical (4H:1V), but only if the material would otherwise be classified as Type B. Type C means: (i) Cohesive soil with an unconfined com- pressive strength of 0.5 tsf (48 kPa) or less; or (ii) Granular soils including gravel, sand, and loamy sand; or (iii) Submerged soil or soil from which water is freely seeping; or (iv) Submerged rock that is not stable, or 29 CFR Ch. XVII (7-1-07 Edition) (v) Material in a sloped, layered system where the layers dip into the excavation or a slope of four horizontal to one vertical (4H:1V) or steeper. Unconfined compressive strength means the load per unit area at which a soil will fail in compression. It can be determined by labora- tory testing, or estimated in the field using a pocket penetrometer, by thumb penetra- tion tests, and other methods. Wet soil means soil that contains signifi- cantly more moisture than moist soil, but in such a range of values that cohesive material will slump or begin to flow when vibrated. Granular material that would exhibit cohe- sive properties when moist will lose those co- hesive properties when wet. (c) Requirements—(1) Classification of soil and rock deposits. Each soil and rock deposit shall be classified by a competent person as Stable Rock, Type A, Type B, or Type C in accordance with the definitions set forth in paragraph (b) of this appendix. (2) Basis of classification. The classification of the deposits shall be made based on the re- sults of at least one visual and at least one manual analysis. Such analyses shall be con- ducted by a competent person using tests de- scribed in paragraph (d) below, or in other recognized methods of soil classification and testing such as those adopted by the Amer- ica Society for Testing Materials, or the U.S. Department of Agriculture textural classi- fication system. (3) Visual and manual analyses. The visual and manual analyses, such as those noted as being acceptable in paragraph (d) of this ap- pendix, shall be designed and conducted to provide sufficient quantitative and quali- tative information as may be necessary to identify properly the properties, factors, and conditions affecting the classification of the deposits. (4) Layered systems. In a layered system, the system shall be classified in accordance with its weakest layer. However, each layer may be classified individually where a more stable layer lies under a less stable layer. (5) Reclassification. If, after classifying a de- posit, the properties, factors, or conditions affecting its classification change in any way, the changes shall be evaluated by a competent person. The deposit shall be re- classified as necessary to reflect the changed circumstances. (d) Acceptable visual and manual tests—(1) Visual tests. Visual analysis is conducted to determine qualitative information regarding the excavation site in general, the soil adja- cent to the excavation, the soil forming the sides of the open excavation, and the soil taken as samples from excavated material. (i) Observe samples of soil that are exca- vated and soil in the sides of the excavation. Estimate the range of particle sizes and the relative amounts of the particle sizes. Soil that is primarily composed of fine-grained 374 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B material is cohesive material. Soil composed primarily of coarse -grained sand or gravel is granular material. (ii) Observe soil as it is excavated. Soil that remains in clumps when excavated is cohesive. Soil that breaks up easily and does not stay in clumps is granular. (iii) Observe the side of the opened exca- vation and the surface area adjacent to the excavation. Crack -like openings such as ten- sion cracks could indicate fissured material. If chunks of soil spall off a vertical side, the soil could be fissured. Small spalls are evi- dence of moving ground and are indications of potentially hazardous situations. (iv) Observe the area adjacent to the exca- vation and the excavation itself for evidence of existing utility and other underground structures, and to identify previously dis- turbed soil. (v) Observe the opened side of the exca- vation to identify layered systems. Examine layered systems to identify if the layers slope toward the excavation. Estimate the degree of slope of the layers. (vi) Observe the area adjacent to the exca- vation and the sides of the opened exca- vation for evidence of surface water, water seeping from the sides of the excavation, or the location of the level of the water table. (vii) Observe the area adjacent to the exca- vation and the area within the excavation for sources of vibration that may affect the stability of the excavation face. (2) Manual tests. Manual analysis of soil samples is conducted to determine quan- titative as well as qualitative properties of soil and to provide more information in order to classify soil properly. (i) Plasticity. Mold a moist or wet sample of soil into a ball and attempt to roll it into threads as thin as 1/s-inch in diameter. Cohe- sive material can be successfully rolled into threads without crumbling. For example, if at least a two inch (50 mm) length of I/s-inch thread can be held on one end without tear- ing, the soil is cohesive. (ii) Dry strength. If the soil is dry and crumbles on its own or with moderate pres- sure into individual grains or fine powder, it is granular (any combination of gravel, sand, or silt). If the soil is dry and falls into clumps which break up into smaller clumps, but the smaller clumps can only be broken up with difficulty, it may be clay in any combination with gravel, sand or silt. If the dry soil breaks into clumps which do not break up into small clumps and which can only be broken with difficulty, and there is no visual indication the soil is fissured, the soil may be considered unfissured. (iii) Thumb penetration. The thumb penetra- tion test can be used to estimate the unconfined compressive strength of cohesive soils. (This test is based on the thumb pene- tration test described in American Society for Testing and Materials (ASTM) Standard designation D2488—"Standard Recommended Practice for Description of Soils (Visual — Manual Procedure).") Type A soils with an unconfined compressive strength of 1.5 tsf can be readily indented by the thumb; how- ever, they can be penetrated by the thumb only with very great effort. Type C soils with an unconfined compressive strength of 0.5 tsf can be easily penetrated several inches by the thumb, and can be molded by light finger pressure. This test should be conducted on an undisturbed soil sample, such as a large clump of spoil, as soon as practicable after excavation to keep to a miminum the effects of exposure to drying influences. If the exca- vation is later exposed to wetting influences (rain, flooding), the classification of the soil must be changed accordingly. (iv) Other strength tests. Estimates of unconfined compressive strength of soils can also be obtained by use of a pocket pene- trometer or by using a hand -operated shearvane. (v) Drying test. The basic purpose of the drying test is to differentiate between cohe- sive material with fissures, unfissured cohe- sive material, and granular material. The procedure for the drying test involves drying a sample of soil that is approximately one inch thick (2.54 cm) and six inches (15.24 cm) in diameter until it is thoroughly dry: (A) If the sample develops cracks as it dries, significant fissures are indicated. (B) Samples that dry without cracking are to be broken by hand. If considerable force is necessary to break a sample, the soil has sig- nificant cohesive material content. The soil can be classified as a unfissured cohesive ma- terial and the unconfined compressive strength should be determined. (C) If a sample breaks easily by hand, it is either a fissured cohesive material or a granular material. To distinguish between the two, pulverize the dried clumps of the sample by hand or by stepping on them. If the clumps do not pulverize easily, the mate- rial is cohesive with fissures. If they pul- verize easily into very small fragments, the material is granular. APPENDIX B TO SUBPART P OF PART 1926—SLOPING AND BENCHING (a) Scope and application. This appendix contains specifications for sloping and benching when used as methods of protecting employees working in excavations from cave-ins. The requirements of this appendix apply when the design of sloping and bench- ing protective systems is to be performed in accordance with the requirements set forth in §1926.652(b)(2). (b) Definitions. Actual slope means the slope to which an excavation face is excavated. Distress means that the soil is in a condi- tion where a cave-in is imminent or is likely 375 Pt. 1926, Subpt. P, App. B to occur. Distress is evidenced by such phe- nomena as the development of fissures in the face of or adjacent to an open excavation; the subsidence of the edge of an excavation; the slumping of material from the face or the bulging or heaving of material from the bottom of an excavation; the spalling of ma- terial from the face of an excavation; and ravelling, i.e., small amounts of material such as pebbles or little clumps of material suddenly separating from the face of an exca- vation and trickling or rolling down into the excavation. Maximum allowable slope means the steep- est incline of an excavation face that is ac- ceptable for the most favorable site condi- tions as protection against cave-ins, and is expressed as the ratio of horizontal distance to vertical rise (H:V). Short term exposure means a period of time less than or equal to 24 hours that an exca- vation is open. (c) Requirements—(1) Soil classification. Soil and rock deposits shall be classified in ac- cordance with appendix A to subpart P of part 1926. 29 CFR Ch. XVII (7-1-07 Edition) (2) Maximum allowable slope. The maximum allowable slope for a soil or rock deposit shall be determined from Table B-1 of this appendix. (3) Actual slope. (i) The actual slope shall not be steeper than the maximum allowable slope. (ii) The actual slope shall be less steep than the maximum allowable slope, when there are signs of distress. If that situation occurs, the slope shall be cut back to an ac- tual slope which is at least 1/2 horizontal to one vertical (1/2H:1V) less steep than the maximum allowable slope. (iii) When surcharge loads from stored ma- terial or equipment, operating equipment, or traffic are present, a competent person shall determine the degree to which the actual slope must be reduced below the maximum allowable slope, and shall assure that such reduction is achieved. Surcharge loads from adjacent structures shall be evaluated in ac- cordance with § 1926.651(i). (4) Configurations. Configurations of slop- ing and benching systems shall be in accord- ance with Figure B-1. TABLE B-1 MAXIMUM ALLOWABLE SLOPES SOIL OR ROCK TYPE MA'QMUM ALLOWABLE SLOPES(H:V)[11 FOR EXCAVATIONS LESS THAN 20 FEET STABLE ROCK TYPE A [21 TYPE B TYPE C AL(50 3E4 0 TIC 3/ (45� 1%Z: 1 (3V) NOTES: 1. Numbers shown in parentheses next to maximum allowable slopes are angles expressed in degrees from the horizontal. Angles have been rounded off. ?. A short-term maximum allowable slope of 1/2H:IV (63°) is allowed in excavations in Type A soil that are 12 feet (3.67 m) or less in depth. Short-term maximum allowable slopes for excavations greater than 12 feet (3.67 m) in depth shall be 3/4H:1V (53°). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. 376 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B Figure B-1 Slope Configurations (All slopes stated below are in the horizontal to vertical ratio) B-1.1 Excavations made in Type A soil. 1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope Of 3/4: 1. 20' Max. 1 I _\_/ 3/4 SIMPLE SLOPE —GENERAL Exception: Simple slope excavations which are open 24 hours or less (short term) and which are 12 feet or less in depth shall have a maximum allowable slope of 1/2:1. 12' Max. A1/2 1 SIMPLE SLOPE —SHORT TERM 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 3/4 to 1 and maximum bench dimensions as follows: 377 Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-07 Edition) SIMPLE BENCH / 20' Max. ' A 1 Max. ! 3/4 ! 4' Max. I I MULTIPLE BENCH 3. All excavations 8 feet or less in depth which have unsupported vertically sided lower por- tions shall have a maximum vertical side of 31/2 feet. IA8' Max . 3/4 I3z' Max. UNSUPPORTED VERTICALLY SIDED LOWER PORTION —MAXIMUM 8 FEET IN DEPTH All excavations more than 8 feet but not more than 12 feet in depth which unsupported vertically sided lower portions shall have a maximum allowable slope of 1:1 and a maximum vertical side of 31/2 feet. 378 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B UNSUPPORTED VERTICALLY SIDED LOWER PORTION —MAXIMUM 12 FEET IN DEPTH All excavations 20 feet or less in depth which have vertically sided lower portions that are supported or shielded shall have a maximum allowable slope of 3/4:1. The support or shield sys- tem must extend at least 18 inches above the top of the vertical side. Support or shie7tem II1 W 20' Max. 18" Min. Total height of vertical side SUPPORTED OR SHIELDED VERTICALLY SIDED LOWER PORTION 4. All other simple slope, compound slope, and vertically sided lower portion excavations shall be in accordance with the other options permitted under § 1926.652(b). B-1.2 Excavations Made in Type B Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1. SIMPLE SLOPE 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1 and maximum bench dimensions as follows: 379 Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-07 Edition) This bench allowed in cohesive soil only. 20' Max 1 1 4' / / Max. i SINGLE BENCH LThis bench allowed in cohesive soil only i i i 20' Max. � i 4' ' 1 -- — 4' Max. MULTIPLE BENCH 3. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1:1. ical side VERTICALLY SIDED LOWER PORTION 4. All other sloped excavations shall be in accordance with the other options permitted in §1926.652(b). B 1.3 Excavations Made in Type C Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 11/2:1. 380 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B 20' Max. SIMPLE SLOPE 2. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 11/2:1. Support or shield system t 20' Max. E' l 1� 18" Min. Total height of vertical side VERTICAL SIDED LOWER PORTION 3. All other sloped excavations shall be in accordance with the other options permitted in §1926.652(b). B-1.4 Excavations Made in Layered Soils 1. All excavations 20 feet or less in depth made in layered soils shall have a maximum al- lowable slope for each layer as set forth below. 381 Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-07 Edition) 8 OVER A C OVER A C OVER 3 382 Occupational Safety and Health Admin., Labor A OVER B A OVER C Pt. 1926, Subpt. P, App. C C � 1 B OVER C 2. All other sloped excavations shall be in accordance with the other options permitted in §1926.652(b). APPENDIX C TO SUBPART P OF PART 1926—TIMBER SHORING FOR TRENCHES (a) Scope. This appendix contains informa- tion that can be used timber shoring is pro- vided as a method of protection from cave- ins in trenches that do not exceed 20 feet (6.1 m) in depth. This appendix must be used when design of timber shoring protective systems is to be performed in accordance with § 1926.652(c)(1). Other timber shoring configurations; other systems of support such as hydraulic and pneumatic systems; and other protective systems such as slop- ing, benching, shielding, and freezing sys- tems must be designed in accordance with the requirements set forth in § 1926.652(b) and §1926.652(c). (b) Soil Classification. In order to use the data presented in this appendix, the soil type or types in which the excavation is made must first be determined using the soil clas- sification method set forth in appendix A of subpart P of this part. (c) Presentation of Information. Information is presented in several forms as follows: (1) Information is presented in tabular form in Tables C-1.1, C-1.2, and C-1.3, and Ta- bles C-2.1, C-2.2 and C-2.3 following para- graph (g) of the appendix. Each table pre- sents the minimum sizes of timber members to use in a shoring system, and each table contains data only for the particular soil type in which the excavation or portion of 383 Pt. 1926, Subpt. P, App. C the excavation is made. The data are ar- ranged to allow the user the flexibility to se- lect from among several acceptable configu- rations of members based on varying the horizontal spacing of the crossbraces. Stable rock is exempt from shoring requirements and therefore, no data are presented for this condition. (2) Information concerning the basis of the tabular data and the limitations of the data is presented in paragraph (d) of this appen- dix, and on the tables themselves. (3) Information explaining the use of the tabular data is presented in paragraph (e) of this appendix. (4) Information illustrating the use of the tabular data is presented in paragraph (f) of this appendix. (5) Miscellaneous notations regarding Ta- bles C-1.1 through C-1.3 and Tables C-2.1 through C-2.3 are presented in paragraph (g) of this Appendix. (d) Basis and limitations of the data—(1) Di- mensions of timber members. (i) The sizes of the timber members listed in Tables C-1.1 through C-1.3 are taken from the National Bureau of Standards (NBS) report, "Rec- ommended Technical Provisions for Con- struction Practice in Shoring and Sloping of Trenches and Excavations." In addition, where NBS did not recommend specific sizes of members, member sizes are based on an analysis of the sizes required for use by ex- isting codes and on empirical practice. (ii) The required dimensions of the mem- bers listed in Tables C-1.1 through C-1.3 refer to actual dimensions and not nominal di- mensions of the timber. Employers wanting to use nominal size shoring are directed to Tables C-2.1 through C-2.3, or have this choice under § 1926.652(c)(3), and are referred to The Corps of Engineers, The Bureau of Reclamation or data from other acceptable sources. (2) Limitation of application. (i) It is not in- tended that the timber shoring specification apply to every situation that may be experi- enced in the field. These data were developed to apply to the situations that are most commonly experienced in current trenching practice. Shoring systems for use in situa- tions that are not covered by the data in this appendix must be designed as specified in §1926.652(c). (ii) When any of the following conditions are present, the members specified in the ta- bles are not considered adequate. Either an alternate timber shoring system must be de- signed or another type of protective system designed in accordance with § 1926.652. (A) When loads imposed by structures or by stored material adjacent to the trench weigh in excess of the load imposed by a two - foot soil surcharge. The term "adjacent" as used here means the area within a horizontal distance from the edge of the trench equal to the depth of the trench. 29 CFR Ch. XVII (7-1-07 Edition) (B) When vertical loads imposed on cross braces exceed a 240-pound gravity load dis- tributed on a one -foot section of the center of the crossbrace. (C) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (D) When only the lower portion of a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical; or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables. The members of the shor- ing system that are to be selected using this information are the cross braces, the uprights, and the wales, where wales are re- quired. Minimum sizes of members are speci- fied for use in different types of soil. There are six tables of information, two for each soil type. The soil type must first be deter- mined in accordance with the soil classifica- tion system described in appendix A to sub- part P of part 1926. Using the appropriate table, the selection of the size and spacing of the members is then made. The selection is based on the depth and width of the trench where the members are to be installed and, in most instances, the selection is also based on the horizontal spacing of the crossbraces. Instances where a choice of horizontal spac- ing of crossbracing is available, the hori- zontal spacing of the crossbraces must be chosen by the user before the size of any member can be determined. When the soil type, the width and depth of the trench, and the horizontal spacing of the crossbraces are known, the size and vertical spacing of the crossbraces, the size and vertical spacing of the wales, and the size and horizontal spac- ing of the uprights can be read from the ap- propriate table. (f) Examples to Illustrate the Use of Tables C- 1.1 through C-1.3. (1) Example 1. A trench dug in Type A soil is 13 feet deep and five feet wide. From Table C-1.1, for acceptable arrange- ments of timber can be used. Arrangement #BI Space 4x4 crossbraces at six feet hori- zontally and four feet vertically. Wales are not required. Space 3x8 uprights at six feet horizontally. This arrangement is commonly called "skip shoring." Arrangement #B2 Space 4x6 crossbraces at eight feet hori- zontally and four feet vertically. Space 8x8 wales at four feet vertically. 384 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C Space 2x6 uprights at four feet hori- zontally. Arrangement #B3 Space 6x6 crossbraces at 10 feet hori- zontally and four feet vertically. Space 8x10 wales at four feet vertically. Space 2x6 uprights at five feet hori- zontally. Arrangement #B4 Space 6x6 crossbraces at 12 feet hori- zontally and four feet vertically. Space 10x10 wales at four feet vertically. Spaces 3x8 uprights at six feet hori- zontally. (2) Example 2. A trench dug in Type B soil in 13 feet deep and five feet wide. From Table C-1.2 three acceptable arrangements of members are listed. Arrangement #BI Space 6x6 crossbraces at six feet hori- zontally and five feet vertically. Space 8x8 wales at five feet vertically. Space 2x6 uprights at two feet hori- zontally. Arrangement #B2 Space 6x8 crossbraces at eight feet hori- zontally and five feet vertically. Space 10x10 wales at five feet vertically. Space 2x6 uprights at two feet hori- zontally. Arrangement #B3 Space 8x8 crossbraces at 10 feet hori- zontally and five feet vertically. Space 10x12 wales at five feet vertically. Space 2x6 uprights at two feet vertically. (3) Example 3. A trench dug in Type C soil is 13 feet deep and five feet wide. From Table C-1.3 two acceptable arrange- ments of members can be used. Arrangement #BI Space 8x8 crossbraces at six feet hori- zontally and five feet vertically. Space 10x12 wales at five feet vertically. Position 2x6 uprights as closely together as possible. If water must be retained use special tongue and groove uprights to form tight sheeting. Arrangement #B2 Space 8x10 crossbraces at eight feet hori- zontally and five feet vertically. Space 12x12 wales at five feet vertically. Position 2x6 uprights in a close sheeting configuration unless water pressure must be resisted. Tight sheeting must be used where water must be retained. (4) Example 4. A trench dug in Type C soil is 20 feet deep and 11 feet wide. The size and spacing of members for the section of trench that is over 15 feet in depth is determined using Table C-1.3. Only one arrangement of mem- bers is provided. Space 8x10 crossbraces at six feet hori- zontally and five feet vertically. Space 12x12 wales at five feet vertically. Use 3x6 tight sheeting. Use of Tables C-2.1 through C-2.3 would fol- low the same procedures. (g) Notes for all Tables. 1. Member sizes at spacings other than in- dicated are to be determined as specified in § 1926.652(c), "Design of Protective Systems." 2. When conditions are saturated or sub- merged use Tight Sheeting. Tight Sheeting refers to the use of specially -edged timber planks (e.g., tongue and groove) at least three inches thick, steel sheet piling, or similar construction that when driven or placed in position provide a tight wall to re- sist the lateral pressure of water and to pre- vent the loss of backfill material. Close Sheeting refers to the placement of planks side -by -side allowing as little space as pos- sible between them. 3. All spacing indicated is measured center to center. 4. Wales to be installed with greater di- mension horizontal. 5. If the vertical distance from the center of the lowest crossbrace to the bottom of the trench exceeds two and one-half feet, uprights shall be firmly embedded or a mudsill shall be used. Where uprights are embedded, the vertical distance from the center of the lowest crossbrace to the bot- tom of the trench shall not exceed 36 inches. When mudsills are used, the vertical dis- tance shall not exceed 42 inches. Mudsills are wales that are installed at the toe of the trench side. 6. Trench jacks may be used in lieu of or in combination with timber crossbraces. 7. Placement of crossbraces. When the vertical spacing of crossbraces is four feet, place the top crossbrace no more than two feet below the top of the trench. When the vertical spacing of crossbraces is five feet, place the top crossbrace no more than 2.5 feet below the top of the trench. 385 w 00 M TABLE C-1.1 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE A Pa = 25 X H + 72 psf (2 ft Surcharge) SIZE AC U P ** DEPTH CROSSBRACES WALES UPRIGHTS OF TRENCH HORIZ. OF TRENCH (FEET) VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING _WIDTH UP TO UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING (FEET (FEET) 4 6 9 12 5 (FEET) (IN) (FEET) UP TO Not 5 6 4X4 4X4 06 6X6 6X6 4 R 'd 2X6 UP TO Not TO 8 04 4X4 4X6 6X6 6X6 4 Req'd --- 2X8 UP TO 10 10 4X6 4X6 4X66 6X6 4 8X8 4 UP TO 12 4X6 4X6 6X6 6X6 6X6 4 8X8 4 2X6 UP TO Not 10 6 04 4X4 4X6 6X6 6X6 4 Re 'd 3X8 UP TO TO 8 4X6 4X6 6X6 6X6 6X6 4 8X8 4 2X6 UP TO 15 10 6X6 6X5 6X6 6X8 6X8 4 8X1O 4 2X6 UP TO 12 6X6 6X6 6X6 6X8 6X8 4 1OX10 4 3X8 UP TO 15 6 6X6 6X6 6X6 6X8 6X8 4 6X8 4 3X6 UP TO TO 8 6X6 6X6 6X6 6X8 6X8 4 8X8 4 3X6 UP TO 20 10 8X8 8X8 8X8 8X8 8X10 4 8X10 4 3X UP TO 12 8X8 8X8 8X8 8X8 8X10 4 1OX10 4 1 3X6 OVER 20 SEE NOTE 1 * Mixed oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may by substituted for wood. X W W TABLE C-1.2 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS * SOIL TYPE B P = 45 X H t 72 psf (2 ft. Surcharge) a SIZE ** DEPTH CROSS BRACES WALES UPRIGHTS OF TRENCH HORIZ. WIDTH OF TRENCH FEET VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING (FEET) CLOSE 2 3 (FEET) 46 9 12 15 (FEET) (IN) (FEET) UP TO 5 6 4X6 4X6 6X6 6X6 6X6 5 6X8 5 2X6 UP TO TO 6X6 6X6 6X6 6X8 6X8 5 8XI0 5 2X6 UP TO 10 10 6X6 6X6 6X6 6X8 6X8 5 1OX10 5 2X6 See Note 1 UP TO 10 6 6X6 6X6 6X6 6X8 6X8 5 8X8 5 2X6 UP TO 8 6X8 6X8 6X8 8X8 8X8 5 1OX10 5 2X6 TO UP TO 15 10 M 8X8 RYA RYR 5 1OX12 5 2X6 See Note 1 UP TO 15 6 6X8 6X8 6X8 8X8 8X8 5 8X10 5 3X6 UP TO TO 8 8X8 8X8 8X8 8X8 I 8X101 5 1OX12 5 3X6 UP TO 10 8X10 8X10 8X10 8XI0 1OX10 5 12X12 5 3X6 20 See Note 1 OVER 20 SEE NOTE 1 1 * Mixed oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may by substituted for wood. W W 00 TABLE C-1.3 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS * SOIL TYPE C P = 80 X H ' 72 psf (2 ft. Surcharge) a DEPTH SIZE T D SPACING OF MEMBERS** OF CROSS BRACES I UPRIGHTS TRENCH HORIZ. WIDTH OF TRENCH (FEET) MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING FEET See Note 2 CLOSE (FEET) 4 6 9 12 15 FEET IN. (FEET) UP TO 5 6 6X8 6X8 6X8 8X8 8X8 5 8X10 5 2X6 UP TO TO 8 8X8 8X8 8X8 8X8 8X10 5 1OX12 5 2X6 UP TO 10 10 8X10 8X10 8X10 8XIO IOX10 5 12X12 5 2X6 See Note I UP TO 10 6 8X8 8X8 8X8 8X8 8X10 5 IOX12 5 2X6 UP TO TO 8 8X10 8X10 8X10 8X10 IOXlO 5 12X12 5 2X6 See 15 Note 1 See Note 1 UP TO IS 6 8X10 8X10 8X10 8X10 1OX10 5 12X12 5 3X6 See TO Note 1 See 20 Note 1 See Note 1 OVER 20 SEE NOTE 1 * Mixed Oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may be substituted for wood. X w 00 ro TARTY C-2.1 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE A P a = 25 X H t 72 psf (2 ft. Surcharge) DEPTH SIZE S4S AND SPI CINQ OF MFm7RFRq** OF CROSS BRACES WALES UPRIGHTS TRENCH WIDTH OF TRENCH FEET VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UPTO UP TO SPACING SIZE SPACING FEET(FEET) CLOSE 4 5 6 8 4 6 FEET FHORIZ. Not Not 54X4 4X4 4X4 4X4 4X6 4 Req'd Req'd 4X6 TO 4X4 4X4 4X4 4X6 4X6 4 Req'd Req'd 4X8 UP TO 10 4X6 4X6 4X6 6X6 6X6 4 8X8 4 4X6 UP12TO 4X6 4X6 4X6 6X6 6X6 4 8X8 4 4X6 10 UP 6 TO 4X4 4X4 4X4 6X6 6X6 4 Req�d NoV Req d 4X10 UP TO TO 8 4X6 4X6 4X6 6X6 6X6 4 6X8 4 4X6 UP TO 10 6X6 6X6 6X6 6X6 6X6 4 8X8 4 4X8 15 P TO 12 6X6 6X6 6X6 6X6 6X6 4 8X10 4 4X6 4X10 P TO 15 6 6X6 6X6 6X6 6X6 6X6 4 6X8 4 3X6 P TO TO 8 6X6 6X6 6X6 6X6 6X6 4 8X8 4 3X6 4X12 P TO 20 10 6X6 6X6 6X6 6X6 8X1O 4 3X6 P TO d:d 12 6X6 6X6 6X6 6X88X12 4 3X6 4X12 OVER 20 SEE NOTE 1 * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. Y GJ cc O TABLE C-2.2 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE B P = 45 X H t 72 psf (2 ft. Surcharge) a DEPTH SIZ (S4S) AND SPACING OF MEMBERS ** OF CROSS RRACFS WALES UPRICHTS TRENCH HORIZ. WIDTH OF TRENCH FEET VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING (FEET) CLOSE 2 3 4 6 (FEET) 4 6 9 12 15 (FEET) (II4) UP TO 5 6 4X6 4X6 4X6 6X6 6X6 5 6X8 5 4X83X12 4X12 UP TO TO 8 4X6 4X6 6X6 6X6 6X6 5 8X8 5 3X8 4X8 UP TO 10 10 4X6 4X6 6X6 6X6 6X8 5 8X10 5 4X8 See Note 1 UP TO 10 6 6X6 6X6 6X6 6X8 6X8 5 8X8 5 3X6 4X10 UP TO TO 8 6X8 6X8 6X8 8X8 8X8 5 1OX10 5 3X6 4X10 UP TO 15 10 6X8 6X8 8X8 8X8 8X8 5 1OX12 5 3X6 4X10 See Note 1 UP TO 15 6 6X8 6X8 6X8 6X8 8X8 5 8X10 5 4X6 UP TO TO 8 6X8 6X8 6X8 8X8 8X8 5 10X12 5 4X6 UP TO 20 10 8X8 8X8 8X8 8X8 8X8 5 12X12 5 4X6 See Note 1 OVER 20 SEE NOTE 1 * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. x GJ cc H FC ( IC m o �(D IC m m rn p p ID CD ¢ten 0 CD V m o � p ID m m m d P Ft m m m73 0 n ¢ter x coo . m n `C aq CD 'D (D coo m o TART.F C-9 _ 7 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE C P a = 80 X H ;F 72 psf (2 ft. Surcharge) DEPTH SIZE ** OF CROSS BRACES WALES UPRIGHTS HORIZ. WIDTH OF TRENCHVERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO TRENCH (FEET) SPACING SPACING SIZE SPACING (FEET) CLOSE (FEET) 4 6 912 15 FEET N. FEET UP TO 6X6 6X6 6X6 6X6 8X8 5 8X8 5 3X6 5 6 UP TO To $ 6X6 6X6 6X6 8X8 8X8 5 1OX10 5 3X6 UP TO 10 10 6X6 6X6 8X8 8X8 8X8 5 1OX12 5 3X6 See Note 1 UP TO 10 6 6X8 6X8 6X8 8X8 8X8 5 1OX10 5 4X6 UP TO TO 8 8X8 8X8 8X8 8X8 8X8 5 12X12 5 4X6 15 Note 1 See Note 1 UP TO 15 6 8X8 8X8 8X8 8X10 8X10 5 10X12 5 4X6 See TO Note 1 See 20 Note 1 See ote 1 OVER 20 SEE NOTE 1 * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. O n n C Q O 7 Q N Q fD z Q 3 Q. 2 m Q 3 D CL 7 r Q O Pt. 1926, Subpt. P, App. D first be determined using the soil classifica- tion method set forth in appendix A of sub- part P of part 1926. (c) Presentation of Information. Information is presented in several forms as follows: (1) Information is presented in tabular form in Tables D-1.1, D-1.2, D-1.3 and E-1.4. Each table presents the maximum vertical and horizontal spacings that may be used with various aluminum member sizes and various hydraulic cylinder sizes. Each table contains data only for the particular soil type in which the excavation or portion of the excavation is made. Tables D-1.1 and D- 1.2 are for vertical shores in Types A and B soil. Tables D-1.3 and D1.4 are for horizontal waler systems in Types B and C soil. (2) Information concerning the basis of the tabular data and the limitations of the data is presented in paragraph (d) of this appen- dix. (3) Information explaining the use of the tabular data is presented in paragraph (e) of this appendix. (4) Information illustrating the use of the tabular data is presented in paragraph (f) of this appendix. (5) Miscellaneous notations (footnotes) re- garding Table D-1.1 through D-1.4 are pre- sented in paragraph (g) of this appendix. (6) Figures, illustrating typical installa- tions of hydraulic shoring, are included just prior to the Tables. The illustrations page is entitled "Aluminum Hydraulic Shoring; Typical Installations." (d) Basis and limitations of the data. (1) Vertical shore rails and horizontal wales are those that meet the Section Modulus re- quirements in the D-1 Tables. Aluminum material is 6061-T6 or material of equivalent strength and properties. (2) Hydraulic cylinders specifications. (i) 2- inch cylinders shall be a minimum 2-inch in- side diameter with a minimum safe working capacity of no less than 18,000 pounds axial compressive load at maximum extension. Maximum extension is to include full range of cylinder extensions as recommended by product manufaturer. (ii) 3-inch cylinders shall be a minimum 3- inch inside diameter with a safe working ca- pacity of not less than 30,000 pounds axial compressive load at extensions as rec- ommended by product manufacturer. (3) Limitation of application. (i) It is not intended that the aluminum hydraulic specification apply to every situa- tion that may be experienced in the field. These data were developed to apply to the situations that are most commonly experi- enced in current trenching practice. Shoring systems for use in situations that are not covered by the data in this appendix must be otherwise designed as specified in §1926.652(c). (ii) When any of the following conditions are present, the members specified in the Ta- 29 CFR Ch. XVII (7-1-07 Edition) bles are not considered adequate. In this case, an alternative aluminum hydraulic shoring system or other type of protective system must be designed in accordance with §1926.652. (A) When vertical loads imposed on cross braces exceed a 100 Pound gravity load dis- tributed on a one foot section of the center of the hydraulic cylinder. (B) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (C) When only the lower portion or a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical; or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables D-1.1, D-1.2, D-1.3 and D- 1.4. The members of the shoring system that are to be selected using this information are the hydraulic cylinders, and either the vertical shores or the horizontal wales. When a waler system is used the vertical timber sheeting to be used is also selected from these tables. The Tables D-1.1 and D-1.2 for vertical shores are used in Type A and B soils that do not require sheeting. Type B soils that may require sheeting, and Type C soils that always require sheeting are found in the horizontal wale Tables D-1.3 and D-1.4. The soil type must first be determined in ac- cordance with the soil classification system described in appendix A to subpart P of part 1926. Using the appropriate table, the selec- tion of the size and spacing of the members is made. The selection is based on the depth and width of the trench where the members are to be installed. In these tables the vertical spacing is held constant at four feet on center. The tables show the maximum horizontal spacing of cylinders allowed for each size of wale in the waler system tables, and in the vertical shore tables, the hydrau- lic cylinder horizontal spacing is the same as the vertical shore spacing. (f) Example to Illustrate the Use of the Tables: (1) Example 1: A trench dug in Type A soil is 6 feet deep and 3 feet wide. From Table D-1.1: Find vertical shores and 2 inch diameter cylinders spaced 8 feet on center (o.c.) horizontally and 4 feet on center (o.c.) vertically. (See Figures 1 & 3 for typical installations.) (2) Example 2: A trench is dug in Type B soil that does not require sheeting, 13 feet deep and 5 feet wide. From Table D-1.2: Find vertical shores and 2 inch diameter cylinders spaced 6.5 feet o.c. horizontally and 4 feet o.c. vertically. (See Figures 1 & 3 for typical installations.) (3) A trench is dug in Type B soil that does not require sheeting, but does experience some minor raveling of the trench face. The 392 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D trench is 16 feet deep and 9 feet wide. From Table D-1.2: Find vertical shores and 2 inch diameter cylinder (with special oversleeves as designated by footnote #B2) spaced 5.5 feet o.c. horizontally and 4 feet o.c. vertically, plywood (per footnote (g)(7) to the D-1 Table) should be used behind the shores. (See Fig- ures 2 & 3 for typical installations.) (4) Example 4: A trench is dug in pre- viously disturbed Type B soil, with charac- teristics of a Type C soil, and will require sheeting. The trench is 18 feet deep and 12 feet wide. 8 foot horizontal spacing between cylinders is desired for working space. From Table D-1.3: Find horizontal wale with a sec- tion modulus of 14.0 spaced at 4 feet o.c. vertically and 3 inch diameter cylinder spaced at 9 feet maximum o.c. horizontally. N12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (5) Example 5: A trench is dug in Type C soil, 9 feet deep and 4 feet wide. Horizontal cylinder spacing in excess of 6 feet is desired for working space. From Table D-1.4: Find horizontal wale with a section modulus of 7.0 and 2 inch diameter cylinders spaced at 6.5 feet o.c. horizontally. Or, find horizontal wale with a 14.0 section modulus and 3 inch diameter cylinder spaced at 10 feet o.c. hori- zontally. Both wales are spaced 4 feet o.c. vertically. U12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (g) Footnotes, and general notes, for Tables D-1.1, D-1.2, D-1.3, and D-1.4. (1) For applications other than those listed in the tables, refer to § 1926.652(c)(2) for use of manufacturer's tabulated data. For trench depths in excess of 20 feet, refer to § 1926.652(c)(2) and § 1926.652(c)(3). (2) 2 inch diameter cylinders, at this width, shall have structural steel tube (3.54.54.1875) oversleeves, or structural oversleeves of manufacturer's specification, extending the full, collapsed length. (3) Hydraulic cylinders capacities. (i) 2 inch cylinders shall be a minimum 2-inch in- side diameter with a safe working capacity of not less than 18,000 pounds axial compres- sive load at maximum extension. Maximum extension is to include full range of cylinder extensions as recommended by product man- ufacturer. (ii) 3-inch cylinders shall be a minimum 3- inch inside diameter with a safe work capac- ity of not less than 30,000 pounds axial com- pressive load at maximum extension. Max- imum extension is to include full range of cylinder extensions as recommended by product manufacturer. (4) All spacing indicated is measured cen- ter to center. (5) Vertical shoring rails shall have a min- imum section modulus of 0.40 inch. (6) When vertical shores are used, there must be a minimum of three shores spaced equally, horizontally, in a group. (7) Plywood shall be 1.125 in. thick softwood or 0.75 inch. thick, 14 ply, arctic white birch (Finland form). Please note that plywood is not intended as a structural member, but only for prevention of local rav- eling (sloughing of the trench face) between shores. (8) See appendix C for timber specifica- tions. (9) Wales are calculated for simple span conditions. (10) See appendix D, item (d), for basis and limitations of the data. 393 Pt. 1926, Subpt. P, App. D 29 CFR Ch. XVII (7-1-07 Edition) ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FIGURE NO. 1 FIGURE NO. 2 VERTICAL ALUMM HYDRAULIC SHORING VERTICAL ALUMNW (SPOT BRACN N HYDRAULIC BMORNG (WrtH PLYWOOD) HORIZONTAL ]5� HORIZONTAL SPACING SPACING 18 VEI sPI 4' FIGURE NO. 3 VERTICAL ALUMINUM HYDRAULIC BMORNG �G (STACKED) `1 Rp S PS ,LO Pti �O VERTICAL SPACING 4' MAX. 2' MAX. VERTICAL RAIL 'I INDER 18" MAX. VERTICAL SPACING R. 4' MAX. � -::A.� 2' MAX. FIGURE NO. 4 ALUMINUM HYDRAULIC SNORNG WALER SYSTEM (TYPICAU HORIZONTAL SPACING 'ERTICAL RAIL 2' MAX. HYDRAULIC I/ CYLINDER VERTICAL SPACING 394 HYDRAULIC CYLINDER PLYWOOD UPRIGHT SHEETING HYDRAULIC CYLINDER w cc TABLED - 1.1 ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE A HYDRAULIC CYLINDERS WIDTH OF TRENCH (FEET) DEPTH MAXIMUM MAXIMUM OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO 8 OVER 8 UP OVER 12 UP TO 12 TO 15 (FEET) (FEET) (FEET) OVER 5 UP TO 8 10 OVER 10 8 4 2INCH 2INCH 3INCH UP TO DIAMETER DIAMETER DIAMETER 15 NOTE (2) OVER 15 7 UP TO 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Note (1): See Appendix D, Item (g) (1) Note (2): See Appendix D, Item (g) (2) ca cc M TABLE D - 1.2 ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE B HYDRAULIC CYLINDERS WIDTH OF TRENCH (FEET) DEPTH MAXIMUM MAXIMUM OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO 8 OVER 8 UP OVER 12 UP TO 12 TO 15 (FEET) (FEET) (FEET) OVER 5 UP TO 8 10 OVER 10 6.5 4 2INCH 2INCH 3INCH UP TO DIAMETER DIAMETER DIAMETER 15 NOTE (2) OVER 15 5.5 UP TO 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Note (1): See Appendix D, Item (g) (1) Note (2): See Appendix D, Item (g) (2) W TABLE D - 1.3 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE B WALES HYDRAULIC CYLINDERS TIMBER UPRIGHTS WIDTH OF TRENCH (FEET) MAX.HORIZ.SPACING DEPTH , (ON CENTER) UP TO 8 OVER 8 UP TO 12 OVER 12 UP T015 SOLID 2 FT. 3 FT. OF TRENCH [VERTICAL ACING SECTION MODULUS HORIZ. CYLINDER HORIZ. CYLINDER HORIZ. CYLINDER SHEEf (FEET) (FEET) (IN3) SPACING DIAMETER SPACING DIAMETER SPACING DIAMETER 2 IN OVER 3.5 8.0 2 IN 8.0 NOTE 2 8.0 3 IN 21N 5 4 7.0 9.0 21N 9.0 NOTE(2) 9.0 3 IN 3x12 - - UP TO 14.0 12.0 3IN 12.0 3IN 12.0 3IN 10 2 IN OVER 3.5 6.0 2 IN 6.0 Np 2 6.0 3 IN 7.0 8.0 3IN 8.0 3IN 8.0 3IN 10 4 - 3xI2 - UP TO 14.0 10.0 3IN 10.0 3IN 10.0 3IN 15 2 IN OVER 3.5 5.5 2 IN 5.5 NpTE 2 5.5 3IN 7.0 6.0 3IN 6.0 3IN 6.0 3IN 15 UP TO 4 3x12 - 14.0 9.0 3IN 9.0 3IN 9.0 3IN 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Notes (1): See Appendix D, item (g) (1) Notes (2): See Appendix D, Item (g) (2) * Consult product manufacturer and/or qualified engineer for Section Modulus of available wales. GJ cc 00 TABLE D - 1.4 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE C WALES HYDRAULIC CYLINDERS TIMBER UPRIGHTS WIDTH OF TRENCH (FEET) MAX.HOR►Z SPACING DEPTH * (ON CENTER) UP TO 8 OVER 8 UP TO 12 OVER 12 UP TO 15 SOLID 2 FT. 3 FT. OF TRENCH VERTICAL SPACING SECTION MODULUS HORIZ. CYLINDER HORIZ. CYLINDER HORIZ. CYLINDER (FEET) (FEET) (IN 3) SPACING DIAMETER SPACING DIAMETER SPACING IDIAMETER OVER 3.5 6.0 2 IN 6.0 NOTE 2 6.0 3 IN 2IN 5 4 7.0 6.5 2IN 6.5 NOTE(2) 6.5 3IN 3x12 - - UP TO 10 14.0 10.0 3IN 10.0 3IN 10.0 3IN 2 IN OVER 3.5 4.0 2IN 4.0 NOTE 2 4. 3IN 7.0 5.5 3IN 5.5 3IN 5.5 3IN 10 4 3x12 - UP TO 14.0 8.0 3IN 8.0 3IN 1 8.0 3IN 15 2IN OVER 3.5 3.5 2 IN 3.5 NOTE 2 3.5 3IN 15 UP TO 4 7.0 5.0 3IN 5.0 3IN 5.0 3IN 3x12 - - 14A 6.0 3IN 6.0 3IN 6.0 3IN 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Notes (1): See Appendix D, item (g) (1) Notes (2): See Appendix D, Item (g) (2) * Consult product manufacturer and/or qualified engineer for Section Modulus of available wales. n n 3 V Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. E APPENDIX E TO SUBPART P OF PART 1926-ALTERNATIVES TO TIMBER SHORING Figure 1. Aluminum Hydraulic Shoring 18" VER1 SPAC 4' MA :RTICAL RAIL YDRAULIC CYLINDER Figure 2. Pneumatic/hydraulic Shoring 0 0000 399 Pt. 1926, Subpt. P, App. F 29 CFR Ch. XVII (7-1-07 Edition) Figure 3. Trench Jacks (Screw Jacks) APPENDIX F TO SUBPART P OF PART part P for excavations 20 feet or less in 1926—SELECTION OF PROTECTIVE depth. Protective systems for use in exca- SYSTEMS vations more than 20 feet in depth must be designed by a registered professional engi- The following figures are a graphic sum- neer in accordance with § 1926.652 (b) and (c). mary of the requirements contained in sub- 400 Occupational Safety and Health Admin., Labor Is the excavation more tban 5 feet in depth? Is there potential for cave-in? iH Excavation may be made with vertical sides. Excavation must be sloped, shored, or shielded. Pt. 1926, Subpt. P, App. F Is the excavation entirely in stable rock? Sloping Shoring c selected. selected. Go to Figure 2 1 lding Go to Figure 3 1 FIGURE 1 - PRELIMINARY DECISIONS 401 Pt. 1926, Subpt. P, App. F 29 CFR Ch. XVII (7-1-07 Edition) ISloping selected as the method of protection Excavation must comply with one of the following three options: Option 1: S 1926.652 (b)(2) which requires Appendices A and B to be followed Option 2: §1926.652 (b)(3) which requires other tabulated data (see definition) to be followed. Option 3: ,91926.652 (b)(4) which requires the excavation to be designed by a registered professional engineer. Will soil classification be made in accordance with S1926.652 (b)? 402 NO Excavations must comply with§1926.652 (b)(1) which requires a slope of lkH:IV (340). FIGURE 2.- SLOPING OPTIONS Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. F Shoring or shielding selected as the method of protection. Soil classification is required when shoring or shielding is used. The excavation must comply with one of the following four options: Option 1 S1926.652 (c)(1) which requires Appendices A and C to be followed (e.g. timber shoring). Option 2 S1926.652 (c)(2) which requires manufacturers data to be followed (e.g. hydraulic shoring,trench jacks, air shores, shields). Option 3 ,S1926,652 (c)(3) which requires tabulated data (see definition) to be followed (e.g. any system as per the tabulated data). Option 4 S1926.652 (c)(4) which requires the excavation to be designed by a registered professional engineer (e.g. any designed system). FIGURE 3 - SHORING AND SHIELDING OPTIONS 403 Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR.