Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2011-R0042 - Contract - Re-Con Company - LAH Water Supply Project, MVA Substation - 01/27/2011
Resolution No. 2011-R0042 January 27, 2011 Item No. 5.9 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 9680 for Lake Alan Henry Water Supply Project, 7.5 MVA Substation per RFP 11 -013 -MA, by and between the City of Lubbock and Re -Con Company of Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on January 27, 2011 TOM MARTIN, MAYOR ATTEST: 'Q A'_� �= Reber a Garza, City Secretary APPROVED AS "I U CONTENT: Marsha Reed, P.E., Chief Operations Officer APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vwxcdocs.'RES.Contract-Recon Company January 11, 2011 City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP # 11-013-MA 20 — goo Before submitting your proposal, please ensure you have completed and included the following documents in '- the order they are listed. The contractor is only to submit (1) one original copy of every item listed: 1. _V Carefully read and understand the plans and specifications and properly complete the __' PROPOSAL SUBMITTAL form. Proposal Submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. i j discrepancy In case of a discre between the Unit Price and the Extended Total for a Bid item the Unit Price will be taken." Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. Carefully read the BASIS OF PROPOSALS and SELECTION CRITERIA in paragraph 32 of the General Instructions to Offeror's. Ensure ALL criteria are addressed in your submittal. 2. Include PROPOSAL BOND or CASHIER'S OR CERTIFIED CHECK as our proposal -surety. Y P p Y Failure to provide a proposal surety WILL result in automatic rejection of your proposal. 3. REQUIREMENT AFFIDAVIT. Complete and sign the CITY OF LUBBOCK INSURANCE RE P g Q This must include the signature of the agent or broker. Contractor's signature must be original. 4. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with the questionnaire. 5. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm s FEDERAL TAX ID number or Owner's SOCI ,L SECURITY number. 6. Complete and submit the "CONTRACTOR'S STATEMENT OF QUALIFICATIONS". 7. ✓ Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. jr-, 8. `� Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. / #' 9. Ensure your proposal is RECEIVED by the City of Lubbock Purchasing Manager Office prior r to the deadline. Late proposals will not be accepted ,! DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL SUBMITTAL. (Type or PH t Co any Name) INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS LOCAL GOVERNMENT CODE § 271.116 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS m M1 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAEETYRECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION T" 4-6. PROPOSED LIST OF SUB -CONTRACTORS 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND J 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. GENERAL CONDITIONS OF THE AGREEMENT I I 11. DAVIS-BACON WAGE DETERMINATIONS t 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS DRAWINGS NOTICE TO OFFERORS T-1 NOTICE TO OTFERORS RFP # 11-013-MA Sealed proposals addressed to Marta Alvarez, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, II' 79401, until 2:00 p.m. on January 5, 2011, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "LAKE ALAN HENRY WATER SUPPLY PROJECT 7.5 MVA SUBSTATION CONTRACT Hl" After the expiration of the time and date above first written, said sealed proposals. will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written. . Proposals are due at 2:00 p.m. on January 5, 2011, and the City of Lubbock City Council will -consider the proposals on January 27, 2011, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. The bond must be in a form accepted by the City Attorney and must be dated the same as the Contract Award date. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offeror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. " It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offeror ` regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on December 16, 2010 at 11:00 am, at City Hall, 1625 13th Street, Room 101, Lubbock, Texas. Offerors may view the plans and specifications without charge at the office of Parkhill, Smith & Cooper, Inc. 4222 851h Street, Lubbock Texas 79423 (806) 473-2200 or at www.bidsync.com. PLANS AND SPECIFICATIONS MAY BE OBTAINED FROM THE REPRODUCTION COMPANY for a refundable deposit of $100.00 per half-size set and $150.00 per full-size set. Phone: (806) 763-7770. Either set includes the geotechnical report. Deposit Checks shall be made PAYABLE TO THE REPRODUCTION COMPANY. All persons wishing to purchase hard copies are required to register on www.bidsync.com. t P 1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages (based on a hourly rate time-8 hours -per day minimum) included in the contract documents on file in the office of the Director of Purchasing-and-C-ontract-Magemeirt of the -City of Lubbock, which document is 11_) specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby.notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex,ril disability, or national -origin in consideration for an award. - This Contract is contingent upon release -of funds from the City of Lubbock. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal meetings and proposal openings are available ---to all persons regardless of disability. If you require special assistance, please contact the Purchasing. and -Contract Management at (806) 775-2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48_hours in advance of the meeting. CITY OF LUBBOCK, Marta Alvarez DIRECTOR PURCHASING MANAGEMENT AND CONTRACT GENERAL INSTRUCTIONS TO OFFERORS t GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE * The City of Lubbock is seeking written and sealed competitive proposals to furnish LAKE ALAN HENRY WATER SUPPLY PROJECT, 7.5 MVA SUBSTATION, CONTRACT Hl, per the attached specifications- and contract documents. Sealed proposals will be received no later than 2:00 am on January '5 2011 , at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting �^ documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP 11-013-MA, LAKE ALAN HENRY WATER SUPPLY PROJECT, SUBSTATION, CONTRACT H1" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Purchasing Manager City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing Contract Managers Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides -a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal meeting will be held at December 16, 2010 at 11:00 am at City Hall, 1625 13th Street, Room 101, City Council Chambers, Lubbock, Texas, 79401. All persons attending the meeting are required to identify themselves and the prospective proposer they represent. It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing and Contract Management Office. :' At the request of the proposer, or in the event the Purchasing Manager Office deems the 9 4 N interpretation_to_be-substantive, the interpretation will be .-made by written addendum issued by the Purchasing Manager Office. Such addenda issued by the Purchasing Manager Office will be available over the Internet at http://www.bidsyne.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for -interpretation considered, the request must be submitted -in writing .and must be_ received by rl the City of Lubbock Purchasing Managers Office no later than seven (7) calendar days before the _ J proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City -of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing Managers Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. EXAIVIINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. -_ 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing Manager and a clarification obtained before the proposals are received, and if no such notice is received by the Purchasing Manager _ prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Purchasing Manager before offering --of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven (7) calendar days prior to the opening -t of proposals. PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any _p services or equipment. -� 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRET'S. _CONFIDEN-TIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are �s not open for inspection. Tex. Loc. Govt. Code 252.049(b) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas -Open Records Act. 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and o outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in but not limited to the General Conditions, Special Conditions, and Supplementary Conditions.. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract - documents for the construction of this project and shall be- responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive It shall be the offerors responsibility to advise the Purchasing Manager if an proposals. p y �g X langua e, 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 13 14 15 16 writing and must be received by the City Purchasing Manager - OfFc_seven - (7) calendar days before the proposal closing date. A review of such notifications will -be -made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST -BE SUBMITTED IN WRITING NO LATER THAN SEVEN (7) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: City of Lubbock Marta Alvarez Director -of -Purchasing and Contract Management 1625 13t' Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: malvarez@mylubbock.us fli Bidsync: www:bidsvn-c.com TIME AND ORDER FOR COMPLETION 13.1 The Work covered by the contract documents shall be -completed within 120-CONSECUTIVE CALENDER DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work `! is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying j 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. 4 ` t T `' 17 GUARANTEES 17.1 All equipment -and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature -whatsoever resulting in such defects, when such defects appear within one (1) 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). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault free performance and fault -free result in the processing -date- and date -related data- (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or- firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans -and specifications to suppliers, subcontractors- or -others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. 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 22 23 FM 25 PROTECT --ION_ OF SUBSURFACE LINES AND STRUCTURES f 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 Ul during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. BARRICADES AND SAFETY MEASURES IF The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be- immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. EXPLOSIVES 23.1 The use of explosives will not be permitted a 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. -r CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance v 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 finnished 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 E 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 eachsubcontractor. A certificate of insurance specifying each and all coverages shall be g submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL " 1-3 INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME 6 l �i t r E THE CITY F LU-BBOCK AND ENGINEERS (PARKHILL, SMITH AND COOPER, INC., AND SGS - ENGINEERING, LLC.J AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AND ADDITIONAL INSUREDS. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORESEMENT SHALL INCLUDE PRODUCTS AND COMPLETED OPERATIONS. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be les-s- than specified in the schedule of general prevailing rates of per diem -' wages as above mentioned. The proposer' attention is further directed to the requirements- of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in --the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under -this contract requiring an inspector will not be performed on Sundays or -holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the _ Contractor must notify the Owner's Representative not less than three full working days prior to the Sunday or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from -the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or 1 alleviate such condition so that it is no longer dangerous to property or life. a. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the �_ contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf 28 29 W this contract is made, sixty dollars for each laborer, wor-.kman,-or-mechanic-emplo-yed fo.-each-calendar day, or portion thereof, such laborer, workman or mechanic is paid less than- the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. PREPARATION FOR PROPOSAL 29A The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item,. the unit -price will be taken. A bid that has been opened may not be changed. for the purpose of correcting an error in the bid -price. 29.2 If the proposal is submitted -by an individual, his name must be -signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name. 29.3.2 Proposal for the Lake Alan Henry, Water Supply Project, 7.5 MVA Substation, Contract H1. 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. -s 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposalI price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: _- (a) Notice to Offerors. r 3 (b) General Instructions to Offerors. - (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). 8 i ( ej (e) Contract Agreement. (0 General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and --financial resources to provide the service specified therein in a satisfactory manner. The -proposer may -also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's >_ qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficient of the. proposer. X (c) The quality of performance of previous contracts or services. (d) The safety record of the Contractor and proposed Sub -Contractors (e) The experience and qualifications of key project personnel (fj Past experience with the Owner Before contract award, the recommended contractor for this project may be required.to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 271.116. The selection criteria used to evaluate each proposal includes the following items and weighting factors. The Maximum Point value is 100 points. The weight factor is 60% for Price, 30% for Contractor Qualifications, 5% for Safety Record, and 5% for Construction Time. 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the weighting factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Weight Factor = Price --Score 32.2 30% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points/Maximum Points X Weight Factor = Score) with a maximum of thirty points allowable. Each evaluator assigns points based upon the responses the Offeror provides in the "Contractor's Statement of Qualifications" and any past experience with the Offeror. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points/Maximum Points X Weight Factor = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Rate. The Offeror shall submit this rate and supporting information with his proposal as part of the Safety Record Questionnaire. Contractors with an --Experience Modification Rate greater than I will not be considered. The City may consider any incidents involving worker safety or safety of Lubbock residents, be it related or caused_ by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators will base their rating primarily upon the type of offense, location where the offense occurred, final disposition of the offense, and the penalty assessed as well as the Experience Modification Rate. 32.4 5% CONSTRUCTION TIME: This criterion is also more subjectively evaluated and the formula is as follows: (Points/Maximum Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the Offeror provides in the Contractors Statement of Qualifications and any follow-up information obtained from reference contact persons or organizations. 10 32.5 EVALUATION PROCESS: Evaluators will independently review and score each proposal. The committee will meet, during which time the Committee Chairperson will total the individual scores. If the individual scores are similar, the Chairperson will average the scores then rank offerors accordingly. If the scores are significantly diverse, the Chairperson will initiate and moderates discussion to determine the reasons for the differences and ensure that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. The estimated budget for the construction phase of this project is $ 1,300,000. Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/.OR_FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 34. ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY- STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the offeror's proposal.. 35 PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building,_-highw-ay,-road,._exca_vationand�x-epair 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. I 35.3 The Stateof Texas has -adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Proposers shall use the A_' Davis Bacon wage rates attached herein for Lubbock County. 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 35.5 A Contractor or Subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60-for each worker employed for each calendar day or part of the day that the worker is paid less than the wage -rates stipulated in the contract. W TEXAS LOCAL GOVERNMENT CODE & 271.116 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 232 043(d=1) applies, a governmental entity shall follow the procedures prescribed by this section. (a-1) In this section "facility" means an improvement to real property. (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section_2254..004,. Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for -- acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. (g) In determining best value for the governmental entity, the governmental entity is not restricted to i considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM f, PROPOSAL SUBMITTAL FORM _ UNIT PRICE PROPOSAL CONTRACT DATE: J4.n.k�t PROJECT NUMBER: # 12 I -Lake Alan Henry Water Supply Project, 7.5 MVA Substation - - Contract H-1 Proposal of R Z (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a Lake Alan Henry Water Supply Project, 7.5 MVA Substation — Contract H-1, having carefully examined .the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. SEE BID SHEET (NEXT PAGE) 1 Sao Sc�i SS. ScKb g �i g 9 8 a,� .0, a *010 a a Rot. fmq. to'. N" -4 64. to%. Goo. Ln Ln 'n 400. in Ln 60 si In, 6* ow 60. Ln Ln ow Gov. 40&� * !pw a * 2 * C4 C6 mm 4cmi CD a; 4 CO fa C NO fa co cm E! 8 V- q co 8 8 q 8 cs OD D M�pp C' C� to to to 113� a se vi vi� o O f�oCpp9 8 888188cog§q 0 a U a Iai a & io6% 2 %Q!c 61* 9 LO 8 00 to co EA MD. 4 u u 03 cn 40. Ai, 9 A V v.. o Ju qw g:k cn Offeror's Proposed Time of Construction: A-1E Offeror's Initials / days after Notice to Proceed Offeror hereby agrees to commence the work on the above project on a date to be specified in a. VvlitteW Noticdja Proceed" of the Owner and to substantially complete the project within 120 tone hundred twentv),CO1,I.SECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror, hereby"further agrees to pay to Owner as liquidated damages the sum of $4,000.00 (Four -Thousand Dollars) for Final Completion for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. r, Offeror understands and agrees that,this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions fo Offerors. Offeror understands thaf.the Owner reserves the right to reject any or all proposals and to waive any formality in -- the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the.scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City'of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a for Dollars ($ ) or a Proposal Bond in the sum of ''� " "" �F "" '� Dollars ($1 1 SL ilt J, which it is agreed shall be collected and retained by he 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. 3 Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL- PRICE MUST_ BE -MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. i_ (Seal if Offeror is a Corporation) ATTEST: Secretary _ Offeror acknow edges receipt-of_the following addenda: 7)4n e, Addenda No. Addenda No. Addenda No. Addenda No. Date Date Date Date Date: .Jranwif y 5. 7011 «V. 0W If Auut rized Si a�t%ure aary W Bow Re r-- (Printed or Typed Name) Re. G C, o r% A it Company /` Address 0K101A0Ma C•f�y OK, City, j County © k I'l ofirti -7 310 5 State Zip Code Telephone: S2 5- 8 0 & f Fax: ,q4>5 62S-8066 Email: 96ovvK*.v%Q recoAcon+Pa»y,wSj FEDERAL TAX ID or SOCIAL SECURITY No. 173 -o Uo 783 M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other S eci --, I" _a THE AMERICAN INSTITUTE OF ARCHITECTS A/A Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Re -Con Company (a Texas Corporation) as Principal, hereinafter call the Principal, and Mid -Continent Casualty Company a corporation duly organized under the laws of the State of Ohio as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock as Obligee, hereinafter called the Obligee, in the sum of Five percent of amount bid------------------------------ Dollars ($ 5% of amount hid ), 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 Lake Alan Henry Water Supply Project 705 MVA Substation Contract H1 NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed th'el penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another parry to perform the Work covered by said bid, then this obligation shall be null and void, other6vise to remain in f II force and effect. Signed and se led this 5th day of January, 2011 n a Texas incipa/1 iSeal• Sit• AIA DOCUMENT A3100BID BOND-A104FEBRUARY 1970 ED.*THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON D.C. 20006 -KNOW ALL MEN BY THESE PRESENTS; That the MID-CIONTINENT. CASUALTY COMPANY, a. corporation organized and existing under t6,* t", '6hio, does Rom ean rson or persons . rso . ns named below, . , each individually if. -and by virtue of the laws -of e:$ta a of nominate, ponstillule - d appok the person a more than one Is niamed,jts true and lawful attorney -in -fact, for it and In its name, place end stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof. Travis E. Brown, Jamie Burris, Catrie,Hodgens, Robbie -Loyd, Mark Q,,NqwqI1,,,DebbIe Raper, Qindy,Rqynolds and Chris.,Webb, individually a QT'� , :OKLAHOM� 1 0 o Y _K IN WITOES has caused t pee presents to be -ilqrip and attested by'its' epp�opriafe officers and (ts N'CASUALTYCOMPANh' 0W.�ERE0f,`.'theMID-CONTINE T It x corporate 'edjh1Is-• _23.day of M_ W-i": 10 IT �7 'k - ASUA - Y CO -1 'Nor NT NENT 0 COMPANY $c ATTEST: --A WSSISTANT @&kY, TODD 8AZATA SARA ANDSON-:,1' WSSISTANT SECRETARY VICE PRESIDENT b6for'i ..On this 0 the peirsoqqIIy...apP4t d TODD BAZATA e known, el Drn �16fd t resides h6i, that s/he is'a'Vict"Prosidehl:0 Mid-Confinient Opstialit any, the . c9m0a y sworn, deposes_and * says hat erne y Company, [gy We Company; that the" seal a xed to the said Instrument is such in and W e"��Ahe, above instrument; ihai` i i V the sealof om`iy corporate seal; that it was so affixed by authority of her/his office under the By -Laws of said Company, and that s/he signed his name thereto by like authority. X "at .,A'f iilsiio "'.0% '00936 0, V-11 11/ OT .4 T11`01� OKLAHOMA 44 SS . �-� �tMy CommissionE 01-26-13 WLIC COUNTY OF TULSA Note L FAYJ Public Notary Attorneys.j'.6U ' .' This Power.OrdOted by Qhhty o resolunadrebythe Board of Dfrector#�fNlid_- otinent Ca altjr g J 'd _b C y unanimous wnftenj oq� ated September RESOLVED: That the President, the Executive Vice President, the several Senior Vice Presidents and Vice Presidents or any one of them, bq.and hereby is authorized,,from.timp to time, to appoint ,.qe qumoria -in-fact.to-execute on behalf of th s,.surety, any and. Attorneys !a Company, a . an r.. nature to prescribe.-thoi rpapeqtiva� ''d contracts duties and the respective :undertakings". '. ij, f �* ' 660.wl e6i66416 ions in ihlk, e b 0 nd�p h octo� 0 sui�etyshlp,� Ilm abf-thbir autho .rity; an - to-revd�4 J36V such appo rithriOni a an li :"-, 4 it W y; m RESOLVED FUk'T_H'Ek; That the Compainy seal and the signature of any of the aforesaid officers and any Secretary. or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of ,,suretyship, or other wrMenpbjjqqtjoF! to the nature thereofi,.such,pignotqre and seal when so used.peing hereby adopted by the Company as the. original -e, the 01 l6alt Company, to ^11 and binding upon Company with the same force and effect as though signature of such 6064 an real of the comob .,,valid 9 m L *.,affixed. CERTIFICATION SARA ANDERSON'. Assistant Speroter I hereby certify that the foregoing Power .y pf.Mid-Cont nentCa ' spa"Company, do .,a of Attorney and the Resolutions of the Board of D66tors"of'Septembisr 25, 2009 have not .-beeh revoked and are now in full force and effect. Signed and, seated this 5th day of JAXIMU�a .2011. J., i SEAL -� X toW, o isl�R &AR ffSON Assistant Secretary P_ �:rk, 0146 VOID IF BOX IS WOO A; a? CONTRACTORS STATEMENT OF QUALIFICATIONS Individual contractors and joint ventures submitting a proposal must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of proposal submittal. Failure to submit the following Proposal Evaluation information may result in the OWNER considering the proposal non -responsive and result in rejection of the proposal by the OWNER. Offerors are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and_key...personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. 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 proposal, which in its judgment is the lowest and best proposal, to reject any and all proposals, to waive irregularities in the proposals, or to reject nonconforming, non -responsive, or conditional proposals. In addition, the OWNER reserves the right to reject any proposal where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material -misstatements on the qualifications forms may be grounds for rejection of the firm's proposal on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: 11 { 5 Contractor's General Information Organization Doing Business As C,oR co r►, a!1 `iFas Cor orp �on 12 NE Jr not ree Business Address of Principle J L_ Office Di�Ia O M S4 C k't o A —JIL 7310S Telephone Numbers Main Number A% 5- 5Z 5- 8 D 8 4 Fax Number 11,95- 52- 5-- OP Web Site Address JVoN� Form of Business (Check One) )ej A Corporation LLLPartnerswip An Individual If a Corporation Date of Incorporation /r x,cA 2/ /9i3 State of Incorporation 7ZX,4s Chief Executive Officer's Name President's Name Gar 18„j Ke-r- coa Vice President's Name(s) Average Number of Current Full ,Q Time Employees 6 Average Estimate of Revenue for the Current Year �o6oa 000. ova Contractor'.s Organizational Experience Organization Doing Business As Business Address of Regional Office Name of Regional Office Manager Telephone Numbers Main Number Fax Number Web Site Address rganization I History List of names that this organization currently, has or anticipates operating under over the history of the or anization, including the names of related companies p sently doing business: Names of Organization From Date To Date List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Years experience in projects similar to the proposed project: 37 As a General Contractor As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? /v D If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ears? ND If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local state, or federal agency within the last five ears? A10 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? , AD /v 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? �0 If yes provide full details in a separate attachment. See attachment No. Contractor's Proposed Key Personnel Organization Doing Business As Proposed ProjectOrgariizatioln Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include his chart as an attachment to this description. See attachment No. — SeE Ae s-Ime ap% s to Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include the title and names of proposed key personnel and alternates. Include this chart as an attachment to this description. See attachment No. S ce re s u.M c, a ne l+es,cvl Experience of Personnel, Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each'of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager 6 - Vli 60.0iKe, Text C,,-cN Project Superintendent Keitl, 6}o,-, Project Safety Officer DArre.1 wr.t•d Gar 6owke r- Quality Control Managerrncll r�LN�vrL 4Ce�ti�. $}or If key personnel are to fulfill more than one of the roles listed above, provide a written narrative 4escribing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. IProposed Project Managers Organization Doing Business As Primary Candidate Name of Individual C o r K o w -e, r- Years of Experience as Project Manager J Years of Experience with this Organization A Number of similar projects as Project Manager AS Number of similar projects in other positions �5 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 11 CnppCorner' �K6 Ta�io /D70 -.3O'zm// &Vvns crte- AI3v-'3o LAW% S k �,e !a 3-24,-zoI Reference,Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name ' W-r6 9#%i%K r- Name /.l; ,' wadde 11 Title/ Position A44A ,cn Title/ Position Eons rao/isn f .' cr' Organization BrAZOs Organization G P-DA .Telephone >ti 25 '15o 4,500 Telephone q 18 - z3o 3251 E-mail E-mail /nW.i d&f r At. Goy Project VA;i o K3 Project ar+ous Candidate role on Project Alternate Candidate Name of Individual Candidates role on Project -re- p Years of Experience as Project Manager -a I Years of Experience with this Organization V1 Number of similar projects as Project Manager 'To Number of similar projects in other positions 20 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date vale dub �•• /o°Yo 2--�o11 Reference Contact Name Information (listing names indicates Gay L To . approval to contactinq the names individuals as a Name Title/ Position Co ; ,ax c yr4h Title/ Position Z/«fr<< ft Organization O + Organization 5 G S Telephone 405 553 5'10 Telephone SD -- 79 -6 S;L E-mail 4-0sugtIqla o Gen^ E-mail L*ewl SqSe6e. cam Project ;o ProjectV,4.-,Ots Candidate role on Project Candidate role on Project Proposed Project Managers Organization Doing Business As CandidatePrimary Nameof-Individual cop K aw e-r- Years of Experience as Project Manager J Years of Experience with this Organization 32 Number of similar projects as Project Manager a Number of similar projects in other positions 25 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Cmpp Corner 1DJP /-3D-Zell GIb60„s CrcaK. /0 to AI-3o-2-D I —A 0% 4 r" • S a 6S �A�e & /01 13 -7 4- Z0 / Referenm-Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name G.rc n enwKv- Name /7,' ti Waddel Title/ Position Title/ Position cr Or anization B ra z o s Organization G PDA Telephone off Z5 750 4. 51PID Telephone qt 8 - z3o 3251 E-mail ka celtAAk r ,6narood E-mail /110 dlr,JI Q 1r .c. c o r� Project VA ri o a Project VAFlens Candidate role on Proect Alternate Candidate Name of Individual Candidates role on Pro ect 72-d 0^a44 Years of Experience as Project Manager -a I Years of Experience with this Organization 21 Number of similar projects as Project Manager 70 Number of similar projects in other positions x o Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date lBe-11 Cova /b7 LA vA/P �ui� -,`v Reference Name Ga. L TO - {SW approval• Name Loalli a 77 Title/ Position ±it,4 ,emew Title/ Position Cl.cf,feQ/ Or anization p G4 E Organization 5 vS Telephone 405 553 4517oq Telephone 8D1.- 745- 8� E-mail OIUe WO o C Vr^ E-mail LttaJ S Se _ &O"n Project ; n Project,4,40 Candidate role on Project Candidate role on Project Proposed Project Superintendent - Organization Doing- Business As Primary Candidate Name of Individual �_itrFc - f t,� h - • ,}..... x s - .. Years of Experience as Project Superintendent 25 Years of Experience with this Org-anization..- Number of similar projects as Superintendent N,umbei' of similar projects in other- positions jlOy Current Project Assignments Name of Assignment. Percent of Time_Used-. ;;,r this Project Estimated. Project; Completion Date e-n LO t� Lkc S a forte 9570 �./5_Zo��•" : ,, Reference Contact Information -(listing names indicates approval-to-contaicting the names individuals as -a reference Name Name Title/ Position Titlet Position Organization rp z e Organization e449 Telephone Z 5W *756 G.soo ' Telephone /-fz.. -�/ S.7 E-mail L5� is a� r ac t a. �0 -mail R4�i. tAr ov Ne» o Project V fro a Project t!a Candidate role 11 on.Pro ect ... Alternate Candidate Name of Individualc�ti Candidate role on. Project_, adr Years'of Experience as -Project Superintendent / $. Years of Experience. with this Organization a.l Number of similar projects as Superintendent 52_ Number of similar projects in other positions / 2., Current Project. Assignments Name of Assignment Percent of -.Time Used for this Project Estimated Project Completion Date r;�L6n�' . - : — - - - -:Sole - --%,��_� • ; -_ -_ - ^p�aut Reference Contact ref Name, Information (listing names indicates a r..: M i►dY^ approval to contacting Name the names individuals as a r,af ..E . i;� r. yq .Title/ Position - t^ l`cm. *"-r t, V. it" ; ,4cr- Title/ -'Position . 'C" ,, *4. Or anization Organization S Tele' horfe 11-72 Telephone .i °` -d 5- 4 E-mail _. 5amribccn . cowr Project ro ��" Project r tdx-4 - Candidate role on Project Candidate role on Project 10 Proposed Project Safety Officer Organization -Doing Business As Prim ary Candidate Name of Individual WA0- Years of Experience as Project Safety Officer /4 Years of Experience with this Organization /6 Number of similar projects as Safety Officer �� �52 Number of similar projects in other positions —o-- Current Project Assignments Name of Assignment Percent of Time Used for this Proect Estimated Project Com letion Date p C r P,c n-L 1'r D oG Reference Contact Information (listing names indicates approval to contacting the -names individuals as a reference Name Name to.1 W kI Ln n Title/ Position fmie,_+ Title/ Position Pr...5 Vt.,o Or anization p 6,4 t Organization Wk na h Cv,76. Telephone AIo5 5S3 5f2 I Tele hone 405- $.5D- E-mail E-mail Project Project Candidate role on Project Alternate Candidate Name of Individual Candidate role on Project r ,Bo Il-cr- Years of Experience as Project Safety Officer /p Years of Experience with this Organization 35 Number of similar projects as Safety Officer /&0 Number of similar projects in other positions 200 cr �•,.�t... Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Date -Completion Reference Contact Name Information (listing names indicates approval to contactinq Name the names individuals as a Title/ Position Title/ Position C,o i, 10i9 /Jl,.!!,E {,.Jr Organization 5 G s ' Or anization ,Q4 Telephone a L- T 9.S`A 217 Telephone 25c1750 .500 E-mail Socoins5 CA , Co E-mail k on 4 werip gzos etc ri -" Project sip ' Project Candidate role on Project Candidate role on Proect 11 i Proposed Project Quality- Control Manager --> S p M -- 9,5 S k P e g-'n-6nol,�� � Organization Doing Business As CandidatePrimary Name of Individual Years of Experience as Quality Control Manager Years of Experience with this Organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project CompleVion Date Reference Contact Information (listing names indicates approval to contacting the names individuals as -a reference Name Name Title/ Position Title/ Position Organization Orglanization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Alternate Candidate Name of Individual Candidate role on Project Years of Experience as Quality Control Manager Years of Experience with this Organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 'Reference Contact Name Information (listing names indicates approval to contacting Name the names individuals as a Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project IF Contractor's Project Experience and Resources .474 a o-h Gol k5um c. Organization Doing Business As Provide a list of major projects that are currently underway, or have been completed within the last five ears on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five years which specifically illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. -Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment Equipment Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own BWiill Lease O7ce 4 CoM et.c cr D,7 Wo& 19 111{ ,* A S Kid 34,jc�ldl- 6,*Xp,L- Division of • between Organization an• Subcontractor Whaatt work will the oManization_Lcomplete using its own resources? -5% m-r' IrJL�1 What work does the organization propose to subcontract on thisproject? Cons -vL l�ot�s�c .�r.�a7�ion 13 Contractor's Subcontractors and Vendors Organization Doing Business As Project• i • Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts Name Work to be Provided Est. Percent of Contract Comment 5 Sfe, m 15,001thd^ric';o lcs�iih,4A/O Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above using the Project Information Forms. Equipment Vendors Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install Other Y � w lw• r �a �. e. k� 'i 14 Current Projects and Project Completed within the last 10 Years — sac men AiJ4& c-k-r-el lecs Project Owner Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner _ Designer Construction Manager _ Project Owner IProject Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Project Owner Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager 15 Proiect Information Project Owner e. p Project Name $ ka d 4 G o ve 50 a fZr— General Description of Project 13 8 xy —Z 5eV �f"ift; h Su 5 f fresh • • - •.o iSchedulePerformande Budget History Schedule Performance Amount % of Bid Amount Date Days Bid J7 /oo'h Notice to Proceed $ .24-/v /2 Change Orders /1 o/rc 414 Contract Substantial Completion Date at Notice to Proceed Owner Enhancements /I oAt Contract Final Completion Date at Notice to Proceed i"I-/7-/0 /OS Unforeseen Conditions 11,04-g Change Order Authorized Substantial Completion Date Design Issues n p/JE a Change Order Authorized Final Completion Date Total Z�� ,/� /p p�je Actual / Estimated Substantial Completion Date Z 2 /p--/4 Final Cost Key •. /pp Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer /pvO Quality Control LL; �o Manager Name /491610tn ���A 5*10-- /gtl'cl rd S/,e Percentage of Time Devoted to the Project /017a /vto*Iv / 07a / oo Proposed for this Project /V /d o 10 I v a Did Individual Start and Complete the Project? j'cs rc s ?re SYes If not, who started or completed the project in their place. Reason for change. FRI- Name Title/ Position Organization Telephone E-mail Owner ( 0— 2 7S 71 Designer A M t'�1 At4 t <<�r i r"n eel Pv WC k A &e_ i 917 41 ) 5 4 7 Construction Manager 13s Sui Au, g ry *� Number of Issues Total Amount involved in Resolved D Resolved Issues N A 1"l+alCo s .e411, t oS 2'3 st-0,� Number of Issues Total Amount involved in Pendin Resolved Issues R yyy IA' W,3 1 Ila "" "..�,,• �„ i .'ter nrw 1, N{I - '�� 'z''' � - �a • = ^e, � -�-'t.._ Nt I Pit M IiY �M�i 1 -� V• K �` f Y -- � Y � T � 3 - t ' � i�'4-��'� a F2'F,� -��tif ? ft °"' � 1 0�. " . 7. t •a,• - k �� y� "_� � - I Io. Liu t ; .--, 's � -a•a7 I - � ! _ T i i y1 kk_ r." s' t a'7.wv� o`T .r.awt 1�1. z�1�. y�� r:S 1I" tkitilt.•: t RE -CON COMPANY, INC. 12 N.E. 52nd Street Telephone (405) 525-8084 Oklahoma City, OK 73105-1826 Fax (405) 525-8066 January 4, 2011 TO WHOM IT MAY CONCERN: Re -Con Company, Inc. has been specializing in substation erection for forty-three years, founded in the state of Oklahoma December 28, 1967. Our office and yard are located at N.E. 52nd, Oklahoma City, Oklahoma. Re -Con Company has kept this permanent place of business for thirty-seven years. Our office hours are from 8:00 A.M. to 5:00 P.M. Monday through Friday, with the exception of holidays. Re -Con Company is currently incorporated and/or domesticated in Arkansas, Colorado, Kansas, Mississippi, Missouri, Nebraska, Oklahoma, Tennessee, Texas and Wyoming and has completed projects in all but two. You will find information on all projects in our permanent job register included in our resume. Also included in our resume is the following information showing Re -Con Company's ability to complete all substation projects on schedule. Exhibit A: Bonding Capability Exhibit B: Financial Statement Exhibit C: Key Personnel Exhibit D: Equipment and Tools Exhibit E: References Exhibit F: Permanent Job Register If you should have any questions regarding our resume or our corporation, please do not hesitate to contact me at (405) 525-8084. Re -Con Company's mailing address is as follows: Re -Con Company 12 N.E. 52nd Oklahoma City, OK 73105-1826 Sincerely, Gary W. Bowker President GWB/kjs l Hilb, Rogai and Hamilton Company of Oklahoma 125 Park Avenue Oklahoma City, Oklahoma 73102 (405) 232-0651- FAX (405) 239-2096 To Whom It May Concern: Please be advised that based upon information we have at this time and contingent upon specific underwriting circumstances involved in the consideration of any given contract and bond, we are willing to execute bonds for Re -Con Company on construction contracts up to the sum of $7,500,000 and possibly beyond. It the past we have handled bonding requirements for Re -Con Company in the amount of $7,500,000. It is understood that this letter is in no way to be considered,as a commitment on the part of the surety to issue or execute bonds or obligations on behalf of this contractor in any amount. I attach a copy of our Power of Attorney Sincerely, Patsy A. Payn , ttorney-in- act United States Fidelity and Guaranty Company A CONTINUATION OF MCELDOWNEY, MCWILLIAms, DEARDEUFF & JOURNEY -THE BUSINESS MANS INSURANCE AGENCY -SINCE 1911 1796943 United States Fidelity and Guaranty Company �� + • Power of Attorney / No. 110169 Know all men by these presents: That United States Fidelity and Guaranty Company, a corporation organized and existing under the laws of the State of Maryland and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Gary Liles, Dwight Journey, Keith Shideler, Stan Deardeuff, Patsy A. Payne, Shelli R: Albers and Travis E. Brown of the City of Oklahoma City State of Oklahoma its we and lawful Attorney(s)-in•Fact, each in their separate capacity if more than on is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Company in its business of guawmaing the fidelity of personsc guaranteeing the performance of contracts: and exeaieng or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, the said United States Fidelity and Gummy Company. has caused this instrument to be sealed with its corporate seal, duty attested by the signatures of its Vice President and Assistant Secretary, this loth day of January A.D.19 97 . United Stabs Fidelity acid Cum" �tYMp ,�J (Signed) By ............ ZAIr . .1. �................... ........... tti96 Vice President )signed) 8y ........ ...:...... assistant Secretary .... Stab of Maryland ) SS: Baltimore City ► On this loth day of January , A0.19 Guaranty Company. and Thomas E. Huihregtse, Assistant Seaeq said, that they, the said Gary A. Wilson and Thomas E Huire re Guaranty Company. the corporation described in and the to said Power of Attorney was such corporate seal > c so affaa�l like order as Vice President and Assistant Secretary, respectively, e My Commission expires the 1st day of t j C-- (Sign!�t A( iLC rr\� ` '. -AI VO me piersor SO4 Gary A Wilson, Vice President of United States Fidelity and th 01:0 .wthom I am "fy)quainted, who being by me severalty duly sworn, 1tIPresidetht and starlit Secretary of the sold United Staten Fidelity and er of Attomeyr, , knew the seal of said corporation: that the seal affixed Board Of_DUe s of said corporation, and that they sigrW their names thereto by L4 .... ILK ary Public This Power of Attorney is granted under and byy)RIII corny of the following Resolutions adopted by the Board of Directors of the United States Fidelity and Guaranty Company on September 24,1992, Resolved. that in connection with the fidelity and suety insu ante business of the Company, all bonds. undertakings, contracts and other instruments relating to said business may be signed, executed and acknowledged by persons or amides appointed as Attw*sloin•Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Poweds) of Attorney for and on behalf of the Company may and shag be executed in the name and on behalf of the Comparr , either by tine Chainmart or the President or an Executive Vice President. or a Senior Vice President or a Vice President or an Assistant Vice President. Windy with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to arty certificate relating thereto appointing Attmmeyls}in-Fact for purposes only of executing jr and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and bind u the with to bond or undertaki to which it is validly attacfhed. gna binding upon Company reject � m9 �y Resolved. That Attomay(sHn-Fact shall have the power and authority. and, in any case, subject to the tenths and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other vwitrgs obligatory in the nature thereof, and any such instrument executed by such Attorrv4s)4n fact shag be as binding upon the Company as if signed by an Executive Officer end sealed and attested to by the Secretary of the Company. I, Thomas E Huibregtse, an Assistant Secretary of the United States Fidelity mad Guaranty Company do hereby certify that the foregoing are true excerpts from the Resolutions of the said Company as adopted by its Board of Directors on September 24.1992 and that these Resolutions are in full force and effect I, the undersigned Assistant Secretary of the United States fidelity and Gummy Company, do hereby certify that the foregoing Power of Attorney is in full force and effect and has not been revoked In Testimony Whereof. I have hereunto set my hand and the seal of the UAW States Rdelity and Cum" Company. on this day of .19 Assistant Secretary Ito FS =/96) CERTIFIED COPY I. GENERAL POWER OF ATTORNEY No.. ...... MIX ....................... Know all Men by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint MAWYl HUghes of the City of Okl&=m City . State of WahoM its true and lawful attorney in and for the State of oklaham for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors. hereby ratifies and confirms all and whatsoever the said Meryl Hugtles t i may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this "instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice -President and Assistant Secretary, this 11th day of Septembar" , A. D.19 86 UNITED STATES FIDELITY AND GUARANTY COMPANY. (Signed) By ......... C, :U.F.. '+Qt06......... ` ...... " Yica•Presid'ent. (SEAL) F. P. Stewart (Signed) ................................................... .fssstant Secretary. STATE OF MARYLAND, 1 " BALTIMORE CITY, On this 11th day of Septefllber , A. D. 1986, before me personally came Cecil E. Estes . Vice -President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and F. P. Stewart , Assistant Secretary of said Com gan�, with both of whom I am personally acquainted, who being by me severally duly sworn. said that they, the said Cecil E. Estes and F. P. Stewart were respectively the Vice -President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal ai6xed.1n said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice-president and Assistant Secretary, respectively, of the Company. . ,..:, -r My commission expires the first day in July, A. D. 19.9..... (SEAL) {Signed}.......Nf�xQMt.XIL.HtA'St.......:............. Notary PttN& STATE OF MARYLAND Set. BALTIMORE CITY, I, Satuxira E. Banks Clerk of the Circuit Court for Baltimore City, which Court is Court of Record, and has a seal, do hereby certify that N1ar^ tx1Bt'M. Hurst , Esquire. before' whom the annexed affidavits were made, and who has thereto subsoribed his name, was at the time of so doing a Notary Public of the`' State of Maryland, in and for the City of Baltimore, duly commis Boned`and sworn and authorized by law to administer oath and takei' acknowledgment, or proof of deeds to be recorded therein. I further"certify that I am acquainted with the handwriting of the'said Notary, and verily believe the signature to be his genuine signature. In Testimony Whereof, I hereto set my hand and affix the 'seal of the Circuit Court for Baltimore City, the same "i a Court of Record, this 11th day of September , A. D. 19 86 (SEAL) (Signed) ............... E..Benka..................... Clerk of the Circuit Court /or Baltimore City. FS 3 (1-83) M'�e COPY OF RESOLUTION That I.Fhe.reaa, ]t.is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces and territorlee of Canada; ' Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice. Presidents. in'conjunction with its Secretary or one of its Assistant'Secretaries,'under•its corporate seal, to appoint any person or persons as attorney or attorneys-in•fact, or agent or agents of said Company, in its ,name •and as its act, to execute and deliver any and all contracts ,guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required' or permitted in all actions or proceedings, or by law allowed, and • i. A4o, in its -name and as its attorney or attorney"n•fact, or agent or agents to execute and guarantee the conditions of any and a]I bonds, recognizances, .obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces or territories of Canada, or by the rules, regulations, orders, customs, practice or discretion'of any board, body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which ,may,be providemi for in any such bond, recognizance, obligation, stipulation, .or undertaking, or anything in the nature of either of the same. / , :Ap .. ! .micliR' ! W. Vann. , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY.COMPANY, do hereby certify that the foregoing Is .a full, .true .and correct copy of the original power of attorney given by said -Company ta- Chwyl Hughes .... . of ,0a813Qm ;City, Okra , authorizing and empowering her to sign bonds as therein set .forth, which'power of .attorney has never been revoked and is still in -full force and effect. And I do further certify that said Power of Attorney -was •given in -pursuance of a resolution adopted at a regular meeting of the Board of; Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 25th day of November,1981, at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting. In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on March 24, 1988 (Date) ......................................... ... . ant Secretory. .Y + 11 I RE -CON COMPANY, INC. BALANCE SHEET NOVEMBER 30, 2009 LIABILITIES AND STOCKHOLDERS' EQUITY ------------------------------------ Current liabilities: Accounts payable - trade $ 129,901.93 Accrued payroll taxes payable 422.61 Accrued profit sharing 60,000.00 Due to Re -Con Co., Inc. (of Texas) 550,775.32 Deferred income taxes 3,307.00 -------------- Total current liabilities 744,406.86 Long- term liabilities: Deferred income taxes146=828.00 --- Total liabilities 891,234.86 Stockholders' equity: Common stock - 100,000 authorized shares @ 1.00 par value, issued and outstanding, 20,000 shares $ 20,000.00 Retained earnings 2,076,659.24 -------------- Total stockholders' equity 2,096,659.24 -------------- Total liabilities and stockholders' equity $ 2,987,894.10 r f RE -CON COMPANY, INC. (OF TEXAS) BALANCE SHEET NOVEMBER 30., 2009 ASSETS Current assets: Cash $ 1, 507, 370.28 Accounts receivable:. Due on contracts, including amounts retained by customers in accordance with contract provisions ($85,130.05) 636,354.82 Employee advances 2,533.84 Due from Re -Con Company, Inc. 550,775.32 Costs and estimated earnings in excess of billings 234,582.00 -------------- Total assets $ 2,931,616.26 LIABILITIES AND STOCKHOLDERS' EQUITY ------------------------------------ Current liabilities: Accounts payable - trade $ 276,114.83 Accrued expenses. 450.20 -------------- Total• current liabilities 276,565.03 Common•stock - 1,000 authorized shares @ 1.00 par value, issued and outstanding,.1,000 shares $ 1,040.00 Retained -earnings 22,973.38 Undistributed earnings 2,631,077.85 -------------- Total stockholders'.equity2,655,051.23 - - Total liabilities and stockholders' equity $ 2,931,616.26 4 t- RE -CON COMPANY KEY PERSONNEL �i Experience: 1976 - Present 1976-1977 1977-1983 (_ 1983-1984 1984-1996 1996-Present Experience: EXHIBIT C 1 GARY W. BOWKER - PRESIDENT Re -Con Company Foreman Substation Construction Job Superintendent Secretary -Treasurer Vice President President CORKY I. BOWKER. VICE-PRESIDENT 1979 - Present Re -Con Company 1979-1982 Laborer on Substation Construction 1982-1983 Foreman and Operator on Substation Construction 1983-1996 Job Superintendent on Substation Construction 1996-Present Vice President TED L. GREEN Experience: 1990 - Present Re -Con Company 1968 - 1973 Graybar Electric Company, Oklahoma City, OK (Sales) 1973 - 1976 Osborne Electric Company, Oklahoma City, OK (Purchasing) 1976 - 1982 Re -Con Company, Oklahoma City, OK (Purchasing) 1982 - 1989 G & C Construction Company, Wellston, OK (Estimating and Purchasing) 1989 - 1990 Whitnah Construction Contractors, Wellston, OK (Estimating and Purchasing) 1990 - Present Re -Con Company, Purchasing Agent RE -CON COMPANY KEY PERSONNEL FRED W. OSIEK Experience: EXHIBIT C 2 1973 - Present Re -Con Company 1973-1976 Foreman Substation Construction 1976 Completed course at Sooner Mechanical Trade School 1976-Present Job Superintendent on Substation Construction CHARLES E. BEAT Experience: 1982 - Present Re -Con Company 1982-1983 Laborer on Substation Construction 1983-1984 Foreman on Substation Construction 1984-Present Job Superintendent on Substation Construction JAMES C. LEE Experience: 1988 - Present Re -Con Company 1988-1991 Laborer on Substation Construction 1991-1996 Foreman on Substation Construction 1996-Present Job Superintendent on Substation Construction KEITH W. STORY Experience: 1993 - Present Re -Con Company 1989-1993 Self Employed / Concrete Construction 1993-1995 Supervisor over Concrete Construction 1996-Present Job Superintendent on Substation Construction DARRELL S. SPOONEMORE Experience: 1999 - Present Re -Con Company 19784995 Job Superintendent on Substation Const. (Re -Con) 1995- 1999 Self Employed - Electrical Work 1999-Present Job Superintendent on Substation Construction RE -CON COMPANY KEY PERSONNEL MICIIAEL S. TROLINGER Experience: 1990 - Present Re -Con Company 1990-1992 Laborer on Substation Construction 1-992-2007 Foreman on Substation -Construction - - - - - - - - - 2008-Present Job Superintendent on Substation Construction FRANK L. WILLIAMSON Experience: 2003 - Present Re -Con Company 1968-1974 Substation Construction Laborer, OG&E, OKC OK 1974-1984 First Class Electrical Construction, OG&E, OKC OK 1984-1994 Supervisor Electrical Construction, OG&E, OKC OK 1994-2002 Inspector Construction and Maintenance, OG&E, OKC OK 2002-2003 Retired from OG&E 3/l/2002 after 33 years service. 2003-Present Job Superintendent, Substation Construction, Re -Con Co. Training includes but is not limited to: Fundamentals of Supervision Employee Relations Training Basic Electrical Principles Drug and Alcohol Abuse Training First Aid Instructor Training EEO Training Defensive Driving RCRA Hazardous Waste Training Blood Borne Pathogens "MOST" for Work Analysis and Time Measurement Safety Program JUANA. CEPEDA Experience: 1979 - Present Re -Con Company 1979-1992 Laborer on Substation Construction 1992-Present Foreman on Substation Construction RAUL MARTINEZ-PARAMO Experience: 2006 - Present Re -Con Company 2006-2008 Laborer on Substation Construction 2008-Present Foreman on Substation Construction Trained by Frank L. Williamson RE -CON COMPANY KEY PERSONNEL KELLEY J. SPARKS Experience: EXHIBIT C 4 1996 --Present- - Re -Con -Company -- - - - 1976-1986 Clerk/Secretary/Office Manager, NBC 1986-1996 Secretary OA/Budget Analyst, Tinker AFB, OK 1996-2000 Payroll Services Administrator/Human Resources 2000-Present Office Manager Experience: 1995 - Present 1957-1959 1959-1962 1962-1973 19744 978 1978-1980 1980-1983 1983-1987 1987-1994 1995-Present DARRELL N. WARD Re -Con Company Laborer -Power Plant Construction, OG&E, OKC OK Overhead Lineman, OG&E, OKC OK Electric Serviceman, OG&E, OKC OK District Electric Foreman, OG&E, OKC OK Planner Analyst, OG&E, OKC OK Supervisor - Planner Analysts, Overhead and Underground Distribution, OG&E, OKC OK Supervisor - Planner Analysts, Transmission Construction and Maintenance, OG&E, OKC OK Supervisor - Transmission Construction and Maintenance, OG&E, OKC OK Safety Director, Re -Con Company Training includes but is not limited to: Fundamentals of Supervision National Electric Code Basic Electrical Principles Single Phase Watt -Hour Meters Distribution Transformers RCRA Hazardous Waste Training "MOST" for Work Analysis and Time Measurement Safety & Health: Building An Effective, Comprehensive Safety Program Employee Relations Training Drug and Alcohol Abuse Training First Aid Instructor Training EEO Training Defensive Driving Blood Borne Pathogens Class A Substation Switchman Blood Borne Pathogens Instructor Work Zone Traffic Control EXHIBIT D: EQUIPMENT & TOOLS NUMBER 82 DRAKE TRAILER DESCRIPTION Gooseneck, Belsche, T-17, 1985 - 96 - - - — TRUCK W/CRANE International, 1990,-3-Ton �W/Pitman Hydr.-4701"" 102 TRUCK W/CRANE Ford 1989, 3-Ton (w/National 556B) 1 106 TRAILER Gooseneck, Carrier King, 1990, 3 Axle 109 TRUCK W/CRANE Ford, 1990 F800, 3-Ton (w/National 456A 10-ton) 114 TRUCK W/CRANE International 1981 Diesel, 5-Ton (w/R.O.) 115 TRUCK W/CRANE International, 1987 Diesel, 3-Ton (w/Pitman) 119 TRAILER 1994 Office Trailer / P AMER 123 TRAILER 1992 Office Trailer, QMI 125 TRAILER US Cargo, 24' Office Trailer (1998) 128 FORKLIFT Nissan, EH02 129 TRAILER Office Trailer, 32' Stidham 130 TRAILER, P-WASH 525 Gallon Power Washer mounted on Trailer 131 TRACTOR 1998 214E 4 Wheel Drive Extendahoe 134 TRUCK Dodge, 1999 Ram 3500 (White) 138 TRUCK 2000 Ford F350 (Red) 139 TRUCK 1986 International 2 Ton Truck wBoring Machine - Texoma 141 THREADER Rigid Threader 142 TRAILER 34' Custom Built Gooseneck Trailer 143 MANLIFT 1997 Genie S40 Boom 4WD -Duel Fuel -Stick Boom 144 SNORKEL LIFT Snorkel Lift 33-39 Str Boom Lift 2WD DF Model TR27 145 TRUCK 2001 Ford F350 Crew Cab, 10 Cyl (White) 146 TRAILER 1997 National Gooseneck Trailer 148 TRUCK 2002 Dodge Truck (White) 150 TRUCK 2001 F150 XLT Lariat Supercrew 4X4 (Red) 151 TRUCK W/CRANE National 562C (D) Boom Truck 14 1/2 - 15 Ton 152 TRUCK 2002 Ford F350 Crew Cab (White) 153 TRENCHER Trench Compactor 156 TRENCHER Ditchwitch 3610 Trencher 158 MANLIFT Snorkle Articulating Boom Lift 4044' 2WD Dsl 159 MANLIFT Snorkle Articulating Boom Lift 40-44' 4WD Dsl 160 TRUCK 2001 GMC NKl 4C Pick-up (Black) 161 TRACTOR Case 580L Backhoe 2WD 18'Ext 162 TRUCK 2004 Ford F150 (Red) ! 163 TRENCHER 3700 Deutz Diesel Ditch Witch Trencher w/Attachments E 164 TRUCK 2004 Ford FI50 (Gray) 165 TRUCK 2002 Chevy Silverado 3500 (Gray) 166 TRAILER 2004 16' Tandem Trailer 167 TRUCK 2004 Dodge D3500 (White) 170 TRAILER 2005 Custom Built Gooseneck Trailer 32' 171 TRUCK 2006 Ford F350 (White) 172 TRAILER 2004 36ft Performance Gooseneck by Parker 173 BOBCAT Bobcat-S 130 w62" Bucket & Enclosure 174 TRACTOR Case 580M 2005 175 TRAILER Belshe 2003 Cargo Trailer 176 TRUCK 2006 Ford F350 Crew Cab 178 TRAVEL TRAILER 1991 Idletime 22 5th Wheel 179 TAGALONG TRAILER 2005 Tagalong Trailer EXHIBIT D: EQUIPMENT & TOOLS 180 TRACTOR Case 580M 2005 181 TRUCK 2004 Ford F350 Pickup 182 TAGALONG TRAILER 2006 MEB Tandem Tag Along Trailer 183 TRUCK 2003 Ford F150 184 TRENCHER Trencher Ride, 4' Deep 30/39 HP DSL 185 TRACTOR Case 580M Backhoe 2005 186 TRUCK 2008 Ford F350 Crew Cab 187 TRAILER 2007 Progressive 36' Gooseneck Trailer 188 TRAVEL TRAILER 2008 Work & Play Travel Trailer 189 BOBCAT 2003 Bobcat Model 763 190 TRUCK 2006 International Crane Truck 191 TRUCK 2005 GMC PickUp 192 TRUCK 2008 Mercedes Benz Light Truck 193 MANLIFT JLG 450A-DF Art Boom Lift 45-49 4WD 194 MANLIFT Snorkel Art Boom Lift 60-64' 195 TRAVEL TRAILER 1985 Wilderness Travel Trailer 196 TRUCK 2002 Giv!C NC3 Pickup 197 TRAVEL TRAILER 1996 Holiday Travel Trailer 198 TRAILER 2008 Buck Dandy 30' Flatbed Trailer TOOLS All Necessary Tools For Substation Construction List of Tools Description Exhibit D Assigned Number Air Compressor, Curtis, SN: 334-9551 Air Compressor, Dayton 3Z355, SN: 0707936-754190 Air Compressor, Ingersol-Rand, 1986, Model 185 CFM, 151893 #96 andsaw, Kalamazoo 8CD SN: 4443361 Bender, Greenlee 880 %2" - 2", (3 ea.) Bender, Greenlee 885 1" - 5" Bender, Greenlee 885 l' - 4" Bender, PVC Hot Box (2") Breaker, Kent SN: 6170 Bucket, 18" Univ. (For Backhoe) D146588 Bucket, National (2) Bucket, Pitman, LH 6PW18NOS (Boom Truck) Building, Job Office, 8' x 12' Building, Job Office, 8' x 16' (2 ea.) Compactor, GP 3000 Ground Compression Tool, Hyd., Remote, VC6-FTR. Compression Trailer w/Dies 1/0-2190 MCM #26 (1 ea., Press, Y100; 2 ea., Press, Y60; 1 ea., Press, Y48; 1 ea., Press, Y46; 1 ea., Press, Y35 (3 ea)) #26 Crimping Tool, Anderson, VC-8 Cutter, Cable, Ratchet, HKP (SO) (6 ea.) Cutting Torch Kit, Victor Journeyman Driver Set w/ 1/2" - 4" punch & dies, Greenlee 7306 Generator, Dayton, Model 4W108A SN: 1011219 Generator, Honda Generator, Multiquip 3200 Watt Generator, Power Guard, 4000W W/7.5 HP/Robin Engine Level & Tripod, Nixon AX-1 Automatic Level Rod, Seiler (4 ea.) Level Tripod & Rod, Leitz Level Tripod, Seiler (5 ea.) Level, Transit, Seiler (7 ea.) Pallet Truck, Jet, Model PT2748L, SN: 00633 12/31/2010 List of Tools Exhibit D Descripfan Assigned Nunes Phasing Stick, Chance H1976-4 Plow, Lawn, Ryan HD1191 Power Drive, Rigid Press, Drill, Guardian, SN: 461916 Press, Hydraulic, Brock, 60-Ton SD w/case - 514-212 4009 Press, Weaver, Hi Speed, Manual, 32", 28 Ton, MACH-19022 Pump, Hydraulic, Greenlee 960, (3 ea.) ump, Water and Hoses, 3", Monarch 3JG, SN: 2198 Pump, Water, Multiquip 2" Pump, Water, Wilden M800-BN-BN-BN, SN: 143358 Pump, Water, Wilden M800-BN-BN-BN, SN: 151135 Pump, Water, Wilden M800-NE-NE-NE, SN: 176845 Rammer, M;.kasa, Gas Roller, Impact, Mikasa, IOG Model 70L, SN: U3238 Saw, Chop, Ryobi 14" Cutting Saw SN: 028055 8810 Saw, Porta Band (5) Saw, Porta Band, VF-015957, Greenlee 531 Saw, Table, 10", Atlas, Model 3170, SN: 005112 Shop Vac, 1.5HP Tamper, Air, Backfili, Model 131PT Tamper, Gardner Denver T23 Tamper, Mikasa, 5HP, Model 132232 amper, Rand Air, CW-13, SN: 5753603 amper, Wacker 58011 Master Tester, Air Entrainment, Soiltest, SN: 0076 Tester, Hi Pot, Hubbell, 880 PL-A Model, SN: M9609144 Tester, Hot Line, Anderson Testing Package, Simpson 265/150 Threader w/Dies, 4" - 6", Rigid 161 Threader, Pipe, Rigid 4" Tool, Drive, Hilti DX 1 OOL Tool, Drive, Hilti, TE54 Tool, Hand, AMPAC, AMP, NETCON, SN: D318843 _ 12/31 /2010 List of Tools Description Exhibit D Assigned Number Vibrator, Dryer 10' Vibrator, Oztec 14' Vibrator, Stone 7' Welder, Airco, Model 2DCR-CS224, SN: HE782196 Welder, Electric, K-1405-1, G-8000, Briggs (Lincoln) 8229 Welder, Lincoln, (Weldanpower) G8000 - Portable Welder, Wards 230 amp, SN: 25955A Welder,Wire-Matic, 255 w/Control, Box & I# Gun,- Welding Gun, Mig 9 12/31/2010 REFERENCES Exhibit E Pg. I of 3 1.) Allen & Hoshal Engr. 8.) Cornelius -Pierce Consulting Engr/ P.O. Box 12788 9020 Highway 377 South Memphis, TX 38182 Fort Worth, TX 76126 Mr. James D. Warmath Mr. George Kithas (901) 327-8222 (817) 249-1547 2.) Allgeier, Martin & Assoc. 9.) Craighead Electric Cooperative, Corp. P.O. Box 2277 P.O. Box 7503 Joplin, MO 64801 Jonesboro, AR 72401 Mr. Vernon Lawson Mr. Wayne Honeycutt (417)624-5703 (501)932-8301 3.) Arkansas Valley Electric Cooperative 10.) Edmond, City of P.O. Box 47 P.O. Box 2970 Ozark, AR 72949 Edmond, OK 73083 Mr. Bill Peters Mr. Charlie Burgett (501) 667-2176 (405) 348-8835 4.) Bailey County Electric Cooperative 11.) Farmers Electric Cooperative, Inc. Drawer N P.O. Box 6037 Muleshoe, TX 79347 Greenville, TX 75403 Mr. Harold Cowens Mr. Pete Montes (806)272-4504 (903)455-1715 5.) Bandera Electric cooperative 12.) Grand River Dam Authority Box 667 P.O. Box 1128 Bandera, TX 78003 Pryor, OK 74362 Mr. Russ Vanderzee Mr. Carl Reichert (210)796-4884 (918)825-0916 6.) Bowie -Cass Electric Cooperative, Inc. 13.) Greenville, City of P.O. Box 47 P.O. Box 1049 Douglassville, TX 75660 Greenville, TX 75403 Mr. Chris Craig Mr. Bill Taylor (903)846-2311 (903)457-3100 7.) Brazos Electric Cooperative 14.) Guadalupe Valley Electric Cooperative P.O. Box 6296 P.O. Box 118 Waco, TX 76706 Gonzalez, TX 78629 Mr. Larry Schultz Mr. Steve Slaughter (817) 752-2501 (210) 672-2871 REFERENCES EXHIBIT E PG. 2 OF 3 15.) C. H. Guernsey & Company 5555 N. Grand Blvd. Oklahoma City, OK 73112 Mr. Dick Creek (405) 947-5515 16.) Jasper -Newton Electric Cooperative 812 South Margaret Ave. Kirbyville, TX 75956 Mr. James Davis (409) 423-2241 17.) KAMO Electric Cooperative P.O. Box 577 Vinita, OK 74301 Mr. Ron Daubert (918)256-5551 18.) Leathers, Paul B. Certified Public Accountant 1617 Greenbriar Pl., Suite E Oklahoma City, OK 73159 (405) 691-7727 19.) Liberty National Bank & Trust Co. P.O. Box 25848 Oklahoma City, OK 73125 Mr. Alan H. Kraft (405) 231-6978 20.) M & A Electric Power Cooperative Highway PP West Poplar Bluff, MO 63901 Mr. Robert P. Stagner (314) 785-9651 21.) Medina Electric Cooperative, Inc. P.O. Box 370 Hondo, TX 78861 Mr. Michael D. Weiblin (210) 426-3334 22.) Mississippi County Electric Co-op., Inc. P.O. Box 7 Blytheville, AR 72315 Mr. Dean Hodges (501)763-4563 23.) Oklahoma Gas & Electric P.O. Box 520 Oklahoma City, OK 73101 Mr. Bob Schroeder (405) 272-3231 24.) Oklahoma Municipal Power Authority P.O. Box 1960 Edmond, OK 73083 Mr. Ron Stienberg (405) 340-5047 25.) Pedernales Electric Cooperative P.O. Box 467 Johnson City, TX 78636 Mr. Rick Brenner (210) 868-7155 26.) People's Electric Cooperative P.O. Box 429 Ada, OK 74820 Mr. Randy Ethridge (405) 332-3031 27.) Public Service Company of Oklahoma P.O. Box 947 McAlester, OK 74502 Ms. Michelle Fields (918)426-7949 28.) Rayburn Country Electric Co-op., Inc. P.O. Box 37 Rockwall, TX 75087 Mr. John Kirkland (214) 722-1336 REFERENCES EXHIBIT E Pg. 3 of 3 29.) Rusk County Electric Cooperative, Inc. P.O. Box 1169 Henderson, TX 75652 Mr. Paul Tucker (903) 657-4571 30.) South Plains Electric Cooperative P.O. Box 1830 Lubbock, TX 79408 Mr. Monte Wolgamott (806)741-4200 31.) Sullivan, Gray & Smith, Inc. P.O. Box 10405 Lubbock, TX 79408 Mr. Steve Owens (806)795-6827 32.) Sunflower Electric Cooperative P.O. Box 980 Hays, KS 980 Mr. Dale Kroshe (913) 628-2845 33.) Taylor Electric Cooperative P.O. Box 250 Merkal, TX 79536 Mr. Don Hart (915) 928-4715 34.) University of Oklahoma Physical Plant 160 Felgar St. Norman, OK 73019 Mr. Gene Pack (405) 325-6411 35.) Western Farmers Electric Cooperative P.O. Box 429 Anadarko, OK 73005 Mr. Mike Smith (405) 247-3351 36.) Wheatland Electric Cooperative P.O. Box 130 Scoot City, KS 67871 Mr. Neal Norman (316) 276-2161 37.) Woodruff Electric Cooperative, Corp. P.O. Box 1619' Forrest City, AR 72335 Mr. Richard Jackson (501) 633-2262 38.) H. B. Zachry Company P.O. Box 487 Palo Pinto, TX 76484 Mr. Buddy Meyers (817) 769-2363 RE -CON COMPANY Exhibit F Electrical Substation Contractors 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 200 Small Jobs (under 2,000 Various Various $ 84,344.25 201 Garden City Garden City, KS Wheatland Electric Co-op, Inc. 24,925.14 202 Greenville Greenville, TX Ogle & Wyatt Construction Co. 2,445.60 203 Southwestern Electric Garden City, KS Southwestern Electric Co. 2,950.00 204 Southwestern Electric Garden City, KS Southwestern Electric Co. 3,600.00 205 Stillwater Stillwater, OK, OK City of Stillwater, OK 7,396.70 Mr. Dave Ferguson 206 Garden Garden City, KS Wheatland Electric Co-op, Inc. 2,874.00 Mr. Raymond Heer 207 Scott City Scott City, KS Wheatland Electric Co-op., Inc. 8,794.41 Mr. Raymond Heer 210 Guernsey & Co. Oklahoma City, OK C. H. Guernsey & Company 1,539.30 211 Crawford Electric N. Platte, NE Crawford Electric Company 4,189.05 212 Tahlequah Lighting 6/1/1969 Tahlequah, OK Bureau of Indian Affairs 8,229.00 213 Wray Substation 8/111969 Wray, CO Tri-State Generation & Trans. Assn. 243,829.00 Mr. R. F. Risch, P. E. 214 Wheatland 10/1/1969 Scott City, KS Wheatland Electric Co-op., Inc. 2,300.00 Mr. Raymond Heer 215 Cushing Substation 811/1970 Cushing, OK City of Cushing, OK 96,747.00 Mr. R. F. Mullens 216 Garden City Sub. Expansion. 4/1/1971 Garden City, KS Wheatland Electric Co-op., Inc. 13,116.77 Mr. Raymond Heer 217 Wetumka Substation 8/1/1970 Wetumka, OK City of Wetumka, OK 3,575.00 Mr. Al Branton 218 Muskogee Signal Lights 10/1/1970 Muskogee, OK Oklahoma Depart :tent of Highways. 8,987.00 Mr. J. D. Wingo 219 Wakeeney Substations 5/1/1971 Wakeeney, KS Western Cooperative Electric Assoc. 475,327.77 Mr. Harland McGuiness 220 Stillwater Central Sub. 6/111971 Stillwater, OK City of Stillwater, OK 169,349.33 Mr. Dave Ferguson 221 Cherokee Substation 10/1/1970 Cherokee, OK Western Farmers Electric Co-op. 24,000.86 Mr. Jim Stephenson 222 Cherokee Sub. Add. 5/1/1971 Cherokee, OK City of Cherokee, OK 38,933.76 Mr. Don Grove 223 Miami Signal Lighting System 7/1/1971 Miami, OK Oklahoma Dept. of Highways. 48,961.87 Mr. Hubert East, Mr. L. C. Matthews 224 Tinker Com-Log-Net-Alt 2/1/1971 Tinker AFB, OK U.S. Army Corps of Engineers 26,292.99 Mr. Earl Edwards 225 Blackwell Substation Add. 911/1971 Blackwell, OK City of Blackwell 135,496.00 Mr. Link Braden, Mr. John Rodkey 226 Tinker AUTODIN Switching 2/1/1971 Tinker AFB, OK The Western Union Telegraph Co. l 1,024.00 Mr. Jess Gordon 227 West Norman Substation 2/1/1971 Norman, OK Western Farmers Electric Co-op. 49,343.72 Mr. Jim Stephenson RE -CON COMPANY Exhibit F Electrical Substation Contractors 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 228 Lindsay Substation Modification. 3/1/1971 Lindsay, OK City of Lindsay, OK 2,665.83 Mr. Allen Dutton 229 Repair Primary Distribution. Line 11/1/1971 Tinker AFB, OK OCAMA, Procurement Office 18,809.00 Mi. Bill Medley 230 Cordell Switching Station 12/1/1971 Cordell, OK City of Cordell, OK 52,925.00 Mr. Frank Flaming 231 Rome Switching Station 11/1/1971 Wellington, KS Sumner Cowley Electric Co-op., Inc. 57,382.00 Mr. Garland Price 232 Alter Ammo. Fac's # 1034 9/1/1971 Tinker AFB, OK OCAMA, Procurement Office 3,620.00 Mr. Paul Benton 233 Boomer Lake Substation Expansiot 611/1972 Stillwater, OK City of Stillwater 157,270.00 Mr. Dave Ferguson 234 Repair Elec. System - Bldg. 2/1/1972 Tinker AFB, OK OCAMA, Procurement Office 61,528.00 Mr. Bill Medley 235 Replace Transformers - Bldg. #310 9/111971 Tinker AFB, OK OCAMA, Procurement Office 20,531.00 Mr. Bill Medley 236 Duncan Substation 5/1/1972 Duncan, OK City of Duncan 219,859.00 Mr. John Rodkey-Guernsey & Co. 237 Total Energy Plant 8/111972 The Village, OK Total Energy, Inc. 57,610.05 Mr. Jim Samis 238 Craig 18-2 Substation 2/1/1972 Cheney, KS The Sedgwick County Electric Co-op. 67,064.36 Mr. Jack S. Hutchinson 240 Overhead P & S Distribution. Line: 6/111972 Tinker, AFB, OK OCAMA, Procurement Offices 24,240.00 Mr. Paul Benton 241 Cushing Power Plant Exp. 11/111972 Cushing, OK City of Cushing 72,653.88 Mr. John Rodkey-Guernsey & Co. 242 Edmond Street Lighting 5/111972 Central State Univ. Edmond Urban Renewal Authority 26,700.00 Mr. Jim Persons; Persons & Assoc. 243 Relay & Controls 5/1/1972 Garden City, KS Wheatland Electric Cooperative, Inc. 5,500.00 Mr. Raymond Heer, PE 244 Repair Street Lights 5/1/072 Tinker AFB, OK OCAMA, Procurement Offices 2,950.00 Mr. Paul Benton 245 Repair Switchgear-Fac. 63031 8/1/1972 Tinker AFB, OK OCAMA, Procurement Offices 30,717.20 Mr. John Struble 246 Lidell Substation 5/1/1972 Norman, OK Western Farmers Electric Co-op. 61,497.18 Mr. B. B. Young 247 Install Lighting - Area "E" 10/1/1972 Tinker AFB, OK OCAMA, Procurement Offices 16,356.45 Mr. Paul Benton 248 Chickasha & Arco Substation 11/1/1972 Chickasha & Alma, OK Western Farmers Electric Co-op. 112,993.00 Mr. Jim Stephenson 249 Canadian Substation 3/1/1973 Noble, OK Western Farmers Electric Co-op. 454,134.24 Mr. Jim Stephenson 250 Boomer Lake Repair (Lightning) 2/1/1973 Stillwater, OK City of Stillwater 14,017.00 Mr. Dave Ferguson FA "-CON COMPANY Exhibit F Electrical Substation Contractors € 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKtAHOMA CITY, OK 73105 PERMANENT JOB REGISTER JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 251 Neodesha Substation 4/1/1973 Neodesha, KS City of Neodesha 108,251.00 Mr. Don Gentry 252 RSU-Install Electric Service 3/1/1973 Tinker AFB, OK OCAMA, Procurement Offices 8,091.25 Mr. Paul Benton 253 Vernon Switching Station 6/1/1973 Vernon, TX City of Vernon 54,373.71 Mr. Sam Phelps 254 RUES -Repair Underground 211/1973 Tinker AFB, OK OCAMA, Procurement Offices 7,237.00 Mr. John Struble 255 Stroud Substation 611/1973 Stroud, OK City of Stroud 23,932.00 Mr. Jim Palone 256 Fort Supply Substation 12/1/1973 Fort Supply, OK Western Farmers Electric Co-op. 202,910.00 Mr. Jim Stephenson 257 Knobhill Substation 5/1/1973 Alva, OK 0. G. & E. Company 53,880.91 Mr. T. A. Chesher 258 Ahloso Substation 511/1973 Ada, OK O.G. & E. Company 33,330.00 Mr. T. A. Chesher 259 Vernon Substation 11/111973 Vernon, TX City of Vernon 122,946.23 Mr. Sam Phelps 260 Mangum Switching Station 8/1/1974 Mangum, OK City of Mangum, OK 38,991.00 Mr. Jim Scivally 261 Perry Station Modifications 10/1/1973 Perry, OK City of Perry 9,437.07 Mr. Charles Bezdicek 262 Tracy Substation 11/1/1973 Mt. Home, AR N. Ark. Electric Cooperative, Inc. 162,745.15 Mr. L. R. Cochran 263 Ramsey Substation 4/1/1974 Stillwater, OK KAMO Electric Cooperative 1 I4,693.61 Mr. Rex E. Dewey 264 Ulysses Substation 2/1/1974 Ulysses, KS Pioneer Electric Cooperative, Inc. 116,474.91 Mr. Sylvester Hileman 265 "NW OKC Substation 9/1/1974 Oklahoma City, OK 0. G. & E. Company 412,143.09 Mr. T. A. Chesher 266 Install Elec. Service B-1113 2/1/1974 Tinker, AFB, OK OCAMA, Procurement Offices 6,950.00 Mr. John Struble 267 Mangum Substation 1/1/1975 Mangum, OK City of Mangum, OK 180,089.00 Mr. James Scivally 268 Spencer Sand Plant MINA N. E. OKC, OK The Dolese Company 5,232.45 Mr. P. L. Moore 269 Butler Sub. & Tap & Mangum 4/1/1974 Mangum, OK Western Farmers Electric Co-op. 91,351.87 Mr. B. B. Young, Sr. 270 Euclid Substation 7/1/1974 Muskogee, OK 0. G. & E Company 78,813.30 Mr. T. A. Chesher 271 Ross Lake Substation 711/1974 Muskogee, OK 0. G. & E. Company 88,951.81 Mr. T. A. Chesher 272 Sunshine Canyon Substation 10/1/1974 Newcastle, OK Western Farmers Electric Co-op. 82,652.14 Mr. James Stephenson RE -CON COMPANY Exhibit F Electrical Substation Contractors 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 273 Santa Fe Substation 811/1974 Oklahoma City, OK 0. G. & E. Company 75,927.36 Mr. T. A. Chesher 274 City of Lindsay Substation 511/1975 Lindsay, OK City of Lindsay 669,752.00 Mr. Ronald Bourbeau 275 * Konawa Substation 61111975 Konawa, OK 0. G. & E. Company 346,653.20 Mr. T. A. Chesher 276 Electrical Switch Station 7/111975 Prague, OK City of Prague 35,226.00 Mr. Al Branton 277 Franklin Substation 4/1/1975 Oklahoma City, OK Western Farmers Electric Co-op. 456,760.12 Mr. James Stephenson 278 Stubbman Substation 3/1/1975 Norman, OK O. G. & E. Company 99,174.01 Mr. T. A. Chesher 279 Salt Fork Substation 6/1/1975 Salt Fork, OK Kay County Electric Co-op. 86,385.00 Mr. Clyde H. Hukills 280 " Woodring Substation 11/1/1975 Enid, OK O. G. & E. Company 550,491.56 Mr. T. A. Chesher 281 Waterloo Substation 611/1975 Edmond, OK 0. G. & E. Company 34,828.80 Mr. T. A. Chesher 282 Schulter Substation 5/1/1975 Henryetta, OK East Central Electric Co-op. 76,628.33 Mr. James Stephenson 283 Victory Electric Substation 11/1/1975 Dodge City, KS Victory Electric Co-op., Assoc. 388,977.38 Mr. R. J. Sprenkle 284 Plata Substation 3/1/1976 Duncan, OK City of Duncan 294,693.00 Mr. Don Howland 285 McConaughy Substation 311/1976 Ogallala, NE Mid -West Electric Co-op., Assoc. 246,734.70 Mr. Harold Herman 286 Torusdale Substation 10/1/1975 Pratt, KS Ninnescah Rural Electric Co-op., Assoc. 18,757.80 Mr. Ben Pritchard 287 Syracuse & Garden City Subs. 5/1/1976 West Kansas Wheatland Electric Co-op. 704,768.10 Mr. Raymond Heer, P. E. 288 Ark City & Silver Dale Subs 211/1976 Wellington, KS Sumner Cowley Electric Co-op. 193,949.00 Mr. Garland Price 289 McPherson Peaking Unit 1/1/1976 McPherson, KS General Electric Company 16,900.00 290 Gas Turbine Add. & Sub. 5/1/1976 Garden City, KS Sunflower Electric Co-op. 73,648.00 Mr. Doug Bantam 291 Grant Sub. Trans. Change Out 1211/1975 Grat, NE Mid -West Electric Co-op., Assn. 266,874.74 Mr. Harold Herman 292 Big Sandy Substation 1/111977 Limon, CO Tri-State Gen. & Trans. 541,276.20 Mr. Gene Pack 293 Seward, Satanta & MsCow Subs. 5/1/1977 Sublette, KS CMS Electric Cooperative, Inc. 1,057,042.00 Mr. Otis Allison, Mg. 294 Garden City Peaking Unit 4/1/1976 Garden City, KS General Electric Company 18,500.00 Mr. Phill Todd 4 JOB NO. 12 NORTHEAST 52nd JOB NAME RE -CON COMPANY Exhibit F Electrical Substation Contractors 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER DATE CONTRACT COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 295 Selkirk, Leoti, Tribune & Palmer 12/1/1976 Leoti, KS Wheatland Electric Co-op., Inc. 719,971.00 Mr. Raymond Heer 296 Keno Tap, Keno, Skelly, Pocassett 12/1/1976 Oklahoma Western Fanners Electric Co-op. 357,069.94 Woodward Sub. Mr. Steve Gee 297 Arapaho Switch Station 11/1/1976 Arapaho, OK Western Farmers Electric Co-op. 119,098.00 Mr. Steve Gee . 298 Washita Switch Station 111/1977 AnadarkoOK , W Western Fanners Electric Co-op. 442,829.50 Mr. Steve Gee 299 Sunshine Switch Station 1/1/1977 New Castle, OK Western Farmers Electric Co-op. 148,233.74 Mr. Steve Gee 77-01 Manter Substation 3/1/1977 Manter, KS Pioneer Electric Co-op. 147,484.51 77-02 East Kingfisher Substation 4/1/1977 Kingfisher, OK Western Farmers Electric Co-op. 83,920.62 Mr. Steve Gee 77-03 Bonn Creek Substation 11/111977 Burlington, CO K. C. Electric Assn. 315,584.03 Mr. Sam Crocker 77-04 Blackwell Substation 911/1977 Blackwell, OK City of Blackwell 223,626.00 Mr. Ken Levings 77-05 Cedar Substation 11/1/1977 McCook, NE McCook Public Power 174,300.20 Mr. James A. Underwood 77-06 Pawhuska Substation 5/1/1978 Pawhuska, OK City of Pawhuska 280,383.30 Mr. Morgan Hayes 77-07 Mapco Substation 7/l/1977 Wellington, KS Sumner Cowley Electric Co-op., Inc. 39,552.00 Mr. Gerald Price .y. 77-08 Ingalls & Piercevilie Subs. 11/1/1977 Garden City, KS Victory Electric Cooperative 373,704.45 Mr. R. J. Spenkle 77-09 Wilson Substation 7/1/1977 Wilson, KS Smokey Hills Electric Co-op. 83,928.60 Mr. A. D. Paul v 77-10 Tahlequah Substation 12/1/1977 Tahlequah, OK KAMO Electric Cooperative 627,014.00 Mr. Jim Rohrer 77-11 Sharon Springs & Relton 6/111977 Sharon Springs, KS Great Plains Cooperative 16,486.57 -= Mr. Alfred J. Gerstner 77-12 Dill Substation 7/1/1977 Dill City, OK Western Farmers Electric Co-op. 106,476.20 Mr. Steve Gee a 77-13 Sunshine Canyon 6/111977 New Castle, OK Western Farmers Electric Co-op. 29,011.00 Mr. Steve Gee 77-14 Northern Natural Gas Co. 11/l/1977 Ulysses, KS Pioneer Electric Cooperative 77,023.00 Mr. Charles Holt 77-15 Ginnell & Gove 11/1/1977 Wakeeney, KS Western Electric Cooperative 164,344.00 Mr. Harlan McGinniss 77-16 Koch Oil Substation 8/1/1977 Runny Mede, KS Sumner Cowley Electric Co-op. 43,571.00 Mr. Garland Price 77-17 Transformer Change Out 8/111977 Mangum,. OK City of Mangum 16,500.00 Mr. Don Taylor _e 5 RE -CON COMPANY Exhibit F Electrical Substation Contractors 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 77-18 Sallisaw, Claremore, Pryor 11/1/1978 Northeast, OK Gamd River Dam Authority 1,004,914.00 Mr. G. A. Connor 77-19 Hominy Substation 7/1/1978 Hominy, OK City of Hominy 242,112.80 Mr. J. Everett Sheppard 77-20 Stillwater Substation 6/1/1978 Stillwater, OK City of Stillwater 102,863.00 Mr. Larry Gish 77-21 Pickett Substation 4/1/1978 Pickett, OK Sun Pipe Line Company 24,425.00 Mr. Paul O'Conner 78-22 Fargo & Cedardale Subs. 6/1/1978 Fargo & Bouse Junc. Western Farmers Electric Co-op. 210,898.70 Mr. Steve Gee 78-23 Pawhuska Power Plant Sub. 7/1/1978 Pawhuska, OK City of Pawhuska 58,796.60 Mr. Gene Pack 78-24 Pony Meadows Substation 11/1/1978 Wichita, KS Butler Rural Electric Co-op. 392,110.00 78-25 Stillwater Hosp.. Substation 7/1/1978 Stillwater, OK City of Stillwater 5,027.21 Mr. Karl Stadler 78-26 Andale & Auburn Substation 3/1/1979 Wichita, KS Sedwick County Electric.Co-op. 209,282.60 Mr. Jack Hutchinson 78-27 Turtle & Verde Creek Subs. 4/1/1979 Kerrville, TX Bandera Electric Cooperative 516,692.04 *"-** Mr. Russ Vanderzee 78-29 Arco & Pinto Substations 2/1/1979 Velma -Alma, OK Western Farmers Electric Co-op. 130,340.12 Mr. Bob Orme 78-30 Stigler Substation 8/1/1979 Stigler, OK KAMO Electric Cooperative 1,123,005.00 Mr. B. Dean Sanger 78-31 Walkemeyer & Ulysses Subs. 9/1/1979 Hugoton, KS Pioneer Electric Cooperative 923,553.75 Mr. Charles Holt 78-32 Wynnewood Substation 3/111979 Wynnewood, OK Mullinex Construction Company 8,637.75 Mr. Roger Paynter 79-33 Rice Creek 7/111979 Bartlesville, OK KAMO Electric Cooperative 147,656.00 Mr. B. Dean Sanger 79-34 Merrigan, Williamson & Lakin 7/1/1979 Garden City, KS Wheatland Electric Cooperative 389,577.00 Mr. Andy Flower 79-35 Black Ankle Substation 10/1/1979 San Augustine, TX Deep East Texas Electric Co-op. 362,365.00 Mr. J. H. Butts 79-36 Keota, Perk, Cookson Subs. 10/1/1979 Northeast, OK KAMO Electric cooperative 354,990.80 Mr. B. Dean Sanger 79-37 L. D. Gerugson Sub. Add. 10/1/1980 Stillwater, OK City of Stillwater 382,590.00 Mr. Larry Gish 79-38 North Greasy Substation 8/1/1980 Stillwell, OK KAMO Electric Cooperative, Inc. 144,712.20 Mr. Rick Clabom 79-39 Cibolo, Marion, Schertz & Gonsale 711/1980 Gonsales, TX Guadalupe Valley Electric Co-op. 2,596,885.00 Mr. Lewis Eckols *78-28* Stigler Substation 9/1/1978 Stigler, OK KAMO Electric Cooperative 15,639.13 Mr. B. Dean Sanger 79-40 Henne Substation 6l1/1980 New Braunfels, TX City of New Braunfels 15,842.00 No Text RE -CON COMPANY Exhibit F ' Electrical Substation Contractors 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER -' JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 79-41 Valley Substation 10/1/1980 Coyle, OK KAMO Electric Cooperative 503,267.60 Mr. Rick Claborn 79-42 Sunshine Canyon Add. 10/1/1980 Blanchard, OK Western Farmers Electric Co-op. 570,272.30 = Mr. Steve Gee 79-43 Reagan Substation 911/1980 Reagan, OK Western Farmers Electric Co-op. 125,229.00 Mr. Steve Gee 80-44 Paradise Substation 1011/1980 Medicine Park, OK Western Farmers Electric Co-op. 139,402.35 Mr. Steve Gee 8045 Lakewood Substation 911/1980 Lakewood, TX Guadalupe Valley Electric Co-op. 32,360.00 Mr. Lewis Eckols 80-46 Jameson & IBP Substations 4/1/1981 Holcomb, KS Wheatland Electric Cooperative 1,466,196.00 Mr. Andrew Flower 80-47 Newkirk Substation 9/1/1981 Newkirk, OK City of Newkirk 409,810.00 80-48 SMI Substation 10/1/1980 Seguin, TX Guadalupe Valley Electric Co-op. 234,126.02 Mr. Lewis Eckols 80-49 Ketch Substation 12/1/1981 Edmond, OK Edmond Public Works Authority 604,524.34 Mr. Louis Garber 80-50 Bond Substation 311/1981 Danger6eld., TX Bowie -Cass Electric Cooperative 291,067.00 -' 80-51 Muleshoe substation 6/1/1981 Muleshoe, TX Bailey County Electric Co-op. 210,005.00 81-52 Hominy Substation Modification 811/1981 Hominy, OK City of Hominy 312,064.00 81-53 Smiley Substation 10/1/1981 Seguin, TX Guadalupe Valley Electric Co-op. 36,137.50 81-54 Industrial Park Substation 9/111981 Clinton, OK Western Farmers Electric Co-op. 125,954.20 81-55 Wynnewood Substation 911/1981 Wynnewood, OK Western Farmers Electric Co-op. 134,835.00 81-56 Idabel, Darwin & Benninton SW. 11/1/1981 North East, OK Western Farmers Electric Co-op. 509,448.00 81-57 Durham, Lane & Webb City Subs. 12/1/1981 Oklahoma Western Farmers Electric Co-op. 463,343,70 81-58 Sattler & Hunter Substations 811/1982 Satder, TX Pedernales Electric Co-op. 796,263.50 81-59 Arkansas City Tap Substations 121111981 Ark City, KS Sumner -Cowley Electric Co-op. 11,359.69 81-60 Frogville, Darwin & Benington Sul 211/1982 Oklahoma Western Farmers Electric Co-op. 475,119.90 81-61 Underground Feeders at Webb City 12/1/1981 Webb City, OK Kay Electric Cooperative 6,176.60 81-62 Cashing Substation 12/1/1981 Cashion, OK Conoco, Inc. 16,304.22 4 81-63 Ponca City Substation 7/1/1982 Ponca City, OK Conoco, Inc. 112,075.00 81-64 Whitestone Substation 411/1982 Whitestone. TX Guadalupe Balley Electric Co-op. 70,761.70 81-65 Collinsville Substation 311/1983 Collinsville, OK Grand River Dam Authority 278,434.21 11 81-66 Perry Underground Feeders 3/1/1982 Perry, OK Kay Electric Cooperative 2,814.00 82-67 Clinton Substation 6/111982 Clinton, OK Conoco, Inc. 28,038.52 Mr. Fred Hicks 82-68 Ketch Substation Add. Edmond, OK City of Edmond 562,392.00 Mr. Junior White 82-69 Denton Power PIant Sub. 4/111983 Denton, TX Texas Mun. Power Agency 63,471.56 Mr. Jack L. Thormahlen 1 82-70 Koch Oil Substation Harper, KS Sumner -Cowley Electric Cooperative 27,303.08 -.f Mr. Garland Price 82-71 Watts Substation 4/111983 Watts, OK KAMO Electric cooperative, Inc. 138,102.80 Mr. Steve Petkoff 7 No Text RE -CON COMPANY Exhibit F Electrical Substation Contractors 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 82-72 Earth Interchange 4/111983 Muleshoe, TX Bailey county Electric Co-op. 627,993.00 Mr. Steve Owens 82-73 Newkirk Substation Add. 5/1/1983 Newkirk, OK City of Newkirk 55,771.00 Mr. Dave Hayness 83-74 Hanna Substation 811/1983 Hanna, OK Western Fanners Electric Co-op. 112,376.40 Mr. George Seebeck 83-75 Pharoah Switching Station 10/1/1983 Weleetka, OK Western Farmers Electric Co-op. 747,747.58 Mr. George Seebeck 83-76 City of Claremore Elec. Systems 9/1/1983 Claremore, OK City of Claremore 92,442.20 Ms. Margaret Robertson 83-77 Highland Substation 6/1h983 Denton, TX Brazos Electric Cooperative 268,090.00 Mr. Gene Hogenaur 83-78 Carter Switch Station 81111983 Clinton, 6K Western Farmers Electric Co-op. 88,090.05 Mr. Steve Gee 83-79 Hom Town Substation 10/1/1983 Horn Town, OK Western Farmers Electric Co-op. 120,352.80 Mr. Steve Gee 83-80 Nach Creek Substation 911/1983 Seguin, TX Guadalupe Valley Electric co-op. 233,762.00 Mr. Steve Slaughter 83-81 Russell B. Hunt Substation 11/1/1983 Pryor, OK Grand River Dam Authority 75,841.50 Mr. Keeling T. McGaughery 83-82 Henryetta West 9/1/1983 Henryetta, OK Western Fainters Electric Co-op. 152,447.00 Mr. Steve Gee 83-83 Magic Valley Substations (7 Subs.) 411/1984 South Texas Magic Valley Electric Cooperative 3,258,639.00 Mr. Bob Driggers 83-84 Spearville Substation 7/1/1984 Spearville, KS Sunflower Electric Cooperative 1,645,263.00 Mr. Dale Kroshe 83-84X Mullergren Substation 7/111984 Grate Bend, KS Sunflower Electric Cooperative 1,909,259.00 Mr. Dale Kroshe 83-85 Franklin/Washita Substations 6/1/1984 Anardarko, OK Western Farmers Electric Co-op. 547,420.85 Mr. Steve Gee 84-86 Dilley Substation 1011/1984 Dilley, TX Medina Electric Cooperative 797,978.50 Mr. Mike Wieblen 84-87 Koolin Substation 11h11984 Blackwell, OK City of Blackwell 590,279.00 Mr. Leroy Harris 84-88 Hazel/Highland Substations 9/111984 Konawa, OK Western Farmers Electric Co-op. 700,880.00 Mr. Steve Gee 84-89 Pensacole Neofeeder 10/1/1984 Langly, OK Grand River Dam Authority 71,420.20 Mr. Don Henson 84-90 South Taloga Substation 8/111984 Taloga, OK Western Farmers Electric Co-op. 172,388.00 Mr. Mike Easley 84-91 Cedar Point Substation 1/1/1985 Mannford, OK KAMO Electric Cooperative 137,578.00 Mr. Vernon Lawson 8 RE -CON COMPANY Exhibit F Electrical Substation Contractors 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 84-92 Interconnect & P.P. Substation 7/1/1985 Norman, OK Oklahoma University 1,391,122.12 Mr. Dick Creek 84-93 G. E. Corp. Breakers 211/1986 Konawa, OK G. E. Corporation 131,974.22 Mr. Dick Danley 84-94 Ben Davis Addition 12/1/1984 Garland, TX T. M. P. A. 24,701.00 Mr. C. E. Mahaffy 84-95 White - Baker Substation 2/1/1985 Bakersfield, TX Brazos Electric Cooperative 232,840.00 Mr. Billy W. Dyess 85-96 Hondo Substation 4/1/1985 Hondo, TX Medina Electric Cooperative 239,298.75 Mr. Michael D. Weiblen 85-97 Elder Substation 2/111985 Duncan, OK Duncan Public Works Authority 12,362.00 Mr. Larry Fash 85-98 Elder Substation Addition 11/l/1985 Duncan, OK Duncan Public Works Authority 167,838.40 Mr. Larry Fash 85-99 Loco Switch Station 1011/1985 Loco, OK Western Farmers Electric Co-op. 545,003.21 Mr. Mike Easley 85-01 Norwich Substation 10/1/1985 Wellington, KS Sumner Cowley Electric Cooperative 204,781.60 Mr. Garland Price 85-02 Ringling Substation 10/1/1985 Ringling, OK Western Farmers Electric Co-op. 258,279.00 Mr. Mike Easley 85-03 South Wilson Substation 1011/1985 Wilson, OK Western Farmers Electric Co-op. 277,024.00 Mr. Mike Easley 85-04 Marietta Switch Station 10/1/1985 Marietta, OK Western Farmers Electric Co-op. 499,876.70 Mr. Mike Easley 85-05 Gypsum Substation & Tap 10/1119985 Altus, OK Western Farmers Electric Co-op. 242,732.00 Mr. Mike Easley 85-06 Lebanon & Enos Substations 11/1/1985 Lebanon & Enos, OK Western Farmers Electric Co-op. 574,353.00 Mr. Mike Easley 85-07 Civit Substation 1/1/1986 Civit, OK Western Farmers Electric Co-op. 502,226.28 Mr. Mike Easley 85-08 Nuyaka Substation 311/1986 Near Okmulgee, OK Western Farmers Electric Co-op, 232,379.15 Mr. Mike Easley 85-09 Ford, Bucklin, Wright Substations 511/1986 Ford, Bucklin, Wright, Victory Electric Cooperative 735,961.40 Kansas Mr. Ray J. Sprenkle 86-10 Cherry Creek Substation 5/1/1986 Norman, OK 0. G. & E. Company 211,107.00 Mr. Bill Sites 86-11 Dober Switch Station 7/1/1986 Dover, OK Western Farmers Electric co-op. 812,766.95 Mr. Mike Easley 86-12 Marshall Substation & Tap 6/1/1986 Marshall, OK Western Farmers Electric Co-op. 288,971.51 Mr. Mike Easley 86-13 Roberts, Delk, & Nolan West Sub. 11/1/1986 Near Merkal, TX Taylor Electric Cooperative 1,370,471.50 Sullivan, Gray & Smith 86-14 S. C. A. D. A. Systems 511/1987 Edmond, OK Oklahoma Municipal Power Authority 163,406.80 Mr. Tomm Biggs 9 RE -CON COMPANY Exhibit F Electrical Substation Contractors 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 86-15 Ingram Substation 11/1/1986 Tecumseh, OK Western Farmers Electric co-op. 357,748.00 Mr. Mike Easley 86-16 Holly Creek 12/1/1986 Idabel, OK Western Farmers Electric Co-op. 282,819.00 Mr. Mike Easley 86-17 Kirbyville Substation 3/1/1987 Kirbyville, TX Jasper Newton Electric Cooperative 656,584.00 Mr. James Davis 86-18 Empire Substation 311/1987 Duncan, OK Western Farmers Electric Co-op. 446,272.09 Mr. Mike Easley 86-19 Edmond Sorghum Mill 11/1/1987 Edmond, OK City of Edmond 658,251.60 Mr. Charles Moore 86-20 Edmond Lake 11/1/1987 Edmond, OK City of Edmond 609,767.80 *"..-. Charles Moore 86-21 Warwick 311/1987 Warwick, OK KAMO Electric Cooperative 164,796.20 Mr. B. Dean Sanger 87-22 19th Street Substation 8/1/1987 Stillwater, OK Grand River Dam Authority 127,270.00 Mr. William E. Mickey 87-23 Alto Substation 8/1/1987 Rusk, TX Cherokee County Elec. Co-op. Assoc. 318,847.00 Mr. Fred Buchanan 87-24 Francis Substation 9/1/1987 Frances, OK Western Farmers Electric Co-op. 215,103.30 Mr. Mike Easley 87-25 Twin Lakes Substation 9/111987 Near Cresent, OK Western Farmers Electric Co-op. 134,583.30 Mr. Mike Easley 87-26 Solo Cup Substation 8/1/1987 Ada, OK Western Farmers Electric co-op. 342,136.24 Mr. Mike Easley 87-27 Concord Substation 111111987 Near Cleburne, TX_ Brazos Electric Power Co-op., Inc. 947,674.85 Mr. Gene Hogenaur 87-28 Nashoba Substation 3/1/1988 Nashoba, OK Western Farmers electric Co-op. 292,674.30 Mr. Mike Easley 87-29 OU Transformer Change Out 2/1/1988 Norman, OK Oklahoma University 76,808.00 Mr. Gene Pack 87-30 " Morgan Substation 1/111989 Dadeville, MO KAMO Electric Cooperative 2,633,756.20 Mr. Rick Claborn 88-31 Lequire Substation 6/1/1988 Lequire, OK Public Service Company of OK 50,771.00 Mr. John Peterson 88-32 Church Hill Substation 11/1/1988 Near Henderson, TX Rusk County Electric Cooperative, Inc, 865,150.00 Mr. Richard T. Mills, Jr. 88-33 Frelsburg Substation 12/1/1988 Bellville, TX San Bernard Electric Cooperative, Inc. 421,656.00 Mr. Bill Housely 88-34 L. D. Ferguson & Boomer Lake Su 2/1/1989 Stillwater, OK City of Stillwater 204,878.00 Mr. Joe Jackson 88-35 Fisher & Kel lyville Substations 7/111989 Tulsa County, OK KAMO Electric Cooperative 470,447.44 Mr. Rick Clabom 88-36 Elmore City Sub. & SW. Station 3/1/1989 Garvin County, OK Western Farmers Electric 52,504.90 Mr. Rick Harper 10 RE -CON COMPANY Exhibit F Electrical Substation Contractors 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 88-37 Walton Substation 1011/1989 Athens, TX New Era Electric Cooperative 731,537.00 Mr. Jack Schwartz 89-38 Rush Springs Sub. & SW. Station 411/1989 Rush Springs, OK Western Farmers Electric Cooperative 61,794.35 Mr. Rick Harper 89-39 Pocahontas Substation 1111/1989 Randolph County, AR Clay County Electric Cooperative 667,834.00 Mr. James Huggins 89-40 Gotebo Sub. & SW. Station 61111989 Kiowa County, OK Western Farmers Electric Cooperative 81,525.55 1 Mr. H. C. Harper 8941 Flattop Substation 911/1989 County Line, OK Mobil Oil Corporation 203,360.10 Mr. W. H. Pickering 89-42 Cherry Mound Substation 3/1/1990 Dennison, TX Grayson -Collin Electric Cooperative 488,046.13 Mr. Bob Cavender 89-43 Meeker Substation 11/1/1989 Meeker, OK Western Fainters Electric Cooperative 88,732.66 Mr. H. C. (Rick) Harper 89-44 Chapel Hill Substation 11/1/1989 Titus, TX Bowie -Cass Electric Cooperative, Inc. 411,401.00 Mr. W. D. Heldt 89-45 Phillips, Laverne Substation 3/1/1990 Laverne, OK Western Farmers Electric Cooperative 458,964.85 Mr. H. C. (Rick) Harper 8946 OMPA Radio Installation 311119M Various, OK Oklahoma Municipal Power Authority 39,316.00 Mr. Ron Steinberg 9047 Van Buren Upgrade 10/111990 Crawford, AR Arkansas Valley Electric Coop., Corp. 253,637.00 Mr. Bill Peters 90-48 Wetumka Substation 7/1/1990 Wetumka, OK Western Farmers Electric Cooperative 291,534.20 Mr. H. C. (Rick) Harper 90-49 Johnson Sub. & Paradise Sub. Add. 6/1/1990 Washington County, AR Ozark Electric Cooperative Corp. 315,130.00 Mr. Mike Pehosh 90-50 Chelsea Substation 7/111990 Chelsea, OK Public Service Company of Oklahoma 47,402.00 Mr. Mike Hensly 90-51 Mobil Maintenance Contract Various Counties, OK Mobil Oil Corporation 90-52 Cap Rock Steel Erection 7/1/1990 Various Counties, TX Cap Rock Electric Cooperative, Inc. 45,000.00 Mr. Richard Lewis 90-53 Parma SW. Station Add. 9/111990 New Madrid County, MO M & A Electric Power Cooperative 196,626.00 Mr. Robert Gooch 90-54 Kiersey Substation 10/1/1990 Bryan County, OK Western Farmers Electric Cooperative 207,965.00 Mr. Mike R. Optiz 90-55 Devine Substation 2/1/1991 Medina County, TX Medina Electric Cooperative, Inc. 358,786.43 Mr. Michael D. Weiblin 90-56 Tallant, Rice Creek, Keetonville 2/111991 Osage, Washington, KAMO Electric Cooperative 255,776.00 Rogers Counties, OK Mr. Rick Clabom 90-57 Devil's Hill & Crane's Mill Subs. 6/1/1991 Near Johnson City, TX Pedernales Electric Cooperative 410,551.00 Mr. Rick Brenner 90-58 Cookson, Nicut, Checotah, Coweta 7/111991 Cherokee, Sequoyah, KAMO Electric Cooperative 238,612.00 McIntosh, Wagnor, OK Mr. Rick Clabom RE -CON COMPANY Exhibit F Electrical Substation Contractors 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 90-59 OU Pad Mount X-Fmr & SW. 4/1/1991 Norman, OK University of Oklahoma 97,269.52 Mr. Gene Pack 90-60 Bray Substation 5/1/1991 Stephens County., OK Western Farmers Electric Cooperative 211,267.80 i Mr. Mike R. Opitz 90-61 SMI Substation 2/1/1991 Seguin, TX Guadalupe Valley Electric Cooperative 82,090.20 Mr. Steve Slaughter -,, 91-62 Center South Foundation 10/1/1991 Center, TX TEX-LA Electric Co-op of TX, Inc. 32,867.00 g Mr. Lonnie Sherman { 91-63 Rye Hill Substation 7/1/1991 Sebastian County., AR Arkansas Valley Electric Co-op 441,170.00 Mr. Bill Peters 91-64 Corrigan SW. Station 7/1/1991 Polk County., TX TEX-LA Electric Co-op of TX, Inc. 265,899.00 Mr. Lonnie Sherman 91-65 Macedonia & Seaway Subs. 11/1/1991 Near Magnolia, TX San Bernard Electric Co-op., Inc. 392,264.00 ' Mr. Bill Housley 91-66 Texanna / Stigler 10/1/1991 McIntosh, Haskell KAMO Electric Cooperative, Inc. 72,674.40 Counties, OK Mr. Rick Claborn - 91-67 Dan Moran Substation 1/1/1992 Ponca City, OK Ponca City Utility Authority 167,587.00 Mr. Charles L. Silvy 91-68 SMI 11/1/1991 Seguin, TX Guadalupe Valley Electric Cooperative 30,203.58 Mr. Steve Slaughter 91-69 Verona, E. Purdy, N. Cassville 111/1992 Barry & Lawrence KAMO Electric Cooperative, Inc. 133,856.00 and Clarkson Springs Sub. Add. Counties, MO Mr. Rick Claborn 91-70 Johnson City Substation 1/1/1992 Blanco County., TX Pedernales Electric Cooperative, Inc. 286,338.00 Mr. Rick Brenner 91-71 Coffman Bend, Truman & Mt. Zior 5/1/1992 Camden, Benton & KAMO Electric Cooperative, Inc. 427,460.20 Henry Counties, MO Mr. Rick Claborn - 91-72 Quinlan, Wieland, West Munson 8/1/1992 Hunt & Rockwall Farmers electric Cooperative, Inc. 4,214,868.00 Counties, TX Mr. Pete Montes 91-73 West Munson Switch 8/1/1992 Rockwall County, TX Farmers Electric Cooperative, Inc. 231,579.00 Mr. Pete Montes 92-74 Cherokee Switch Station 3/1/1992 Alfalfa County, OK Western Farmers Electric cooperative 81,818.80 Mr. Mike R. Opitz 92-75 Dilley Distribution Station 4/1/1992 Frio County, TX Medina Electric Cooperative, Inc. 369,412.00 ' Mr. Michael D. Weiblin 92-76 Ahloso Substation VM992 Ada, OK People's Electric Cooperative 250,891.95 Mr. Randy Ethridge 92-77 Shamrock Substation 9/1/1992 Shamrock, OK KAMO Electric Cooperative, Inc. 169,923.00 Mr. Robert Stagner 92-79 Sugar Creek Substation 4/1/1993 Caddo County, OK Western Farmers Electric Cooperative 365,992.20 Mr. Mike Opitz 92-80 Keetonville Substation Add. 10/1/1992 Rogers County, OK KAMO Electric Cooperative, Inc. 95,634.00 Mr. Rick Clabom 92-81 FEC Surfacing 9/1/1992 Hunt & Rockwall County, Fanners Electric Cooperative, Inc. 215,153.00 Mr. Pete Montes 12 RE -CON COMPANY Exhibit F Electrical Substation Contractors 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 92-82 Hickman Substation 12/1/1992 Mississippi County, AR Mississippi County Electric Co-op. 777,517.66 Mr. Dean Hodges 92-83 Vinita - PSO 10/1/1992 Vinita, OK Public Service Company of Oklahoma 12,000.00 Ms. Dorothy Renault 92-84 Explorer Switch Station 7/111993 Van Zandt County, TX Rayburn Country Electric Cooperative 920,010.00 Mr. John Kirkland 92-85 Marinna Substation 3/1/1993 Near Helena, AR Woodruff Electric Co-op. Corp. 517,981.40 Mr. Richard Jackson 92-86 Hickman East Substation 3/1/1993 Blythville, AR Mississippi County Electric Co-op. 591,271.40 Mr. Dean Hodges 92-87 Highland & Coweta Subs. 8/1/1993 Wagner County, OK KAMO electric Cooperative, Inc. 150,694.00 Mr. Rick Claborn 92-88 Hafer & Fairfield Subs. 7/1/1993 Edmond, OK Edmond Public Works Authority 2,160,700.00 Mr. Charles Vergette 92-89 Coffee, New York & Walton 7/111993 Henderson County, TX Rayburn Country Electric Co-op. 653,290.00 Mr. Billy W. Dyess 93-90 Wilkerson Substation 8/1/1993 Denton County, TX Brazos Electric Cooperative 826,359.20 Mr. Billy W. Dyess 93-91 Monroe Corner Substation 7l1/1993 Rusk County, TX Rusk County Electric Cooperative 332,768.00 Mr. Paul Tucker 93-92 Overton Switch Station 7/111993 Rusk County, TX Rayburn Country Electric Co-op. 330,768.00 Mr. John Kirkland 93-93 Salt Creek #2 Substation 8/1/1993 Kent County, TX Brazos Electric Cooperative 1,709,676.27 Mr. Billy W. Dyess 93-94 Tonkawa Substation 7/111994 Tonkawa, OK Tonkawa Municipal Authority 316,260.60 Mr. Ed Richardson 93-95 Craig Junction 11/111993 Broken Bow, OK Public Service Company of Oklahoma 79,262.00 Ms. Janet Parker 93-96 Ding Dong Substation 12/1/1993 Bell County, TX Brazos Electric Power Cooperative 343,223.57 Mr. Billy W. Dyess 93-97 Randle Miller 12/1/1993 Palo Pinto, TX H. B. Zachry Company 243,302.40 Mr. Buddy Meyers 93-98 Newton Substation 1/1/1994 Newton, TX Jasper -Newton Electric Cooperative 466,737.71 Mr. Mark Tamplin 93-99 Industrial Park Substation 3/111994 Ft. Smith, AR Arkansas Valley Electric Cooperative 600,582.00 Mr. Bill Peters 93-01 Snyder Substation 1/111994 Snyder, OK Western Farmers Electric Cooperative 104,031.00 Mr. Steve Gee 93-02 Combine, Talty & Glenn Pine 7/1/1994 Kaufman and Kaufman County Electric Cooperative 1,701,773.75 Van Zandt County., TX Mr. Robert B. Norman 93-03 Buchanan, Red Springs Subs. 7/1/1994 Texarkana, TX Bowie -Cass Electric Cooperative 953,905.00 Mr. Chris Craig 93-04 Eylau, Pearl Hill Substations 7/1/1994 Texarkana, TX Bowie -Cass Electric Cooperative 1,033,748.00 Mr. Chris Craig 13 RE -CON COMPANY Electrical Substation Contractors Exhibit F 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 93-05 Upland Substation 5/1/1994 Lubbock, TX South Plains Electric Cooperative 1,001,669.00 / Mr. Monte Wolgamott 93-06 Butler Substation 5/1/1994 Freestone County, TX Brazos Electric Power Cooperative 304,475.55 Mr. Billy W. Dyess 93-07 Halliday & Black Rock 1011119N Green, Lawrence County, , Craighead Electric Cooperative Corp. 1,264,691.40 Mr. Wayne Honeycutt 93-08 Manning Substation 6fl/1994 Latimer County., OK Western Farmers Electric Cooperative 362,876.20 Mr. Steve Gee 93-09 Red Oak Substation 6/1/1994 Latimer County., OK Western Farmers Electric Cooperative 282,462.20 Mr. Steve Gee 94-10 Colbert Substation 10/1/1994 Bryan County., OK Western Farmers Electric Cooperative 365,273.20 Mr. Steve Gee 94-11 Dominance Substation 9/1/1994 McCurtain County., OK Western Farmers Electric Cooperative 476,564.20 Mr. Steve Gee 94-12 Newport Substation 811/1994 Montague County., TX Brazos Electric Power Cooperative 379,329.70 Mr. Billy W. Dyess 94-13 Altus Substation 9/1/1994 Jackson County., OK Western Farmers Electric Cooperative 111,110.00 Mr. Steve Gee 94-14 Elbert Substation 10/1/1994 Throckmorton County., T) Brazos Electric Power Cooperative 197,946.07 Mr. Billy W. Dyess 94-15 Billings Substation 1111/1994 Billings, OK Western Farmers Electric Cooperative 183,105.00 Mr. Steve Gee 94-16 Carpet Mill Substation 12/1/1994 Bristow, OK KAMO Electric Cooperative, Inc. 178,535.00 Mr. Rick Claborn 94-17 Sherwood Shores Substation 5/1/1995 Grayson County., TX Grayson -Collins Electric Cooperative 1,037,892.10 Mr. Robert Cavander 94-18 Doniphan Substation 311/1995 Doniphan, MO M & A Electric Power Cooperative 685,855.00 Mr. Robert Stagner 94-19 Grand Prairie Substation 3/1/1995 Ozark, AR Arkansas Valley Electric Cooperative 512,944.00 Mr. Bill Peters 94-20 Hollister Substation 4/111995 Tillman County., OK Western Farmers Electric Cooperative 105,974.40 Mr. Steve Gee 94-21 Huffy Substation 5/1/1995 Ponca City, OK Ponca City Utility Authority 304,102.00 Mr. Joel Mahnken 94-22 Tollette Substation 12/1/1995 Howard County., AR Southwest Arkansas Electric Co-op. 548,618.00 95-23 Whitestone Substation 7/1/1995 Williamson County., TX Pedernales Electric Cooperative 447,247.00 Mr. Rick Brenner 95-24 Clinton Substation Addition 211/1996 Henry County, MO KAMO Electric Cooperative, Inc. 540,832.00 Mr. Rick Claborn 95-25 Locust Creek & Hickory Creek 9/1/1995 Grundy, Sullivan, MO NW Electric Power Cooperative 1,336,278.00 Mr. Richard L. Arnold 95-26 Waldron Substation Add. 6/1/1995 Scott County, AR Arkansas Valley Electric Cooperative 312,728.00 Mr. Bill Peters 14 r § JOB NO. 12 NORTHEAST 52nd JOB NAME RE -CON COMPANY Exhibit F Electrical Substation Contractors 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER DATE CONTRACT COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 95-27 Franklin's Camp Substation 1/1/1996 Brazoria County., TX South Texas Electric Co-op. 1,618,519.00 € Mr. Michael R. Duff 95-28 Shallowater Sub. Rebuild 11/1/1995 Lubbock, TX South Plains Electric Cooperative 367,978.00 95-29 Coal Creek Substation 1211/1995 Leflore County., TX Western Farmers Electric Coop. 445,628.45 Mr. Steve Gee 95-30 Combs Substation 5/111996 Madison County., AR Ozark Electric Cooperative Corp. 303,484.09 Mr. Bill Peters 95-31 Snyder Substation 2/1/1996 Kiowa County., OK Western Farmers Electric Co-op. 288,268.50 Mr. Steve Gee 95-32 SMI 11/1/1995 Seguin, TX Guadalupe Valley Electric Co-op. 87,404.18 Mr. Steve Slaughter ' 95-33 New Bremen Substation 2/1/1996 Austin County, TX Lower Colorado River Authority 278,972.00 Ms. Susan Morton 95-34 Tenaska Sub. & SW. 4/1/1996 Johnson County., TX Brazos Electric Power Cooperative 1,454,414.37 Mr. Billy W. Dyess 95-35 Reno Substation 7/1/1996 Lamar County., TX Lamar County Electric Cooperative 751,950.00 Mr. H. B. Canida 95-36 Seaway Substation 2/1/1996 Bryan County, OK Western Farmers Electric Cooperative 164,269.62 Mr. Steve Gee 95-37 Blue Mountain Substation 6/1/1996 Logan County., AR Arkansas Valley Electric Cooperative 629,284.28 Mr. Bill Peters 95-38 Quaker Interchange 6/l/1996 Lubbock County., TX South Plains Electric Cooperative 981,993.00 Mr. Jim Roberts 96-39 Nimitz Substation 6/1/1996 Gillespie County., TX Lower Colorado River Authority 302,020.00 Ms. Susan Morton 9640 Brookston Substation 7/111996 Lamar County., TX Lamar County Electric Co-op. Assn. 634,874.00 Mr. H. B. Canida 96-41 Paoli Substation 6/1/1996 Garvin County., OK Western Farmers Electric Cooperative 132,199.80 Mr. Steve Gee 96-42 El Reno Sub. & SW. Station 12/1/1996 Canadian County., OK Western Farmers Electric Cooperative 266,808.84 Mr. Steve Gee %-43 California Sub. (CAL-96-11,M) 1/1/1997 Moniteau County., MO City of California, MO 409,686.68 Mr. Gary Wells 96-44 Friendship Sub. Modification 2/1/1997 Hays County., TX Pedernales Electric Cooperative, Inc. 1,060,355.00 Mr. Rick Brenner 96-45 Clarksville Sub. Rebuild 1/1/1997 Johnson County, AR Arkansas Valley Electric Co-op. Corp. 576,498.00 Mr. Bill Peters 96-46 Alcoa Substation 12/1/1996 City of Benton, AR City of Benton, AR, Benton Utilities 198,666.00 Mr. Barry Chamblis 96.47 Barfield & Hickman East Subs. 12/111996 Mississippi County, AR Mississippi County Electric Co-op., Inc. 860,308.00 Mr. Larry Hellums 96-48 Whispering Oaks Foundations 8/1/1996 Near Lebanon, MO Whitnah Construction Contractors, Inc. 28,000.00 f Mr. Paul Whitnah i. 15 RE -CON COMPANY Exhibit F Electrical Substation Contractors 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 96-49 Northtap Substation 511/1997 Stillwater, OK Grand River Dam Authority 137,686.00 Mr. Carl Reichert 96-50 Northtap/Industrial 7/111997 Stillwater, OK Stillwater Utilities Authority 1,232,087.65 Mr. Mike Herron 96-51 Flat Rock Substation 4/1/1997 Parker County, TX Brazos Electric Power Cooperative, Inc. 406,656.08 Mr. Larry Shultz 96-52 St. Paul Substation 5/1/1997 Ellis County, TX Brazos Electric Power Cooperative, Inc. 426,256.38 Mr. Lang Shultz 96-53 White Substation 111/1997 Edmond, OK City of Edmond 4,459.00 Mr. Dan Schrock 96-54 Warren Valley Substation 3/1/1997 Noble County, OK Western Farmers Electric Co-op 133,794.45 Mr. Steve Gee 96-55 Hochatown Substation 9/1/1997 McCurtain County, OK Western Farmers Electric Co-op 340,189.70 Mr. Steve Gee 96-56 W.E. Williams Substation 8/1/1997 Miller County, AR Southwest Arkansas Electric Co-op Corp. 669,012.72 Mr Wayne Whitaker 97-57 Guymon Substation 8/1/1997 Texas County, OK Tri County Electric Co-op 867,255.95 Mr. Jack L. Perkins 97-58 Prairie View Substation 5/1/1997 Texas San Bernard Electric Coop. 115,160.00 Mr. William Zaskoda 97-59 Leeper/Mill Spring Substations 9/111997 Wayne County, MO M&A Electric Power Co-op 329,148.60 Mr Robert Gooch 97-60 East Van Alstyne Substation 211/1998 Van Alstyne, TX Grayson -Collin Electric Co-op, Inc. 818,831.95 Robert Cavender 97-61 Grede/Pryor Foundry Substation 9/1/1997 Mayes County, OK Grand River Dam Authority 90,513.00 Mike Opitz 97-62 Goehmann Lane Substation 1/1/1998 Gillespie County, TX Central Texas Electric Co-op, Inc. 130,442.50 Mr Pat Duecker 97-63 Talihina Substation 10/111997 LeFlore County, OK Western Farmers Electric Co-op 284,950.98 Mr Mike Smith 97-64 Security Substation 138kV Circuit'. 11/1/1997 Montgomery County, TX Sam Houston Electric Co-op 279,000.00 Mr H.E. Striedel 97-65 Barfield Substation Addition #2 12/1/1997 Mississippi County, AR Mississippi County Electric Coop Inc. 344,147.00 Mr Larry Hellums 97-66 Castell Substation 211/1998 LLano County, TX Central Texas Electric Cooperative, Inc. 138,293.00 Mr Rudy King 97-67 Greasy Creek Substation 1211/1997 Hughes County, OK Western Farmers Electric Co-op 270,303.96 Mr Mike Smith 97-68 Center Substation Upgrade 12/1/1997 Shelby County, TX Deep East Texas Electric 397,479.00 Mr Larry Warren 97-69 Wylie & Emory Substations 5/1/1998 Collin & Rains Counties, 7 Farmers Electric Cooperative Inc. 750,179.20 Mr Pete Monies P.E. 97-70 Abernathy Substation 3/111998 Hale County, TX South Plains Electric Cooperative, Inc. 431,981.00 Mr Jim Roberts 16 RE -CON COMPANY Exhibit F Electrical Substation Contractors 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 97-71 Rye Substation Circuit Switcher In: 5/1/1998 Liberty County, TX Sam Houston Electric Co-op 89,094.00 Mr H.E. Striedel 97-72 Hackett Substation 311/1998 Sebastion County, Arkansi Arkansas Valley Electric Cooperative, Corp. 477,602.20 Mr Bill Peters 97-73 Canute Substation 2/111998 Washita County, Oklahom Western Farmers Electric Cooperative 205,261.74 Mr Mike Smith 98-74 Plato Substation 611/1998 Duncan, Oklahoma Duncan Public Utilities Authority 140,965.40 98-75 West Moore Substation 8/1/1998 Cleveland County, Oklaho,. Western Fanners Electric Cooperative 363,077.57 Mr Mike Smith 98-76 Greasy Creek Switching Station 7/1/1998 Hughes County, Oklahomi Western Farmers Electric Cooperative 552,719.63 Mr Mike Smith 98-77 Murvaul Substation 8/1/1998 Panola County, Texas Rusk County Electric Cooperative, Inc. 1,564,712.20 Mr Buddy Bankhead 98-78 Pink Hill Substation 1/1/1999 Grayson County, Texas Grayson -Collin Electric Cooperative, Inc. 1,105,288.26 Mr Bob Cavender 98-79 New Piedmont Substation 4/1/1999 Wayne County, Missouri M & A Electric Power Cooperative 1,157, I84.00 Mr Robert E. Stagner 98-80 Custer Substation 7/1/1998 Custer County, Oklahoma Western Farmers Electric Cooperative 223,753.14 Mr Mike Smith 98-81 Rudy & Dyer Substations 1111/1998 Crawford County, Arkanse Arkansas Valley Electric Cooperative, Corp. 916,071.88 Mr. Bill Peters 98-82 Carney Substation 9/111998 Lincoln County, Oklahomc KAMO Electric Cooperative 208,643.80 98-83 Curtis Substation 9/1/1998 Woodward County, Oklaht Western Farmers Electric Cooperative 427,279.18 Mr Rudy King 98-84 Macedonia Substation Rebuild 121111998 Waller County, Texas San Berard Electric Cooperative, Inc. 99,178.73 Mr. William Zaskoda 98-85 Peach Creek & Caney Creek Substs 2/1/1999 Montgomery County, Texe Sam Houston Electric Cooperative, Inc. 1,434,878.71 Mr. H.E. Striedel 98-86 Hortontown & Loop 337 Sub Imps 1/1/1999 Comal County, Texas New Braunfels Utilities 133,765.94 Mr. Ernie Lee 98-87 Briar Plant Substation 2/1/1999 Howard County, Arkansas Southwest Arkansas Electric Coop. Corp. 837,055.75 Mr Wayne Whitaker 98-88 Robinson Avenue Substation 10/1/1999 Oklahoma County, Oklaho Oklahoma Gas & Electric Company 641,177.00 Mr Ben Brandt 99-89 J.R. Massengale Substation 5/111999 Lubbock, TX West Texas Municipal Power Agency 281,965.00 Mr Ron Shuffield 99-90 Lebanon Substation 6/1/1999 Collin County, TX Brazos Electric Cooperative 876,320.59 Mr James Ross 99-91 Coffeyville Substation B 11/1/1999 Montgomery County, KS City of Coffeyville, KS 5,965,731.11 Mr Leroy Alsup 99-92 Kiowa Substation 10/1/1999 Rains County, TX Farmers Electric Cooperative Inc. 375,848.40 Mr Pete Montes P.E. 99-93 Sunny Point Substation 5/1/2000 Hopkins County, TX Farmers Electric Cooperative Inc. 278,218.06 Mr Pete Montes P.E. 99-94 Shady Grove Substation 5/1/2000 Hopkins County, TX Fanners Electric Cooperative Inc. 429,861.95 Mr Pete Mantes P.E. 17 RE -CON COMPANY Exhibit F Electrical Substation Contractors 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 99-95 TXI Substation 5/1/1999 Bryan County, OK Western Farmers Electric Cooperative 344,411.37 Mr Mike Smith, Engineer 99-96 Hollis Substation . 7/1/1999 Harmon County, Ok Western Farmers Electric Cooperative 388,174.81 Mr Mike Smith, Engineer 99-97 Beverly Substation 9/1/1999 Sebastian County, AR Arkansas Valley Electric Coop Corp 647,496.06 Mr Bill Peters 99-98 Redwater Substation 1/1/2000 Bowie County, TX Bowie -Cass Electric Cooperative, Inc. 963,735.05 Mr W.D. Heldt 99-99 Shady Point Substation 1111/1999 LeFlore County, OK Western Farmers Electric Cooperative 526,916.30 Mr Mike Smith, Engineer 99-01 Seaway Substation 11/1/1999 Montgomery County, TX San Bernard Electric Cooperative Inc. 70,546.00 Mr Bill Housiey 99-02 Alla Hubbard Substation 5/1/2000 Collin County, TX Grayson Collin Electric Cooperative 954,029.48 Mr Bob Cavender 99-03 Keller Substation 5/1/2000 Tarrant County, TX Brazos Electric Cooperative 832,530.36 Mr James Ross 99-04 Highway 59 Substation 4/1/2000 Crawford County, AR Arkansas Valley Electric Cooperative Corp. 722,689.85 99-05 Circuit Switcher Installation - Edm, 3/1/2000 Edmond, OK City of Edmond, Edmond, Oklahoma 18, 740.00 Mr Charles Burgett 99-06 Buffalo Substation 3/1/2000 Harper County, OK Western Farmers Electric Cooperative 334,464.39 Mr. Rudy King 00-07 Puddin Ridge Substation 6/1/2000 Franklin County, AR Arkansas Valley Electric Cooperative 636,283.40 Mr Bill Peters 00-08 Lewisville Switch Foundation 3/1/2000 Denton County, TX Brazos Electric Cooperative 380,335.00 Mr James Ross 00-09 Northwest Wylie- Substation 5/1/2001 Collin County, TX Farmers Electric Cooperative Inc. 421,300.00 Mr Pete Montes P.E. 00-10 Harper Road Substation Addition 4/1/2001 Kerr County, TX Kerrville Public Utility Board 419,289.00 Mr David Aldrich, Chief Systems Engineer 00-11 Coffeyville ABCDE 5/112001 Montgomery County, KS City of Coffeyville, KS 1,382,376.20 Mr Leroy Alsup 00-12 Lincoln Street Substation 6/1/2000 Benton County, AR City of Siloam Springs, AR 854,988.74 Mr Art Farine 00-13 Silver Lake Substation Addition 6/1/2000 Oklahoma County, OK Oklahoma Gas & Electric Company 169,482.83 Mr Ben Brandt 00-14 Climax Substation 1/1/2001 Bonham County, TX Fannin County Electric Cooperative, Inc. 272,6996.40 Mr. Ronnie Odom 00-15 Turpin & Camrick Substations 7/1/2001 Beaver County, OK Tri-County Electric Cooperative, Inc. 1,267,968.80 Mr. Jack Perkins 00-16 Harp Hill Expansion 10/1/2000 Washington County, AR Ozarks Electric Cooperative Corp. 419,090.96 Mr. Mitchell Johnson, Pres 00-17 Enterprise Substation 4/112001 VanZandt County, TX Trinity Valley Electric Cooperative, Inc 307,062.60 Mr. Jack Schwartz, Gen Mgr/CEO 00-18 Fouke Substation & Sub 6 Additior 4/1/2001 Miller County, AR Southwest Arkansas Electric Cooperative Cog 859,552.80 Mr. Wayne Whitaker 00-19 Talty Substation 2/2812002 Kaufman County, TX Trinity Valley Electric Cooperative, Inc 329,774.00 Mr Jack Schwartz, Gen Mgr/CEO 00-20 Ketch Substation Circuit Breaker It 11/1/2000 Oklahoma County, OK City of Edmond, Oklahoma 35,830.00 Mr. Jerry Cockrell 00-21 Taylor Substation 1211/2000 McAllen, TX Sharyland Utilities L.P. 1,466,252.00 Mr. Mark Caskey, Gen Mgr 18 RE -CON COMPANY Exhibit F Electrical Substation Contractors 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 00-22 Reginold/Hickman East(West 7/1/2001 Mississippi County, AR Mississippi County Electric Cooperative, Inc. 2,073,267.60 Mr. Larry Helium. 00-23 Camp Bowie Substation 2/1/2001 Brown County, TX Lower Colorado River Authority 238,380.00 - - Mr. Bil Kahanek 00-24 Paint Creek Diversion Project 411/2002 Stamford, TX City of Stamford, Texas 228,898.00 Mr. Ken Roberson 00-25 Railroad Substation 811/2001 Weatherford, TX City of Weatherford, Texas 1,668,496.20 Mr. Kraig Kahler 00-26 Mount Vernon Substation 711/2001 Franklin County, TX Wood County Electric Cooperative, Inc. 869,633.00 Mr. Jim Dozier 00-27 Wolf Creek Sub Circuit Switch Up; 311/2001 Kerr County, TX Central Texas Electric Cooperative, Inc. 29,911.00 Mr. Pat Duecker 00-28 Prairie View Substation 8/1/2001 Waller County, TX San Bernard Electric Cooperative, Inc. 1,777,200.00 Mr Bill Housley 01-29 Roans Prairie Sub & Iola Switch St 711/2002 Grimes County, TX Brazos Electric Cooperative Inc. 2,382,186.77 Mr James Ross 01-30 Hilltop Substation 2/28/2002 Shelby County, TX Deep East Texas Electric Cooperative, Inc. 801,736.00 Mr Bill Steptoe 01-31 S.F. Howe Substation 113112002 Mill Creek, OK Peoples Electric Cooperative 501,569.00 Mr Doug Bursey 01-32 Prospect Substation 2/28/2002 Shelby County, TX Deep East Texas Electric Cooperative, Inc. 785,964.00 Mr Bill Steptoe 01-33 Tarkington Substation et at 4/1/2002 Liberty & Polk Counties, 7 Sam Houston Electric Cooperative Inc. 655,582.50 Mr. H.E. Striedel, GM 01-34 Hightower Substation 41112002 Liberty County, TX Sam Houston Electric Cooperative Inc. 1,453,439.00 Mr. H.E. Striedel, GM 01-35 Calallen Substation Expansion 411002 Nueces County, TX South Texas Electric Cooperative, Inc. 4,073,427.28 Mr, David Grubbs, GM 01-36 Carthage Substation 4/112002 Jasper County, MO Carthage Water & Electric Plant 457,318.00 Mr. Robert E. Williams GM 02-37 Lewisville Switching Station 6/1/2002 Denton County, TX Brazos Electric Power Cooperative 1,092,964.96 -- Mr. Gene Hogenauer 02-38 Cowskin & Turkey Ford Substatior 911/2002 Delaware & Ottawa Cty O. Grand River Dam Authority 345,812.00 Mr. Mike Opitz, PE 02-39 Garden Valley & Yantis Substation 8/1/2002 Smith & Wood Cty, TX Wood County Electric Cooperative, Inc. 494,355.00 Mr. Jim Dozier, PE 0240 Leeper Substation Addition 7/112002 Wayne County, MO M&A Electric Power Cooperative 608,972.00 Mr. Robert E. Stagner 02-41 Call Upgrade & Mill Creek Additic 7/1/20D2 Jasper County, TX Jasper -Newton Electric Cooperative, Inc. 588,158.00 Mr. Fred Solly 02-42 Raymondville Substation 8/1I2002 Texas County, MO Sho-Me Power Electric Cooperative, Inc. 421,854.00 Mr. Terry Arndt 02-43 Sam Rayburn Power Plant Addn 1211/2002 Victoria County, TX South Texas Electric Cooperative, Inc. 753,492.00 Mr, David Grubbs, GM 02-44 Coffeyville Sub "B" Addition 10/1/2002 Montgomery County, KS City of Coffeyville, KS 1,118,455.00 Mr. Leroy D. Alsup, City Manager 0245 Wolf Creek Sub and Coldspring Addn 3/31/2003 San Jacinto County, TX Sam Houston Electric Cooperative Inc. 753,492.00 Mr. N.E. Striedel, GM 0246 Climax Substation Addition 1/31/2003 Collin County, TX Fannin County Electric Cooperative, Inc. 61,392.00 Mr. Ronnie Odom 0247 Grassy Knob Substation 12/1/2002 Carroll County, AR Carroll County Electric Cooperative Corp. 525,176.60 Mr. Don Smothers 0248 Rusk County 6/1/2003 Panola & Rusk Counties, TX Rusk County Electric Cooperative, Inc, 618,978.00 Mr. Buddy Bankhead, GM 0249 Easton Substation 611/2003 Gregg County, TX Rusk County Electric Cooperative, Inc. 936,336.00 19 Mr. Buddy Bankhead, GM RE -CON COMPANY Exhibit F Electrical Substation Contractors 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT ! 02-50 Newkirk Substation Addition 1/3112003 Newkirk, OK City of Newkirk, OK 190,511.00 Ms. Jane Thomas, City Clerk 02-51 Muskogee Port Substation 3/31/2003 Muskogee, OK Oklahoma Gas & Electric Company 206,240.00 Mr. Ben Brandt, Mgr Proc & Res Sery 02-52 Holly, Fitze and Center South Subs 7/31/2003 San Augustine/Nacogdoches/ Deep East Texas Electric Cooperative, Inc. 1,060,641.00 t- Mr. Larry Warren, GM 03-53 Tenmile Substation 3/1/2004 Jasper County, TX Jasper -Newton Electric Cooperative, Inc. 1,258,682.00 Mr. Fred Soily 03-54 Robstown Substation 4/30/2003 Robstown, TX City of Robstown, TX Utility Systems 212,385.41 City !tanager 03-55 Chillicothe Industrial Substation - LV Ar 6/112003 Livingston County, MO N.W. Electric Power Cooperative, Inc. 332,446.00 Mr. Don McQuitty, GM 03-56 Clinton Industrial Substation 8/15/2003 Van Buren County, AR Petit Jean El ctrical Cooperative, Inc. 730,251.00 Mr. 03-57 Lone Oak Substation Addition 3/1/2003 Oklahoma County, OK Oklahoma Gas & Electric Company 40,256.00 - Mr. Ben Brandt, Mgr Proc & Res Sery 03-58 Mustang Metering Devices 3131/2004 Oklahoma County, OK Oklahoma Gas & Electric Company 145,442.00 Mr. Ben Brandt, Mgr Proc & Res Sery 03-59 Belle Isle Substation 6/15/2004 Oklahoma County, OK Oklahoma Gas & Electric Company 197,490.00 Mr. Ben Brandt, Mgr Proc & Res Sery 03-60 Farmers Academy Upgrade at al 1211/2003 Bowie/MorrisfTitus Ctys, TX Bowie -Cass Electric Cooperative, Inc. 901,156.78 Mr. Barron Christensen 03-61 Seminole Sub 5/15/2004 League City, TX Bums & McDonnell Engineering 1,183,581.28 Keisea Nottage 03-62 Live Oak Substation 5/31/2001 Weatherford, TX Weatherford Municipal Utility System 625,758.00 Mr. Joe Farley 03-63 Union & Buna Substations Upgrade 2/1/2004 Jasper County, TX Jasper -Newton Electric Cooperative, Inc. 1,121,373.00 Mr Fred Soily 03-64 Ashdown Substation 11/1612003 Benton County, AR Carroll Electric Cooperative Corp. 283,481.00 1--, Mr Don Smothers 03-65 �- Substation "D' Expansion 3/15/2004 Bentonville, AR City of Bentonville, AR 271,362.00 Purchasing Dept. 03-66 Marshall Substation 6/1/2004 Kaufman County, TX Trinity Valley Electric Cooperative, Inc. 535,630.60 Terry Huddle 04-67 Bon Wier at al Substation Mods 2/15/2005 Jasper & Newton Ctys, TX Jasper -Newton Electric Cooperative, Inc. 1,076,271.00 Mr Fred Sally 04-68 Ratliff Substation Civil Construction 5/15/2004 Ratliff City, OK Oklahoma Gas & Electric Company 185,751.36 Mr. Ben Brandt, Mgr Proc & Res Sery 04-69 Bentsen Substation 2/15/2005 Hidalgo County, TX Sharyland Utilities L.P. 2,053,559.00 Mr. Mark Caskey, Gen Mgr - , 04-70 Glendale Substation 9/15/2004 Midwest City, OK Oklahoma Gas & Electric Company 570,646.00 Mr. Ben Brandt, Mgr Proc & Res Sery r_-• 04-71 15th Street Substation 12/15/2004 Midwest City, OK Oklahoma Gas & Electric Company 134,182.00 Mr. Ben Brandt, Mgr Proc & Res Sery 04-72 Memorial Substation 6/1/2004 Oklahoma County, OK KAMO Electric Cooperative Inc 362.957.80 Mr Tom W. Hayes 04-73 Reeds Spring Substation 5/31/2004 Stone County, MO KAMO Electric Cooperative Inc 197,106.00 Mr Tom W. Hayes 04-74 Horseshoe Lake 10/31/2004 Harrah, OK Oklahoma Gas & Electric Company 114,264.70 Mr. Ben Brandt, Mgr Proc & Res Sery 04-75 Edmond Electric RTU 10/1/2005 Edmond, OK Edmond Electdc/Advanced Control Sys Inc 52,500.00 Mr. Horst Ruckert, Mgr Cont Admin 04-76 Discovery Substation 9/15/2004 Oklahoma County, OK Oklahoma Gas & Electric Company 835,297.62 Mr. Ben Brandt, Mgr Proc & Res Sery 04-77 Chatfield Substation 12115t2W4 Navarro County, TX Brazos Electric Power Cooperative 539,795.14 20 Mr. Gene Hogenauer RE -CON COMPANY Exhibit F Electrical Substation Contractors 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 04-78 McKee Refinery Substation 5/31/2005 Sunray, TX Valero Energy Inc. 2,320,111.20 Mr. Duane Wise, Patterson & Ellett 04-79 Grounding Project-OG&E 11/15/2004 Oklahoma County, OK Oklahoma Gas & Electric Company 241,557.00 Mr. Ben Brandt, Mgr Proc & Res Sery 04-80 Kingman, KS Above Grade Facilid 4/15/2005 Kingman, KS Eaton Elec Svcs for City of Kingman, KS 600,387.00 _ Mr. Stephen C. Griffith 04-81 Kingman, KS Below Grade Faciliti 4/15/2005 Kingman, KS Eaton Elec Svcs for City of Kingman, KS 160,925.00 Mr. Stephen C. Griffith 04-82 Fort Smith 500KV Substation 11/20/2004 Fort Smith, AR Oklahoma Gas & Electric Company 320,405.93 € Mr. Ben Brandt, Mgr Proc & Res Sery 04-83 Forney & Burrow Substations 1/1512006 Kaufinan County, TX Farmers Electric Cooperative Inc. 1,255,379.00 Mr Pete Montes P.E. 04-84 Spiro Coal Substation 12115/2004 Spiro, OK Oklahoma Gas & Electric Company 81,290.00 Mr. Ben Brandt, Mgr Proc & Res Sery 04-85 Chemicky Substation 4/30/2005 Pottowatomie County, OK Western Farmers Electric Cooperative 396,288.82 Mr Rudy King 04-86 Harmony Substation 4/30/2005 Floyd County, TX Lighthouse Electric Cooperative 198,534.00 Mr. Tony Whitfill 04-87 Pea Ridge Substation Upgrade 3/31/2005 Benton County, AR Carroll Electric Cooperative Corp. 420,120.00 Mr. Robert Eichenrode -- 04-88 4th Street Substation 7/31/2005 Enid, OK Oklahoma Gas & Electric Company Cost Plus Mr. Ben Brandt, Mgr Proc & Res Sery 05-89 Las Milpas & Doedyns Subs 9/1/2005 Las Milpas & Phan:, TX Magic Valley Electric Cooperative 1,592,078.90 Mr. John Herrera 05-90 Frankford Substation 5/31/2005 Lubbock County, TX South Plains Electric Cooperative 2,056,497.00 Mr. Al Arreola 05-91 Nichols (Coke) Subsation 8/31/2005 Wood County, TX Wood County Electric Cooperative, Inc. 668,342.00 Mr. Jim Dozier, PE 05-92 Walnut Grove Substation 5/31120M Rusk County, TX Cherokee County Electric Cooperative Assn 1,151,703.00 Mr. Greg Jones 05-93 Grannis Transformer Pad 5/15/2005 Grannis, AR Southwest Arkansas Electric Cooperative Cori 31,784.00 t_ Mr. Wayne Whitaker 05-94 Enterprise Substation Addn 1/15/2006 VanZandt County, TX Trinity Valley Electric Cooperative, Inc. 323,064.72 Mr. Barry Pierce 05-95 Chickasaw Substation 7/31/2005 Love County, OK Western Farmers Electric Cooperative 466,379.92 Mr. Rudy King 05-96 Chillicothe Substation 2005 Addns 11/30/2005 Livingston County, MO N.W. Electric Power Cooperative, Inc. 954,105.16 Mr. Don McQuitty, GM 05-97 Grannis Substation 11/30/2005 Grannis, AR Southwest Arkansas Electric Cooperative Corl 843,544.00 Mr. Wayne Whitaker 05-98 WAHA Leaching Plant Substation 1212005 Coyanosa, TX Enstor 1,014,138.00 Larry Krohmer 05-99 Cherokee Substation Upgrade 11130/2005 Henderson, TX Rusk County Electric Cooperative, Inc. 195,600.00 Mr. Buddy Bankhead, GM 05-01 Barclay Substation 1/15/2006 Falls County, TX Brazos Electric Power Cooperative 394,085.46 Mr. Gene Hogenauer 05-02 Mitch Substation 5/31/2006 Edmond, OK Edmond Electric 1438,714.40 Mr. Jerry Cockrell ' 05-03 Osborn Substation 4/30/2006 Cameron, MO NW Electric Power Cooperative 2,001,188.80 Mr. Don McQuitty, GM 05-04 Tishomingo/Wolf Creek Subs 10/31/2005 Tishomingo, OK Oklahoma Gas & Electric Company 51,750.00 Mr. Ben Brandt, Mgr Proc & Res Sery 05-05 Stonewall/Western/Belle Isle Sub; 4/15/2006 Oklahoma County, OK Oklahoma Gas & Electric Company 173,485.00 Mr. Ben Brandt, Mgr Proc & Res Sery 05-06 Nugent Substation Rebuild 1/31/2006 Abilene, TX Big Country Electric Cooperative 44,470.00 21 Mr Dalvin Alexander RE -CON COMPANY Exhibit F Electrical Substation Contractors 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 05-07 Siloam Springs Substation 4120/2006 Benton County, AR Carroll Electric Cooperative Corp. 1,031,418.20 Mr. Robert Eichenrode 05-08 Dorrell Substation MO Installation 4/30/2006 Walker County, TX Sam Houston Electric Cooperative Inc. 68,460.00 Mr Kyle Kuntz 05-09 Ben Davis Substation Expansion 6/30/2006 Garland, TX Texas Municipal Power Agency 874,263.00 Melinda Thompson, CPM 05-10 Red Bluff Substation 8/31/2006 Jackson County, TX South Texas Electric Cooperative, Inc. 1,588,492.00 Michael Packard, GM 05-11 Shidler Substation 5/31/2006 Shidler, OK Western Fanners Electric Cooperative 548,872.00 Mr. Rudy King 06-12 Telemetering Installation 4l5/2006 Longview, TX Northeast Texas Electric Cooperative, Inc. Cost Plus Mr. David Perry 06-13 Rossville Substation 5/31/2006 Rossville, OK Western Farmers Electric Cooperative 489,965.00 Mr. Rudy King 06-14 Panther Creek Substation 9/30/2006 Denton County, TX Brazos Electric Power Cooperative 2,085,039.91 Mr. Gene Hogenauer 06-15 Hafer Switchgerr RJR 6/30/2006 Edmond, OK Edmond Electric 405,257.00 Mr. Jerry Cockrell 06-16 Viola Substation 1/15/2007 Barry County, MO Carroll Electric Cooperative Corp. 897,592.00 Mr. Robert Eichenrode -- 06-17 Fallcreek Substation 9/15/2006 Hood County, TX Brazos Electric Power Cooperative 481,869.14 Mr. Gene Hogenauer 06-18 Ethanol Substation 11/21/20M Pratt, KS Power To Go LLC 1,123,194.00 Mr Frank Laubhan 06-19 Mustang Sub Breaker Replacement 12130120006 Mustang, OK GE Energy 292,500.00 Ms Jeanette Bandura 06-20 Rand Substation Addition 5/31/2008 Kaufman County, TX Trinity Valley Electric Cooperative, Inc 2,331,941.00 Mr. Barry Pierce 06-21 Farmers AMR Installation 6/3012006 Greenville, TX Farmers Electric Cooperative Inc. 81,600.00 Mr Pete Montes P.E. 06-22 Caney Creek MVAR Cap Install 6/30/2006 Kingston, OK Oklahoma Gas & Electric Company 70,520.00 Mr. Ben Brandt, Mgr Proc & Res Sery 06-23 Chickasaw Sub Cap Bank Addn 7/15/2006 Ardmore, OK Oklahoma Gas & Electric Company 81,328.00 Mr. Ben Brandt, Mgr Proc & Res Sery 06-24 Stephenville Switching Station 4/15/2007 Erath County, TX Brazos Electric Power Cooperative 680,548.38 - Mr. Gene Hogenauer 06-25 Kimball Road Substation 5/31/2007 Tarrant County, TX Brazos Electric Power Cooperative 526,341.86 Mr. Gene Hogenauer 06-26 Bluff Dale Substation 5/31/2007 Erath County, TX Brazos Electric Power Cooperative 1,296,417.39 Mr. Gene Hogenauer 06-27 Staley Substation Rebuild 3/3112007 San Jacinto County, TX Sam Houston Electric Cooperative Inc. 2,790,572.00 Mr Kyle Kuntz E _ 06-29 Ashdown Substation Addition 1/15/2007 Benton County, AR Carroll Electric Cooperative Corp. 757,771.00 Mr. Robert Eichenrode 06-29 Terrell Road Sub Circuit Switchers 1/30/2007 Greenville, TX Greenville Electric Utility Service (GEUS; 106,900.00 Misty Reed 06-30 Horton Hill Substation Upgrade 1/15/2007 Jasper County, TX Deep East Texas Electric Cooperative, Inc. 756,192.00 Mr. Larry Warren, GM 06-31 West Denton 345kV Sub Exp Proj 5/31/2007 Denton, TX Texas Municipal Power Agency 1,144,180.00 Melinda Thompson, CPM 06-32 Reno Substation 5/3112007 Paris, TX Lamar ounty Electric Cooperative Association 568,029.71 Barry Murchison 06-33 Honey Island Substation Rebuild 6/3012007 Hardin County, TX Sam Houston Electric Cooperative Inc. 2,125,676.00 Mr. Kyle Kuntz 06-34 Gibbons Creek Switchyard Brkr At 6/30/2007 Carlos, TX Texas Municipal Power Agency 1,152,422.00 22 Melinda Thompson, CPM RE -CON COMPANY Exhibit F Electrical Substation Contractors 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER - JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 07-35 Scissortail Sub Dirt Work 4/1/2007 Paden, OK Western Farmers Electric Cooperative 44,400.00 Ms Diane Fields 07-36 Enid Industrial Substation 5/31/2007 Enid, OK GE Energy - - 512,805.00 Ms Jeanette Bandura 07-37 Morley Substation 8/25/2007 Scott County, MO M&A Electric Power Cooperative 1,739,057.21 Mr John Farris 07-38 Dunjee Substion 6/30/2007 Spencer, OK GE Energy 1,073,384.00 Ms Jeanette Bandura 07-39 Wolfe City Substation 8130/2007 Bonham Collin Cty, TX Fannin County Electric Cooperative, Inc. 449,636.00 Mr Ronnie Odom 07-40 Hickman North Substation 8/15/2007 Mississippi County, AR Mississippi County Electric Cooperative, Inc. 2,422,599.00 Larry Heliums, GM 07-41 Heidelberg Substation 1/15/2008 Bonham Collin Cty, TX Magic Valley Electric Cooperative 3,248,881.98 John Herrera, GM 07-42 North Emory Switching Station et t 2/29/2008 Wood County, TX Wood County Electric Cooperative, Inc. 1,255,286.00 Debbie Robinson, GM 07-43 Kelton Substation 8/31/2008 Wheeler, TX Greenbelt Electric Cooperative 1,485,795.00 Stan McClendon, GM 07-44 Lake Tawakoni Substation 1/31/2008 VanZandt County, TX Trinity Valley Electric Cooperative, Inc 646,486.00 Mr. Tim Craig 07-45 Honey Island Substation Trunkline 9/30/2008 Hardin County, TX Sam Houston Electric Cooperative Inc. 1,010,308.00 Mr. Kyle Kuntz 07-46 Lake Fork DWU Sub & Cathey Sul 5/31/2008 Wood County, TX Wood County Electric Cooperative, Inc. 1,084,957.00 Ms. Debbie Robinson, GM 07-47 Belle Isle et al Substations 10/3112007 Oklahoma County, OK GE Energy 188,790.00 Ms Jeanette Bandura 07-48 Ketch 138-13.09kV Substation 5/1012008 Edmond, OK Edmond Public Works Authority 1,381,590.65 Brenda Mayer 07-49 New Prospect Substation 2/29/2008 Panola County, TX Rusk County Electric Cooperative, Inc. 1,593,703.00 Mr. Buddy Bankhead, GM 07-50 Menard Substation 1/31/2008 Polk County, TX Sam Houston Electric Cooperative Inc. 1,996,328.00 Mr. Kyle Kuntz 07-51 Cimarron Substation Upgrade 12/3112007 Canadian County, OK OG&E 108,844.00 Mr. Ben Brandt, Mgr Proc & Res Sery 07-52 Gobbler Knob Sub Above Grade C. 1/14/2009 Butler County, MO M&A Electric Power Cooperative 6,171,570.42 Mr John Farris 07-53 Woodward Substation 12/31/2007 Woodard, OK OG&E 157,620.00 Mr. Ben Brandt, Mgr Proc & Res Sery 07-54 Golden Hill 138kV Switching Stati 1/31/2008 Broken Bow, OK Beta Engineering 353,342.00 Mr Michael Bergeron, Project Manager 07-55 West Munson Substation 12/31/2007 Rockwall County, TX Farmers Electric Cooperative Inc. 101,702.00 Mr Pete Montes P.E. 07-56 Gerty Substation 12131/2008 Gerty, OK Peoples Electric Cooperative 671,018.00 Mr. Doug Bursey 07-57 Barnes Substation 5/25/2008 Oklahoma City, OK OG&E 870,770.00 Mr. Ben Brandt, Mgr Proc & Res Sery - • 07-58 Bonham Lake Substation 5/31/2008 Bonham County, TX Fannin County Electric Cooperative, Inc. 542,270.00 Mr. Ronnie Odom 08-59 Aspen Substation 3/31/2008 Mooreland, OK Western Farmers Electric Cooperative 579,711.80 Ms. Diane Fields 08-60 Evadale Substation Rebuild 8/2008 Jasper County, TX Jasper -Newton Electric Cooperative, Inc. 1,822,582.00 Mr. Jeff Chambliss 08-61 Allen Substation 7/2008 Ada, Oklahona Peoples Electric Cooperative 755,876.00 Mr. Doug Bursey 08-62 Crow Tap Substation 5/5/2008 Wood County, TX Wood County Electric Cooperative, Inc. 697,914.00 23 Ms. Debbie Robinson, GM RE -CON COMPANY Exhibit F Electrical Substation Contractors 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER I-- JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 08-63 Rich Substation Addns & Mods 6/2008 Polk County, TX Sam Houston Electric Cooperative Inc. 1,727,400.00 Mr. Kyle Kuntz 08-64 Indian Hill Substation 7/2008 Moore, OK OG&E 471,787.00 Mr. Ben Brandt, Mgr Proc & Res Sery 08-65 Figure Five Substation 10/2008 Crawford County, AR Arkansas Valley Electric Coop., Corp. 1,101,137.00 Mr. Bill Peters 08-66 Montavista Substation 3/31/2009 Ada, Oklahona Peoples Electric Cooperative 1,000,000.00 Mr. Doug Bursey 08-67 Ash Grove Cement Substation #2 2/15/2009 Texarkana, AR Southwest Arkansas Electric Cooperative Cori 811,319.80 € Mr. Wayne Whitaker 08-68 Seaboard Substation 12/31/2008 Hooker, OK Tri-County Electric Cooperative, Inc. 1,454,307.56 Mr. Jack Perkins 08-69 Ben Davis Relay Panel Upg & Brla 10/31/2008 Garland, TX Texas Municipal Power Agency 360,804.00 Melinda Thompson, CPM 08-70 Oak Grove SW Sm Brkr Repi 6/30/2008 Kaufinan County, TX Trinity Valley Electric Cooperative, Inc. 193,248.00 Mr. Tim Craig 08-71 Farrar & Gustine Substations 12/31/2008 Leon & Comanche Ctys, T Brazos Electric Power Cooperative 474,427.26 Mr. Gene Hogenauer 08-72 Imo Transformer Addition 8131/2008 Garfield County, TX GE Energy 205,682.00 Ms Jeanette Bandura i -• 08-73 Sand Springs Substation 10/31/2008 Wood County, TX Wood County Electric Cooperative, Inc. 1,373,382.00 Ms. Debbie Robinson, GM 08-74 Goodweli Substation 1131/2009 Hooker, OK Tri County Electric Cooperative 1,478,264.95 Mr. Jack Perkins 08-75 Coley Creek Substation 12/1712008 San Jacinto County, TX Sam Houston Electric Cooperative Inc. 2,289,113.00 Mr. Kyle Kuntz 08-76 Nine Mile Substation 1/3112009 Dewey County, OK Western Farmers Electric Cooperative 528,421.13 Ms. Diane Fields 08-77 Deweyville Substation Expansion 6/30/2009 Newton County, TX Jasper -Newton Electric Cooperative, Inc. 1,765,878.00 Mr. Jeff Chambliss 08-78 Bodle, Cedar Ave, Hemlock Subs 10/3112008 Durant,Woodward,Enid Ol GE Energy 196,420.00 Ms Jeanette Bandura 08-79 RD Wells Interchange Constructior 5/31/2009 Denton, TX Denton, City of 1,985,988.60 Mr. Tom Shaw, Purchasing Agent 08-80 McCord Substation 1/1/2010 Ponca City, OK Ponca City, City of 1,397,677.20 Mr. Gary Martin 08-81 Pelican Road Switching Station 6/30/2009 San Jacinto County, TX East Texas Electric Cooperative Inc 1,821,837.00 CEO/General Manager 08-82 New Dominion Substation 5/15/2009 Oklahoma City, OK OG&E 891,331.43 Mr. Ben Brandt, Mgr Proc & Res Sery 08-83 Slocum Substation - ONEOK Addr 2/15/2009 SE of Palestine TX Houston County Elec Cooperative 254,510.00 Mr. Jack Vickers 08-84 Pizo Sub 4/30/2009 Blytheville, AR Mississippi County Electric Cooperative, Inc. 1,809,204.87 Mr. Larry Heliums 08-85 Paradigm Substation 7/20/2009 Seminole, OK Western Farmers Electric Cooperative 640,310.07 Ms. Diane Fields 08-86 Omaha Substation Upgrade 313112OW Bowie County, TX Bowie -Cass Electric Cooperative, Inc. 223,309.00 Mr W.D. Heidi 08-87 Pennsyivania,Westmoore,Southgati 3/1/2009 Oklahoma City, OK OG&E 141,080.00 Mr. Ben Brandt, Mgr Proc & Res Sery 09-88 Alma Substation 5/31/2009 Alma, AR OG&E 226,603.94 Mr. Ben Brandt, Mgr Proc & Res Sery !, 09-89 . Hull Substation 7/31/2009 Panola County, TX Rusk County Electric Cooperative, Inc. 1,552,799.00 Mr. Buddy Bankhead, GM 09-90 Claremore Interconnect Substation 12115120M Claremore, OK Grand River Dam Authority 500,720.00 24 Mr Kevin A Easley, CEO Ir , RE -CON COMPANY Exhibit F Electrical Substation Contractors 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 09-91 Briggs 161kV Substation 10/31/2009 Cherokee County, OK KAMO Electric Cooperative Inc 611,359.03 Mr Tom W. Hayes 09-92 Sunray Wind Substation 9131/2009 Sunray, TX Sunray Wind LLCNalero Energy 708,848.00 Joe Rammage, PE 09-93 Riverside 161kV Substation 1/1/2010 Christian County, MO KAMO Electric Cooperative Inc 1,893,859.60 Mr Tom W. Hayes 09-94 PK Lake Substation B Bank Const 7/20/2009 Palo Pinto County, TX Brazos Electric Power Cooperative 435,969.54 Mr. Gene Hogenauer 09-95 Woodward District 138kV Substati 8/31/2009 Woodward, OK Burns & McDonnell Engineering/OG&E 81,530.00 Mr. Jack C. Crawford 09-96 Tucker Substation 10/31/2009 Texas County, OK Tri County Electric Cooperative 1,134,681.00 Mr. Jack Perkins 09-97 Burns Substation 11/3012009 Mercedes, TX South Texas Electric Cooperative, Inc. 256,318.20 Mr. Michael Packard, GM 09-98 White Flat Substation 10/1512009 Motley County, TX Lighthouse Electric Cooperative 612,327.00 Mr. Tony Whitfill 09-99 Fairport Sub -Winslow Line Addn 1/15/2010 DeKalb County, MO NW Electric Power Cooperative 683,908.00 Mr. Lance Williams 09-01 Gravel Ridge Substation Mods 10/15/2009 Pulaski County, AR First Electric Cooperative Corporation 349,568.00 Mr. Jon Joyce, Mgr of Engr 09-02 Cordona Lake Substation Upgrade 1/31/2010 Midland, TX XTO Energy, Inc 418,922.00 Leonard Hill, Alexander Utility Eng. 09-03 St Jo Substation 4/3012010 Cooke County, TX Brazos Electric Power Cooperative 147,065.25 Mr ichael L. Galler 09-04 Spalding 161/69kV Substation 6/3012010 Rails County, MO Northeast Missouri Electric Power Coop 2,517,941.00 Kevin White, PE 09-05 Live Oak Substation 1/31/2010 Parker County, TX Brazos Electric Power Cooperative 430,828.12 Mr ichael L. GalIer 09-06 New York Switching Station 1380 4/30/2010 Henderson County, TX Rayburn County Electric Cooperative 230,584.00 Eddy Reese 09-07 Perry Substation 3/31/2010 Falls County, TX Brazos Electric Power Cooperative 267,020.12 Mr ichael L. Galler 09-08 Engine Plant Substation Modificati• 4/3012010 Greenville, TX Greenville Electric Utility Service (GEUS: 250,642.00 --, Beth Smith, Purchasing Agent 09-09 Pineland Substation Upgrade 12131/2009 San Augustine, Texas Deep East Texas Electric Cooperative, Inc. 647,362.00 Mr. Larry Warren, GM 09-10 Dowling Road Substation 12/31/2010 College Station, Texas City of College Station Texas 4,900,244.36 Cynthia Sciuili CPM 09-11 Domino Substation 10/31/2010 Hood County, TX Brazos Electric Power Cooperative 1,264,545.43 Mr Gene Hogenauer 10-12 Telemetering Installation Upgrade 5/31/2010 Multiple Counties, TX NE Texas Electric Cooperative Inc Cost Plus Mr David Perry 10-13 4' Subiaco Substation 5/31/2010 Logan County, AR Arkansas Valley Electric Coop., Corp. 628,657.00 Mr. Bill Peters 10-14 Taylor Substation Additions 7/31/2010 Hidalgo County, TX Sharyland Utilities L.P. 1,318,794.00 Mr. Mark Caskey, Gen Mgr 10-15 Ables Springs Substation 3/31/2010 Kaufman County, TX Fanners Electric Cooperative Inc. 103,772.00 Mr Pete Montes P.E. 10-16 Barton Creek/Ben Wheeler Terrain 7/31/2010 Henderson County, TX Rayburn County Electric Cooperative 583,423.00 Eddy Reese 10-17 Barton Creek/Circuit Breaker Instal 8/31/2010 Henderson County, TX Rayburn County Electric Cooperative 395,865.00 Eddy Reese 10-I8 Caney Creek Substation Rebuild 7/3112010 Montgomery County, TX Sam Houston Electric Cooperative Inc. 2,503,662.00 Mr. Kyle Kuntz L _. 10-19 Caney Creek Substation 5/31/2010 Kingston, OK OG&E 140,164.00 25 Mr. Doug Dauman i RE -CON COMPANY Exhibit F r Electrical Substation Contractors 12 NORTHEAST 52nd 405 525-8084 FAX - 405 525-8066 OKLAHOMA CITY, OK 73105 PERMANENT JOB REGISTER JOB DATE CONTRACT NO. JOB NAME COMP. JOB LOCATION OWNER & SUPERVISOR AMOUNT 10-20 Ables Springs Substation 10/31/2010 Kaufman County, TX Farmers Electric Cooperative Inc. 1,546,705.80 Mr Pete Montes P.E. 10-21 Ft Smith Breaker Replace 2010 (88 6/30/2010 Fort Smith, AR GE Energy 231,490.00 Ms Jeanette Bandura 10-22 Bellcow Substaiton Construction 94% Chandler, OK OG&E 1,694,154.90 Mr. Doug Dauman 10-23 Elmwood Substation Construction 11/30/2010 Elmwood, OK Tri County Electric Cooperative 534,569.00 Mr Jack Perkins, CEO 10-24 Mansfield to Willow Springs Trans 26% Mansfield, MO Sho-Me Power Electric Cooperative, Inc. 9,195,375.42 Mr. Terry Arndt 10-25 GRDA1 345kV Sub Expansion 92% Chouteau, OK Grand River Dam Authority 576,282.00 Mr Kevin A Easley, CEO 10-26 Shady Grove Substation 85% Angelina County, TX Sam Houston Electric Cooperative Inc. 1,760,688.00 Mr. Kyle Kuntz 10-27 Stonewall Sub Breaker Addn 11/30/2010 Oklahoma City, OK GE Energy 305,790.00 Ms Jeanette Bandura 10-28 Ketch Sub Breaker Addn 10/31/2010 Edmond, OK GE Energy 270,650.00 Ms Jeanette Bandura 10-29 Avalon. Sub 2010 Update 1 % Mayes County, OK NW Electric Power Cooperative 701,944.00 Mr. Lance Williams 10-30 Vanoss Substation 34% Stratford, OK OG&E 96,000.00 Mr. Doug Dauman 10-31 Ben Wheeler Switching Station 32% Henderson County, TX Rayburn County Electric Cooperative 795,731.00 Eddy Reese 10-32 Gibbons Creek 345/138kv Redirect Pending Carlos, TX Texas Municipal Power Agency 1,562,047.00 Melinda Thompson, CPM 10-33 Naples Substation Pending Grady County, OK Western Farmers Electric Cooperative 540,819.00 Ms. Pam Cato 10-34 Lamar 161/69kV Substation Pending Barton County, MO KAMO Electric Cooperative Inc 2,252,899.64 Mr Tom W. Hayes 10-35 Capps Corner Substation Pending Montague County, TX Brazos Electric Power Cooperative 201,374.72 Jerry Steger CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror and Agent Must be submitted with Proposal 1, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. Contr ctor ( Ori insl Signature) Gary w�o4-V �4'f- ontractor (Print) CONTRACTOR'S FIRM NAME: rye % C _. (Print or Type) CONTRACTOR'S FIRM ADDRESS: 12 N E Name of Agent/Broker: I rmdis l5 ry ur\, / n r G h ,I GA r r1n1'/1, Tn c . Agent / Broker (Signature) Address of Agent/Broker: A o B /V_hres-s ald y 51-r l ayt City/State/Zip: bAa Aon4'&Ci4y' Qe 731) Agent/Broker Telephone Number: ( 41o5 ) 8z,3-5to3 Date: �rwgry 5. �y1� NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 775-2163. PROPOSAL# - Lake Alan Henry Water Supply Project, 7.5 MVA Substation — Contract H I SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. I __ 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) fom an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state .or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, the offense of which resulted in bodily hann or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, a summary listing of the citations and the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty ' assessed AOfferor's Initials QUESTION TWO t_ 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: �e Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Ratio and supporting information: o 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 Titiee-g;a�n SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-1 10) prohibits non -Federal entities from contracting with or . making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. 1, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: Re co m C o M pa b y FEDERAL TAX ID or SOCIAL SECURITY No. 13 04 O 76,3 Signature of Company Official: ' 'l Printed name of company official signing above: &_ a r y Wo Date Signed: Z"44A S, 20lj .1 No Text PROPOSED LIST OF SUB -CONTRACTORS Minority Owned _' Company Name Location Services Provided Yes No 5 ox, 0 Wl__l' 0 0 3. 0 0 4. 0 0 5. 0 0 6. 0 0 7. 0 0 8. 0 0 9. 0 0 10. 0 0 U. 0 0 12. 0 0 13. 0 0 14. 0 0 15. 0 0 16* 0 0 THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: (PRINT NAME/OF COMPANY) POST -CLOSING -DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing Manager Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS f Page Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. ❑ ❑ 2. ❑ ❑ 3. ❑ ❑ 4. ❑ ❑ 5. ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ S. ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ ll. ❑ ❑ 12. ❑ ❑ 13. ° ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: (PRINT NAME OF COMPANY) PAYMENT BOND Page Intentionally Left Blank BOND N"M-j 002112 STATUTORY PREFORMACE BOND PURSUANT TOsBcnON 2253.021(a) OF THE 11DW 0OVERNMONT CODE (CONTRACTS MORE THAN $100,000) SOW ALL MgN 13y jji�$g pRESEM that Re -Con Company (a Texas Corporation) (hereimder aded dw- Priftdimw(9, as Principals) and Mid -Continent Casualty Coml (Hereinaftercalledthe Surety(s)vw Surews), are hold and fmnlybound unto tlwClty of Lubbock (hereinafter called the Obligee). in the amount of One Million Muce Hundred and7hree Thousand Six Hundred and Twenty -Three Dollars. ($1,303,623) lawful money of United Staten for 16 payment wheno4lbe-sald Principal and Surety bind themselves, - and their heirs, administrators, exemnors, successors and assigns, jointly ad severally,.fitralyby these presents. WHEREAS, the Principal - Ims-entere it, 2011 to Lake Alan Henry Water certain -written contract with -the Obligee; dMad the 22tday of , Project 7.5MVA Substation Contract Hl, RFP I 1 -0 1 3-MA, Contract #9680, City of Lubbock, TX and said Principal wider the law is required before commencing the -work provided for in sald ponhirA to executo a bond n .i * i the amount of said contract which contractU horeby'refundio and made a part herebtas2fally andto the same-ektant as if copied at length herein. NOW, THEMOM THE CONDITION OF THIS OBLIOATION IS SUCH, that if the said Principal shall pay all relainwasuppilying labor aW material to.him:or a suboontractor hi the prosecution of -the workprovidedtor.in said contract, been, this obligation shall be voikothcrwise to rems," in fan tomand offec4- PROVIDED, HOWEVER, that this bond is vwmted pummt-to the provisions of.Section 2253.021(a)-ofthe Texas Govemment Code,. and all -liabilities on -this bond shall be determined In mordanowwith-tho-provislons ofs9d Article to the same -extent as -if it wert.,coplod at length herain. No Text IN WnWESS WMEOP, the said Principal 4) SW Surety (s) haw signed and sWed this instrument this 27th_day -of January 2011. Mid -Continent Casualty Company By- ffittle) Debbie Raper, Attorney -in -Fact Re -Con Company (a Texas Corporation) (Contractor Name) {Printed Naa4e)- Z (si*h=) Iffio-undersignW.-sureV empany ftpresentsthat.ft'is duly qualfflodto do business in Tam% antibereby-designates N/A an agentresidentin Lubbock Countytowhom any -requisite -notices .may be.deliverodand owwhomsetvice of pmew may be had inmetters arising out,otsuch suretyship. N/A surety By. N/A Critic) N/A Approved as to form: City.of By: City-Attormy *-Note.' If sigaW by an officer of the Surety Company there mot be an file..a.certified extras fromtheby-la*s' showing - that this person has authority to sip such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. No Text BONDNU . MB . E . P-, 1002112 UU212 _L_ STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021 (a) OFTIM.TEXASOOVERNMENT - CODE (CONTRACTS MORETHAN $S0,000) KNOW ALL MEN By THESE PRESENT, that Re -Con Company (a Texas Corporation) Ifincipal(s), as Principal(sY and Mid -Continent Casualty Cornj .(hereinafter cal led4he Surety(s), -as ..Surety(#) AM held and firmly b6Undunto the City of Lubbock- (hereinafter c4ed-the -0.61igee), in*e amount ot0ne Million Three Hundred and Three Thousand Six flunklmd and Twenty -I . InwDollm ($10 03,623) lawful money of the Valted States wfor the payment -wherec,4 the said Ptinchal and Surety bind themselvw, and.their heirs,:adndWsttatom,-cxemftn,=ccessors and assigns, jointly and severally, firmly by these presorts. WHEREAS, the Principal has entered into a certain -written coubW with the -ObISM dated the X* day of january.201.1to. Lake Alan Henry Water Supply Project 7.5NIVA Substation Contract H 1, RFP I 1 -0 1 3-MA, Contract #9680, City of Lubbock, TX and said Principal under the law is rewired bdorvicomn=cing the work provided fbt In aald-coubad to execute a bond -in-the amount -ofsaid contract which contract. is hereby referred to and made a part hereof as fully. and to the saw extat ":if copied at lefigth herehL NOW, THEREFORE, THE CONDMON OF THIIS :OBLIGATIONISSUM that if the said Principal ,shall pay all twMarits -supplying labor and materki to him or a subiontmator- MI thiproseadonofthe work provided for in said contract., thm this obligation shall be void; -othamise to remainin fill force and effect; PROVIDED, HOWEVER, that this bond Is executed pursuant to.tbe-provisions of -Section 2253.02.1 (a) of the Texas Governmwt Code, -and all liabilities-ou this bond " be determined is amrdam with the provisions orsaid Afticlato-the same extent.w if it were copied at length herein. IN WMMS WHEWF, the said Principal (s) and Surety (s)We - 0-4pw and wWod this iustrutmfzt: this 27thday.of January 2011. Mid -Continent Casualty Company Su . rety BY, (Jri d' Debbie Raper, Attorney -in -Fact Re -Con Company (a Texas Corporation) (CoutrectorName) By.--"'-k QMUW Naine) ('I� v-- (Si&WrO IU undersigned smvty omppy represents that it is dulyquallfied to do business ml Texas,and hereby designates..an agat resident In LubbockCounlyto whom :arty requisite notices niAy he deiivcrod and on whom saviodof'proses -maybe had in matters arising ".ofsuch .suretyship. N/A Surety By. N/A (litle), N/A Approved as to form: City Of B31r- . I _ r City. Attorney *-Note: Itsigned .by.an offiterof.dic.Surety 4Company them must be on-file,a-ce&W eKftct-fi*m_tho*by4sws sitowing tW this person has awhority to, sign such obligation. If siSW by an Alton —my -in Fact, we must Uve copy of power of attorney for our film. No Text No Text STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE _ (CONTRACTS MORE THAN $50,000) I -- KNOW ALL MEN BY THESE PRESENTS, (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 Three Hundred and Three Thousand Six Hundred and Twenty -Three Dollars ($1,303,623) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors; -,successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 27th day of January , 2011, to and said Principal under the law is required before commencing the work provided for in said contract to execute a bond t 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. ii 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 r day of 2011. _ Surety * By. (Title) (Contractor Name) By: (Printed Name) (Signature) T:.e 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 -' 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. PERFORMANCE BOND iw Page Intentionally Left Blank STATUTORY PREFORMACE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) _. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the 1", 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 Three Hundred and Three Thousand Six Hundred and Twenty -Three Dollars _ ($1,303,623) lawful money of the United States for the pay inent whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 27'h day of January. 2011, to 1 and said Principal under the law is required before commencing the work provided for in said contract to execute a bond 1 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. � L: IN WITNESS WHEREOF the said Principal (a and Surety (S have signed and she this instrument this day of 2011. � � \\ Surety (Contractor Name) BY: By: \� (Tie) (Printed Name) (Signature) \ The undersigned surety company represents t at it 5 d1 qualified to d business in Texas, and hereby designates an agent re6Jentin Lubbock County to whom any r requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. � [\ � Surety SS . (Title) . Approved mmform: . City of Lubbock 8S City Attorney � *mae If signed by an officer othe Surety Company there must b on file acertified extract from the by-laws sowin : that this person has authority bsign such otg{o1n. « signed ba Attorney inFctwemust have copy ofpower o attorney frog files. E2 � [\ L< c: � � � � CERTIFICATE OF INSURANCE Pate Intentionally Left Blank I CERTIFICATE OF LIABILITY INSURANCE OP ID LL .,.,,�rmm,.,, 0ECON-3 02 0£, PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION i ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE RICH & CARTMILL - OKC HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1608 NW Expressway, Suite 100 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. OKLAHOMA CITY OK 73118 Phone: 405-418-8600 Fax:405-418-8641 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURERA Bituminous Insurance Cos 20095 INSURER B: Phoenix Insurance Company 002518 Re —Con Company INSURER C: 12 NE 52nd St. INSURERD: Oklahoma City OK 73105 INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN5K LTR AULYN INSR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD POLICY EXPIRATION DATE MM/DD LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1 , 000 , 000 A X COMMERCIAL GENERAL LIABILITY CLP3273823 M-R 06/01/10 06/01/11 PREMISES Eaocourence $ 100,000 CLAIMS MADE FX] OCCUR MED EXP (Any one person) s5,000 PERSONAL &ADV INJURY $ 1 , 000 , 000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2 , 000 , 000 POLICY X I jEC LOC Emp Ben. 1,000,000 A AUTOMOBILE LIABILITY ANY AUTO CAP3538249 06/01/10 06/01/11 COMBINED SINGLE LIMIT (Ea accident) $ 1000000 r , X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS X BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ ANY AUTO $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $5,000 000 A X OCCUR X❑ CLAIMSMADE SBU662764607 06/01/10 06/01/11 AGGREGATE $ 5,000,000 $ DEDUCTIBLE $ RETENTION $10 000 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTNr5j OFFICERIMEMBER EXCLUDED? L—I (Mandatory in NH) WC3538250 M-R 06/01/10 06/01/11 X TWG LIMITS ER E.L. EACH ACCIDENT $ 1000000 E.L. DISEASE - EA EMPLOYE $ 1000000 Ds, describe under ECIALPROVISIONS below E.L. DISEASE -POLICY LIMIT $ 1000000 OTHER B Builders Risk QT660430OB457PHX10 06/01/10 06/01/11 Limit 5,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Project: Lake Alan Henry Water Supply Project 7.5MVA Substation Contract H1, RFP 11-013-MA, Contract #9680 City of Lubbock, Tx. In accordance with policy terms and conditions it is agreed that the City of Lubbock and Engineers Parkhill, Smith and Cooper, Inc. and SGS Engineering, LLC ********************SEE ATTACHED REMARKS************************** CERTIFICATE HOLDER CANCELLATION City of Lubbock, Tx Marta Alverez 1625 13th Street, Room 204 Lubbock TZ 79401 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATI DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHAL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. MTHOR13Fn RFPRFSfiNTATMF r ACORD 25 (2009101) ©1988-2009 ACORD CORPORATION. All rights The ACORD name and logo are registered marks of ACORD ILI Wel A ' 1 If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. -ORD 25 (2009101) Have been included as Additional Insureds as required by written contract. A Waiver of Subrogation applies in favor of the same entities as outlined above. No Text 1 CERTIFICATE- 0-F INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 - LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. I t . 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 (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND THE ENGINEERS (PARKHILL, SMITH AND COOPER, INC. AND SGS ENGINEERING, LLC) AS PRIMARY ADDITIONAL INSUREDS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, AND THE ADDITIONAL INSUREDS IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. TYPE OF INSURANCE POLICY NUMBER EFFXCTLVE 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) $ Meg+ 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 SRISK • 100% of the Total Contract Price $ ❑ INSTALLATION FLOATER $ 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 CON TRACTOR INSURANCE CHECKLIST 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_agneements; it Y(2) Provide a certificate of coverage showingworkers' compensation coverage to the governmental ent prior to beginning work on the project; (3) P rovide 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--ail--persons providing services on the project; and iU (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 i 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 Ell 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: I J PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND THE ENGINEERS (PARKHILL, SMITH AND COOPER, INC., AND SGS ENGINEERING, LLC) AS PRIMARY _ ADDITIONAL INSUREDS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, AND THE ADDITIONAL INSUREDS IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. r -1 CON TRACTORINSURANCE CHECKLIST 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 l 9-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: i PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND THE ENGINEERS (PARKHILL, SMITH AND COOPER, INC., AND SGS ENGINEERING, LLC) AS PRIMARY_, ADDITIONAL INSUREDS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, AND THE ADDITIONAL INSUREDS IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. F=--, t 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 (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage_ agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (IT), with the certificate of coverage to be provided to the person for whom they are providing services. Pap-e Intentionally Left Blank CONTRACT 1 Page Intentionally Left Blank m CONTRACT #9680 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 27 h day of January, 2011 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Re -Con Company of the City of Oklahoma City, County of Oklahoma and the State of Oklahoma hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: PROPOSAL No.11-013-AlA - Lake Alan Henry Water Supply Project, 7.5 MVA Substation — Contract Hl 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. Re -Con Company's proposal dated January 5.2011 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. f ' 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. L__ 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. CO RACTOR: By: PRINTED N TITLE: `G COMPLETE ADDRESS: Company RE-CON1 COP'PANay Address 12 N.E. 52nd Street City, State, Zip Uk100ma City, OK 731 ATTEST: e 25-8084 CITY OF LUBBOCK, TEXAS (OWNER): By: MAYOR ATTEST: City S retary zz= City Attorney GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left _Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Successful Offeror Re -Con Company who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative., so designated who will inspect constructions; or to such other - representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project ` Representatives will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated 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. GENERAL CONDITIONS OF--THEAiGREEMENT . l . OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or -corporation, to wit Successful Offeror who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or .representative is ..used -in -this contract, it shall be understood as referring to, City of Lubbock, or its representative., so designated who-:vill_inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers;- supervisors or Resident Project Representatives will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. -' 4. CONTRACT DOCUMENTS _B The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," -' "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the r Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the _ last business address known to the party who gives the notice. 8. 4 10. 11 12. 13. CONTRACTOR'S RESPONSIBILITIES 'r, Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. -- LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. Additional lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's- Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 2 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND 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 ffi?rnish 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 .1� 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 's to be done, or from the- action of the -elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any -man -or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish -same; -and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 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 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 t ' 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 1 1 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-insp-ected, 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-de-emed by the Owner or Owner's Representative as unsuitable or not in conformity with plans,. specificationsand/er--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 described in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or F 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 t would have been charged b - a reasonable and insurance costs; or (2) the amount that old be g y prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and -laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred -directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The -Owner's Representative may also specify in writing, before the work commences, the method of -doing the work and -the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extraf 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 �l 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. r , 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 1 _t understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative `- before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven (7) calendar days prior to the opening of 1_, .: 26 proposals. In the absence of a requested clarification for a conflict in the documents pS. being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical -hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, 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, agents -or -employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the -project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 27. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain -a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions -hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED _3 ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND ENGINEERS (PARKHILL, SMITH AND COOPER, INC, AND SGS ENGINEERING, ' L.L.C.) AS A PRIMARY ADDITIONAL INSURED AND -PROVIDE A WAIVER OF SUBROGATION IN _ FAVOR OF THE CITY OF LUBBOCK AND ADDITIONAL INSURED AS REQUIRED BELOW. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF 7 O� COVER AGE___LN$URAN.CE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETED OPERATIONS. A. Commercial General LiabilityInsurance Prima Additional Insured to include products and complete (Primary ( P P operation) and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $2,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal _injury & Advertising Injury Heavy Equipment and Endorsement B. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The-Gontractor shall have Comprehensive Automobile Liability Insurance with limits of not -less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and -non -owned -cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. C. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. D. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) _. The Contractor shall have Umbrella Liability Insurance in the amount of $3,000000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverage's. E. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. 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, T--W-CC43, or TWCC-84), showing statutory workers' compensation insurance coverage for the erson's or entity's employees rovidin services on a project, for the duration of the project. P tYproviding P j P J 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. JU 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 L 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- - 8 operators,_employ_ees--ofany 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. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governments-Yentity:- (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. 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' Comp-ensation Commission,-- informing all persons providing services -on .the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor —shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.01 ](44) for all of its employees providing services on the project, for the duration of the project; g (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; 9 (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 fled 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. U. 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. F. 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 . If of compliance with the above insurance requirements, signed by an authorized representative of the _ insurance company setting forth: `J ."g (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such -certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. J 10 _J T, _' (5) A.provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof)-containedin the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing -services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage !o the governmental entity prior to beginning work on the project; (c) provide the governmental -entity, prior to the end of the coverage period, a nevv certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide -to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor- knew or should- have known, of any change- that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 11 REQUIRED WORKERS'COMPENSA TION CO VERA GE "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. " f "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www tdi.state.txus) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to a 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: Ei (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 Ll 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 -cover -age --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 1 (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; Ja (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 12 1_� 1—: i (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 discriminep against a qualified individual with a disability because-of-the-d-isability-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 j 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. -f 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 E--j notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as 13 33. provided in the contract for changes in the work. .In_the_absence- of timely written notification to Owner's Representative of such variance or variances within said --time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 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 reliewA— he 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 Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $4,000 (Four Thousand Dollars) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and --the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or —impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 14 l 35. TIME AND ORDER OF COMPLETION -, It is the meaning and intent of this contract, unless otherwise -herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided-,--bowever, that the order and time of prosecution shall be such that the work shall be substantially completed -as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the Contract; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor - shall submit, at such times as - may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. t__. 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 workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the -work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. 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 15 39 40 41. 42. agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that -the over run or under run of estimated quantities not exceed 15% of the estimated quantity. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and -all claims for such damage on- account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form? the -indemnity provided by -Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless--the-Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by --reason- of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. 16 �___, Payment for materials on hand and delivered to the project site will be limited to 100 percent of the material invoice price less the 5% standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the -work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final_ completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's - Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents; whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but -not -to -exceed 30 days -(or -as mutually agreed by both parties) after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of two (2) years from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: 17 t.. s (a) Defective worknot.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 I 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 off -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 j 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 men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall =� 18 � 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 around 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 comp-leted, the Contractor -and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative --as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this- condition. After mailing, or other giving of such notice, such property shall be held at the risk- of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to -the -credit of the Contractor -and -his- Surety, if applicable. Such sale maybe made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 19 49. 50. 51. 52 53. 54 55. 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 connectiomwith-the project which is the subject matter of this contract. 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 22.53, 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 shah not be in effect until such bonds are so furnished. SPECIAL CONDITIONS In the -event -special conditions -are contained herein as -part of the contract documents and said special conditions conflict with any of the general conditions contained- in this contract, then in such event the special conditions shall control. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 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 respset_to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 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 20 Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other proPerty_ofthe City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a i 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 requ::sd for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposurt: of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons- or -other petroleum products or byproducts and/or asbestos. 56. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 21 Paae Intentionally Left Blank DAVIS-BACON WAGE DETERMINATIONS No Text GENERAL DECISION: TX20100028 03/12/2010 TX28 ' Date: March 12, 2010 General Decision Number: TX20100028 03/12/2010 Superseded General Decision Number: TX20080028 �- State: Texas Construction Types: Heavy and Highway [Counties: Ector, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. -- HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not include building structures in rest area projects). Modification Number Publication Date 0 03/12/2010 * SUTX2004-001 11/09/2004 Rates Fringes Asphalt Distributor Operator ... $ 9.25 0.00 Asphalt Heater Operator ........ $ 11.21 0.00 Asphalt paving machine operator$ 11.16 0.00 Asphalt Raker ..................$ 9.51 0.00 Broom or Sweeper Operator ...... $ 8.57 0.00 Bulldozer operator ...........$ 9.76 0.00 Carpenter ......................$ 12.61 0.00 Concrete Finisher, Paving ...... $ 13.26 0.00 Concrete Finisher, Structures..$ 11.20 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator .......................$ 11.00 0.00 Electrician .................... $ 17.00 0.00 Form Builder/Setter, Structures$ 9.26 0.00 Form Setter, Paving & Curb ..... $ 9.82 0.00 Front End Loader Operator ...... $ 10.52 0.00 Laborer, common ................$ 8.51 0.00 Laborer, Utility ...............$ 10.46 0.00 Mechanic .......................$ 16.85 0.00 Motor Grader Operator Rough .... $ 11.75 0.00 Motor Grader Operator, Fine Grade ..........................$ 13.50 0.00 Planer Operator ................$ 13.36 0.00 Roller Operator, Pneumatic, Self -Propelled .................$ 7.67 0.00 Roller Operator, Steel Wheel, Flat Wheel/Tamping.............$ 8.06 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement .............$ 7.50 0.00 Scraper Operator ...............$ 8.50 0.00 Servicer .......................$ 8.98 0.00 Slip Form Machine Operator ..... $ 13.64 0.00 Tractor operator, Pneumatic .... $ 12.00 0.00 Traveling Mixer Operator ....... $ 12.00 0.00 Truck driver, lowboy -Float ..... $ 12.67 0.00 Truck driver, Single Axle, Heavy ..........................$ 8.50 0.00 Truck driver, Single Axle, Light ......................... $ 8.08 0.00 Truck Driver, Tandem Axle, Semi -Trailer ...................$ 8.66 0.00 Welder .........................$ 15.25 0.00 Work Zone Barricade Servicer... ---------------------------------------------------------------- $ 8.28 0.00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can bc: * 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) rul-ing On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request t4 review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Page Intentionally Left Blank City -of L- ubbock Lubbock, Texas Supplemental Specifications for CONSTRIUCTION of Lake Alan Henry Substation Contract R1 RFP 11-013-MA �e r , INDEX 1. SUPPLEMENTAL SPECIFICATIONS SUMMARY GROUP "A" - STRUCTURES, BUS, STATIC MAST GROUP `B" - THREE PHASE AIR BREAK SWITCHES GROUP "C" - LIGHTNING ARRESTERS GROUP "D" - SINGLE POLE DISCONNECT SWITCHES GROUP "G" - METER, RELAYS, INSTRUMENT TRANSFORMERS GROUP "H" - TRANSFORMERS GROUP "K" - CONDUIT, CABLE, DUCT GROUP "L" - FOUNDATIONS, OIL CONTAINMENT GROUP "M" - SITE PREPARATION GROUP "N" - SECURITY FENCE GROUP "O" - GROUNDING GROUP "P" - CONTROL BUILDING GROUP "Q" - ELECTRICAL ASSEMBLY GROUP "R" - BATTERY SYSTEM GROUP "S" - CIRCUIT SWITCHER 2. MISCELLANEOUS DRAWINGS 3. OWNER FURNISHED MATERIAL 4. CABLE SCHEDULES SUPPLEMENTAL C-ONSTR-U-CTION SPECIFICATIONS FOR LAKE ALAN HENRY SUBSTATION GENERAL These specifications describe the construction requirements for Lake Alan Henry Substation. The Owner furnished materials are shown in separate tables "LIST OF OWNER'S MATERIALS". SUMMARY OF CONTRACTOR'S WORK 1. Purchase and furnish all materials necessary for the completion of station construction except for "Owner Furnished Materials" and material listed hereunder as "by Others". 2. Accept delivery of -and/or haul to the site -the "Owner Furnished Materials". 3. The principal components of the work -to be performed under these specifications are: a) Erection of all structures and buswork as detailed in the drawings. b) Assembly, installation and adjustment of all substation equipment. c) Furnish and install all concrete and rebar required for the substation. d) Prepare substation site and substation pad for construction activities. e) Furnish and install security fence. f) Install all substation grounding including the security fence grounding. g) Finnnish and install all conduit. h) Furnish -and install control building with associated equipment. i) Furnish and install control wiring as described in the cable schedule. D Furnish and install AC/DC circuits as described in the cable schedule. k) Furnish and install a 48 volt DC battery system. 1) Furnish and install crushed rock (final yard surfacing). 4. The Contractor shall release to the Owner a complete station ready for energizing. 1 1. 2. 3. MISCELLANEOUS General a) These specifications describe the types, sizes and characteristics of the various apparatus and materials required. Only the major items are described herein, but it is the intent of these specifications to cover the complete installation. b) All work shall be performed and completed in a thorough and workmanlike manner and shall follow the best modern recognized practices, notwithstanding any omissions from these specifications. All parts shall be made accurately to the standard gauge where possible, to facilitate replacement and repair. Unless otherwise specified, all materials -that will become a part of the completed work shall be new and shall conform to the specifications. Materials that are not covered by detailed specifications shall be of standard commercial quality. c) IMPORTANT NOTE: The Owner Furnished Material is in the bidding process and therefore drawings, material lists, etc. are not available from the actual material suppliers. These will be made available to the contractor as "For Construction? -when they are available. The drawings for bidding, included herein, show the station layout and general arrangement. Material to be Furnished by the Owner a) The Owner will furnish the materials shown in the Owner Furnished Material List. All materials to 1 be furnished by the Owner will be available to the Contractor at the substation site. The Contractor shall accept, unload, and handle all of the materials as delivered to the station site. The Contractor shall provide indoor weatherproof storage space for all electrical equipment and materials as deemed necessary by the Owner. Such storage facility is to be approved by the Owner. ri b) The Contractor must itemize all material and equipment when such is accepted from the Owner. Any existing damage or missing equipment must be noted at the time of acceptance. Material accepted by the Contractor is assumed to be in perfect condition and in sufficient quantity. The - Contractor shall be charged, and shall be responsible, for the cost and delivery of the replacement of any Owner Furnished Materials lost or damaged after acceptance from the Owner. c) The Contractor is to work through the Engineer on all problems with "Owner Furnished Materials". Any corrections or changes made in such material without approval from the Engineer 1 will be at the Contractor's expense. d) The Contractor should proceed with his work on the sta±ion such that errors on the part of the station supplier do not hinder the progress of construction. The Engineer is fully aware that such errors can be time consuming for the Contractor to work around, but the Contractor should be aware that no additional compensation could be given the Contractor because there are errors and t j problems with the station structure. The Contractor will be compensated for any actual remedial work to correct errors in the structure provided prior approval of the corrections is received through the Engineer. r1 e) The Contractor should contact the Engineer regarding problems with material supplied by the Substation Packager. Drawings r The following drawings will be furnished for the Contractor to implement erection of the station: Fa) Fence Layout and Site Prep drawings to include dimensions showing extent of new substation pad. E b) Foundation drawings to include dimensions, locations, anchor bolt spacing, and reinforcing material size and spacing for all foundations. c) Complete station structure detail and arrangement drawings and layout drawings that include the following: i) Plan view of the station with elevation views showing dimensions and distances to be used for constructing the station and for location of equipment to be installed. ii) Grounding plan, including -fence and gate grounding, equipment grounding, structure grounding, location of ground rods and the underground grid system for the station. iii) Foundation details. iv) Complete installation drawings that show equipment, conduit runs, etc. v) Building configuration and equipment location within the building. 4. Energized and De -energized Construction The substation is a new facility and will be de -energized during all phases of its construction. 5. Camp Sites The Contractor will be permitted to use, for construction camp purposes, any land available near the work that is the property of the Owner; provided, that such use shall not interfere with any part of the work of other Contractors or of the Owner in the vicinity. if private land is used by the Contractor for camp or other construction purposes, the Contractor shall make all necessary arrangements with the landowner and shall pay all rental or other costs. Any land used for this purpose shall be thoroughly cleaned after use. 6. Electric Power for Construction Purposes Electric power for construction purposes may be obtained by the Contractor at no cost to the Owner. 7. Trash Disposal All trash accumulated by the Contractor, because of construction, shall be disposed of in a manner suitable to the Owner. 8. Acceptance After work has been completed, the station will be tested and operated, at the expense of the Owner, to determine whether the requirements of these specifications have been fulfilled. Final payment under the �. contract will not be made until these tests are completed and the Owner is entirely satisfied with the construction and operation of all equipment, as related to the Contractor's work. CONSTRUCTION -GROUPS GROUP A - STRUCTURES 1. Structure Erection a) All structure material shall be hauled to the site by the Contractor. b) Anchor bolts for all equipment, structures, and miscellaneous stands, shall be furnished by the Owner. 0 All parts of the structures shall -be assembled and erected as shown on the approved erection drawings. All base plates shall be set accurately to the grade and alignment designated on the drawings. For installing the free-standing base plate -mounted static mast, rake each pole in a direction away from the tension imposed by attached shield wires to make the structure vertical under normal conditions. The Engineer will provide criteria for normal conditions. d) All galvanized steel shall be handled with care to avoid bending or damage to the galvanizing. The repair or replacement of steel with damaged galvanizing will be at the expense of the Contractor unless the damage was clearly identified and documented when the material was received by the Contractor. The method of repair to the structural members or the galvanizing will be approved by the Engineer. e) The Contractor shall bear sole responsibility for the judicious selection and placement of bolt sizes, types and lengths in the assembly and erection of.the station. Any shortages in bolt types and/or lengths that may develop as the result of incorrect selection of such items, by the Contractor, will be replaced by the Contractor at the Contractor's expense. All bolts shall be drawn up tight, but not to such a degree as to endanger the strength of the bolt. The use of wrenches, which may deform the nut, or cut or flake the galvanizing, will not be permitted. All bolts shall be installed with washers and concave (type "W") lock -nuts or lock -washers. f) A reasonable amount of drifting will be allowed in assembling the steel structures, but reaming for correction of mismatched holes will only be permitted as approved by the Engineer. g) No flame cutting of -the structures shall be permitted without written approval of the Engineer. h) All errors in erection of structures shall be corrected by the Contractor at no additional cost to the Owner. i) All new structure material is to be shipped unassembled unless specifically noted otherwise on the drawings. 2. Substation Bus a) The Contractor shall install all conductor pipe bus, cable bus, cable connectors, station insulators and hardware for buses and other conductor as shown on the drawings. b) A certified welder shall perform all welding of the aluminum tubing and connectors (if applicable). All welds shall be ground smooth and brushed. 4 c) Buses that are used -in tension shall be -free from joints or splices. All bus conductors shall be clamped firmly -and -locked securely. Particular care shall be -taken at all times to insure that no conductor becomes damaged or abraded in any manner. If the conductors are damaged, the f Contractor shall replace the damaged sections in a manner satisfactory to the Engineer and at no additional cost to the Owner. All sections of the conductors damaged by the application of gripping attachments shall be repaired or replaced before the conductors are installed. d) The aluminum alloy tubing and associated connections will be installed per manufacturer's recommendations with fittings as shown on the drawings. Any tubing runs requiring bends shall be pre -formed -prior to erection, to prevent damage to equipment terminals. All tubing bends shall have standard radii, and shall be free from kinks, indentations or flat surfaces. Any tubing, which in the opinion of the Engineer becomes damaged and unsuitable for use in construction, will be replaced by the Contractor at the Contractor's expense. If tubing quantities are determined to be insufficient due to Contractor's workmanship, waste or choice of lengths to be cut for construction purposes, the Contractor will furnish such additional lengths of tubing required to complete the construction, at the Contractor's expense. Conductor functioning as a vibration damper shall be installed in the pipe buses as shown on the drawings. e) All compression connections shall be made in accordance with manufacturer's recommendations. Special care shall be exercised to prevent the conductor from "birdcaging" when compression connections are made. f) All bolted connections shall be made with two stainless steel flat washers and two stainless steel Belleville washers for each stainless steel hex head bolt and stainless steel hex nut. All bolted connections shall be tightened to the manufacturer's recommendations. All bolted copper -to - aluminum connections shall be installed with bi-metallic plates. At the completion of the station. the Contractor shall inspect all bolted connections to detect any that might have loosened since installation. The Contractor shall then retighten all connections to specification before the station is energized. g) The Contractor will assemble and install all station type insulator assemblies, as shown in the drawings, as necessary for the installation of the buses and tubing. h) Oxide inhibitor shall be used in all connections. Excess oxide inhibitor shall be cleaned from all buswork. Contractor shall ensure that only "non -gritted" oxide inhibitor is utilized in pad -to -pad connections. Any additional oxide inhibitor that may be needed for inside of barrels on compression terminal connectors shall be "gritted" type. 3. Installation of Adjoining Transmission and Distribution Lines, Static Wires a) Others shall string and terminate the 69 kV transmission on the new substation dead-end with materials furnished by Others. The contractor shall install jumpers from transmission line to switches and arresters on the high -side structure. b) Others (the Line Contractor) shall install the overhead 3/8" HSS static wires (OHGW) between the static pole inside the substation and the last transmission structure outside the station as shown on the drawings. The Contractor (Substation) shall assist the Line Contractor with the installation. c) The Contractor shall have the low side distribution structure completely fitted out for installation of underground cables to the pump station. The underground cables between the substation and the pump station will be furnished and installed by others. The Contractor shall have the conduits i in place between the distribution structure and the two manholes. The manholes will be provided by others. The Contractor shall install the 4 hole termination pads for connection to the pump '� ! station cables. GROUP B - THREE-PHASE GROUP OPERATED AIR BREAK SWITCHES 1. General a) The Contractor will haul to the site, set and install -all group operated air break switches (total five (5). The Contractor shall install the equipment per manufacturer's recommendations. All items removed for shipment shall be installed by the Contractor. The Contractor shall install full load break interrupters on the 12 kV switches. All connections to the equipment will -be made by the Contractor. b) The Contractor shall exercise extreme care in handling this equipment. The Contractor shall inspect the equipment before accepting to ensure equipment- is -in proper working order and has not been damaged before receipt. c) The Contractor shall assist Owner by adjusting each switch for smooth and complete operation from the fully open to -the fully closed position. d) The Contractor shall install all buswork connections to the air break switches as required in Group A. This includes bus connections to the air break switch terminal pads. e) The Contractor shall install all grounding to the air break switches as required in Group O. This includes grounding of switch operator platform and vertical operating pipe per Miscellaneous Drawing titled "Typical Switch Grounding". GROUP C - LIGHTNING ARRESTERS 1. General a) The Contractor will haul to the site, set and install all lightning arresters. The Contractor shall install the equipment per manufacturer's recommendations. All items removed for shipment shall be installed by the Contractor. All connections to the equipment will be made by the Contractor. b) The Contractor shall exercise extreme care in handling this equipment. The Contractor shall inspect the equipment before accepting to ensure equipment is in proper working order and has not been damaged before receipt. c) Station class arresters are to be mounted on the high side dead-end structure, on the power transformer (high side and low side), and on the distribution feeder bay underground riser structures (I location). d) The Contractor shall install all buswork connections to the lightning arresters as required in Group A. This includes bus connections to the lightning arrester terminal pads. e) The Contractor shall install all grounding to the lightning arresters as required in Group O (and as shown on the drawings L5 & Misc. Drawing "Lightning Arrester"). GROUP D - SINGLE POLE DISCONNECT SWITCHES General 6 i a a) The Contractor will haul to the site and further assemble if necessary and install all single pole disconnect switches. This includes riser disconnect switches (3), and -fused disconnectswitches used for station service transformers, and PT's (4 total). The Contractor shall install the equipment per manufacturer's recommendations. All items removed for shipment shall be installed by the Contractor. All connections to the equipment will be made by the Contractor. b) The Contractor shall exercise extreme care in handling this equipment. The -Contractor shall inspect the equipment before accepting to ensure equipment is in proper working order and has not been damaged before receipt. c) The Contractor shall make all adjustments to assure proper operation per the manufacturer's recommendations. d) The Contractor shall install all buswork connections to the single pole disconnect switches as required in Group A. This -includes bus connections to the single pole disconnect -switch terminal pads. GROUP G - METERS, RELAYS and INSTRUMENT TRANSFORMERS 1. General a) The Contractor shall install all instrument transformers as shown, on the drawings. This includes one set of three 2.4 kV potential transformers. b) Meters and relays are incorporated into panels, which are to be installed in the control building as shown in the drawings. 2. Meter/Relay Panels a) The Contractor shall receive and install the meter/relay panels in the building as shown in the drawings (quantity of two panels). The Contractor shall provide storage out of the weather if required between delivery and installation of the panels. b) The Contractor will be responsible for pulling and terminating -all cables to the meter/relay panels as described in Group K — Conduit and Cable. All panels are to be grounded. The station ground grid is to be extended into the building. All equipment in the building is to be grounded with this extension. c) Panels are free-standing. 3. Instrument Transformers a) The Contractor shall be responsible for installing the instrument transformers as shown on the drawings (Misc. Drawing "PT Fuse Box"). All buswork and grounding connections shall be performed herein. Conduits for all instrument transformers shall be installed by the Contractor. b) The Contractor shall install the instrument transformers per manufacturer's recommendations. The Contractor shall exercise extreme care in handling these devices. All items removed for shipment shall be installed by the Contractor. The Contractor shall inspect the equipment before accepting to ensure equipment is in proper working order. c) The- Contractor shall install all conduit and cable required for the termination of the secondary of each set of the instrument transformers to a junction box furnished herein and to the terminal space in the control house. GROUP H - TRANSFORMERS 1. Power Transformers 2. a) The Contractor will have responsibility, as further detailed below, relative to two (2) power transformers, each rated 67 kV:4.16/2.4 kV (with LTC), 7.5/9.375/10.5 MVA. b) The Contractor will unloau' at the Lake Alan Henry Substation site (from the manufacturer's shipping trailer) and set on concrete pads two (2) power transformers. The Contractor will install all items removed for shipment (including but not limited to radiators, fans, bushings, etc.) under the supervision of the manufacturer's representative. i) The Contractor shall exercise extreme care in handling this equipment. The Contractor shall inspect the equipment before accepting to ensure equipment is in proper working order and has not been damaged before receiving ownership responsibility for this equipment. - c) Shipping weight of each power transformer is approximately 85,000 pounds. d) Power transformers are shipped without bushings already installed (three high voltage bushings, three low voltage bushings, and one neutral bushing per each power transformer). These bushings will be installed by the Contractor after the power transformers are set on concrete pads at site. rill e) The Contractor shall install the arresters on the power transformers (three high voltage arresters and three low voltage arresters per each power transformer). 0 Any and all other items remaining for assembly/dress-out of power transformers will be installed by the Contractor. r]l g) The Contractor shall install all buswork connections to the power transformer as required in Group A (and as shown on the drawings EI &E2). This includes bus connections to the bushings and to the arresters. h) The Contractor shall provide and install all conduit and cable to the power transformers as required 1 in Group K (and as shown on the drawings). The Contractor shall pull and terminate control conductors to the terminal blocks inside the power transformer control cabinets (in accordance with the Cable Schedule). g� i) The Contractor shall install all grounding to the power transformer as required in Group O (and as shown on the drawings). This includes grounding of arresters and neutral bushing(s) per Miscellaneous Drawing titled "Transformer Lightning Arrester Grounding". Station Service Transformer a) The station service transformers shall be installed by the Contractor as shown on the drawings, including the electrical and ground connections. 8 b) The station service -transformers shall provide all AC power to the building and AC panel(s). The Contractor shall wire the secondary of the transformer to a fused disconnect switch and then to the AC panel board in the control building as described in the cable schedule. The Contractor pulls and terminates the conductors. GROUP K - CONDUIT AND CABLE 1. Conduit a) The Contractor is to provide a complete conduit system to accommodate the cables as listed in the cable schedule, the 4 kV duct bank system to the pump station manholes, and a 3" conduit for fiber as shown -on -the -drawings. b) The Contractor shall furnish and install all buried, embedded and exposed electrical conduit, conduit fittings, duct spacers (every 8 feet), and electrical enclosures shown on the drawings. The bid unit shall include all labor and materials required for installing the conduit -and all related materials. c) When not specified on the drawings, the Contractor shall select conduit lengths, diameters and quantities to provide no more than 40% loading inside. The Engineer shall approve proposed conduit sizes. The cable schedule can be used to determine the number and size of cables required to each equipment location. d) All conduit systems shall be watertight. e) All aboveground conduit for control cables shall be rigid metal conduit. All conduit fittings shall conform to federal specifications. Weather -resistant coated flex conduit will not be permitted for above ground bends except where approved by the Engineer. f) All underground cable shall be installed in Schedule No. 40 PVC conduit in accordance with NEMA Publication Nos. TC2 and TC3, latest revision. All angles are to be pre -formed using long radius bends. Plastic conduit shall have solvent -welded joints. g) The 4 kV underground conduits shall be installed as shown on the drawings. From top to bottom in the substation yard, there will be a "4 inch thick crushed rock layer", and then- a "6 inch thick road base material pad" underneath that, and finally "soil' below that. The conduits shall be placed at a depth of 30 inches into the "soil" (that is, 30 inches below the interface between "pad" and "soil"). The sweep transition between the underground PVC conduit and -the metallic conduit riser shall be metallic. h) The control cable conduits shall be installed as described. From top to bottom in the substation yard, there will be a "4 inch thick crushed rock layer", and then a "6 inch thick pad" underneath that, and finally "soil' below that. The conduits shall be placed at a depth of 24 inches into the "soil" (that is, 24 inches below the interface between "pad" and "soil'). The transition between the underground conduit and the metallic conduit used above ground is to be 6" above pad. Any PVC stubs remaining exposed above ground shall be taped to prevent deformation due to exposure to sunlight. The protective tape shall be 3M11 Scotchrapil Corrosion Protection 51 (no equals). 2. i) All aboveground conduit shall be rigid metal conduit. All conduit fittings shall conform to federal specifications. The above ground conduit system -is -to include all required enclosures, which shall be NEMA Type 4X (Type 3R is not acceptable) for outdoor applications and NEMA Type 12 for indoor applications. The required enclosures shall be manufactured by Hoffinan, no equals. All switches and outlets are to be weatherproof with -suitable covers as required. j) The ends of the conduit shall be sealed, after -cable installation, to prevent entrance of foreign material and water. The method used for sealing the conduits shall be approved by the Engineer. All conduit bent in the field shall have long radius bends and shall be free from kinks, indentations, or flattened surfaces. Rigid conduit bent in the field shall be bent cold to prevent damage to the protective coating. Burrs and sharp comers at the end of each piece of conduit shall be removed with a taper -reamer. k) Conduit shall be securely affixed to structures to -eliminate a]1 possible motion of the conduit. 1) The control and low voltage cable will be run through underground conduit to all devices in each substation yard. Cables on structures shall also be run through conduit where possible. Refer to the cable schedule for Iocation of cables. The Coniactor shall install all of the cables shown on the cable schedule and properly -terminate each conductor. Low Voltage Cable (600 volts and below) a) All conductors shall be pulled by the Contractor as directed by the cable schedule, with adequate excess wire to ensure ease of cable termination to any position in the cabinet. Each conductor and/or wire pulled to the control building shall be marked on both ends with permanent tape or other permanent marking device. Each piece of tape or other marking device should indicate the corresponding cable number in the cable schedule to aid in possible trouble shooting in the future. Each individual wire in a multi -conductor cable shall be marked on both ends as previously described with the cable number and opposite end designation. All questions concerning the cable schedule shall be brought directly to the attention of the Engineer. b) The Contractor shall furnish and install all 600 Volt insulated electrical wire or cable for the station as required (including pulling and terminating the control cables). Cable shall be sized according to the cable schedule. The electrical cables shall have the following characteristics, but shall be subject to the approval of the Engineer: i) Large Power Cables a) Stranding - No. 8 AWG and larger power cables shall be class "C" concentric stranded. No. 2 AWG may be 7-strand. b) Insulation shall be suitable for wet or dry locations and shall be similar to type RHW. ii) All control cable shall be Type TC Control Cable, 600 Volt, copper conductors, FR-XLP Insulated Singles Type XHHW-2 rated VW-1, overall PVC jacket, heat, moisture and sunlight resistant and shall meet the following standards, no equals. a) ASTM - (All applicable standards) b) UL 1277 - Electrical Power and Control Tray Cables c) UL 1581 - Electrical Wires, Cables and Flexible Cords 10 d) ICEA S-58-679 - Control Cable Conductor Identification. (Method 1, Table 2 - colored compounds with tracer colors - excluding white -and -green). e) UL 1685 - UL Flame Exposure Test (70,000 Btu/hr). f) ICEA T-29-520 - Vertical Cable Tray Flame Test (210,000 Btu/hr). g) IEEE 1202 - Flame Testing of Cables for Use in Cable Tray in Industrial and Commercial Occupancies (70,000 Btu/hr). h) ICEA S-95-658 (NEMA WC 70) - Nonshielded 0 - 2 kV Cables, with testing frequencies based -on UL requirements. Table 2-Color Sequence without White or Green Conductor Number Background or Base Color Tracer Color 1 Black 2 Red 3 Blue 4 Orange 5 Yellow 6 Bromm 7 Red Black 8 Blue Black 9 Orange Black ] 0 Yellow Black 11 Brown Black 12 Black Red iii) Length - The Contractor is to determine the length of cable. c) Cable Installation i) Installation is possible to a minimum of -10°F. ii) The Contractor shall pull all -conductor listed in the cable schedule. Except as noted otherwise in the cable schedule, the Contractor shall terminate all conductors in all equipment (i.e., relay/meter cabinets, potential transformers, breakers, station service, etc., as well as to the AC and DC panelboards). iii) All cables shall be terminated with uninsulated ring -tongue terminals. The ring -tongue terminals shall be Burndy YAVl0 type for #10 wire and YAV14 type for #14 wire, no equals. iv) The ring tongue terminals shall be installed with ratchet style crimping tool that ensures the same mechanical pressure is applied to each installation. The crimping tool shall be similar to Burndy type Y8MRB-1 . 11 v) Additional length shall be left at the ends of wire to make connections convenient to any terminals of each equipment panel. The conductor shall be installed so that there will be no cuts or abrasions in the insulation or protective coverings, or kinks in the t conductor. Splices in the power conductors may be allowed when approved by the Engineer. No splices will be permitted in potential, current, or control cables. Excessive - stresses on cable or wire will not be permitted. - vi) Any cable or wire damaged during installation shall be removed and replaced with equivalent cable or wire at the expense of the Contractor. vii) All -vertical cable and conduit runs shall be securely fastened to the structure. All cables shall be neatly arranged within the overhead cable tray inside the control building. 3. Cable Trench a) The Contractor shall furnish a pre -cast cable trench system as shown in the drawings provided by the Engineer and as detailed herein (Cable & Conduit Layout drawing from Engineer indicates location and layout of the pre -cast trench). The trench system shall .ba manufactured -by TRENWA PRODUCTS, INC., Ft. Thomas, KY, or approved equal. Prior to factory fabrication of the trench pieces, the Contractor is asked to submit detailed Cable Trench Layout "vendor" drawings to the Engineer for review. b) For purposes of this specification, in order to maintain clarity, the Jointly used words "earthen trench" when cited herein will refer to the open excavation in the ground where the concrete trejich pieces will subsequently be placed (as opposed to the singly used word "trench" referring to the factory fabricated concrete trench pieces subsequently assembled in place in the ground). c) The trench system shall consist of one 5 foot long section of open -bottom double -depth "component" type trench butting up against the Control Building. d) Pre -cast trench covers shall be furnished in sections and of lightweight construction, sized to permit removal by a single person, and each shall have slots for lifting tools. Covers shall be made of a material such as Fiber Crete, to minimize spalling, breaking of corners, and strain cracks. Tte system shall be designed to support at least 200 pounds per square foot live load. e) Pre -cast concrete members shall consist of minimum 3000-pound high early strength concrete, aiid shall be cured for at least fourteen (14) days. f) The Contractor shall furnish all necessary fittings, offsets, or other required equipment and -- material as required to complete the installation of the trench. All necessary tools to remove covers/lids shall be supplied by the Contractor, for turnover to the Owner at the end of the job. g) Trench Installation i) The Contractor will be required to excavate an "earthen trench" for the cable trench. TI e bottom of the "earthen trench" must be mechanically compacted with fine earth backfill to form a smooth bottom. Whether at location of double -depth "component" type trench o- at location of single -depth "one-piece" type trench, the depth of the "earthen trench" must ' be such that the top of the installed cable trench (top of lid) will be two inches above fin 31 ' grade (that is, two inches above 4 inch deep layer of crushed rock finished yard -t surfacing). ; 12 .l 1 j ii) For the one 5 foot long section of "component" type trench butting up against the Control House, an 18 inch thick layer of Rea gravel shall be installed in the compacted "earthen trench", and that pea gravel shall be compacted. The framing members of the trench shall then be set on this compacted gravel layer. After sidewalls are set and held in place by the pressure of external earth backfill, then a 4 inch deep layer of sand shall be placed inside the trench (sufficient to fill in the 3" deep open bottom of the trench while also providing 1" cover over the framing members). iii) The Contractor must take care to cover the trench to prevent foreign material from collecting or falling into the trench during construction. All debris and other foreign material should -be cleaned out of trench prior to placing the lids. iv) All conduits exiting the bottom of the cable trench shall be permanently marked to identify their destination. Marking method will be approved by the Engineer. v) All cables shall be neatly laid in the trench. The Contractor shall leave excess cable at all corners to avoid pulling conductors tightly against the edges of the trench. vi) The Contractor shall install a #4/0 copper ground wire inside the cable trench (for the full length of the cable trench). The Contractor shall provide and use grounding cable support clips to hold the ground wire in place near the top of the trench. See Group "O". 4. Cable Tray Riser a) One aluminum cable tray riser shall be furnished by the Contractor as detailed in the drawings (Cable Tray Riser Detail). The riser shall be 30" wide by 10" deep by 120" long. It shall be of the rung ladder type with front and rear covers. Gaskets shall be provided for both covers. b) The control building shall have a wall opening framed out 24" wide by 12" tall for the riser entrance. The opening in the riser itself must match these dimensions. The opening shall have no sharp edges to damage the conductor jacketing. The top of the opening for the cables should be located no more than b" from the top of the riser assembly. c) All necessary equipment not shown on the drawings, but required for complete riser assembly, shall be famished herein. 5. Overhead Cable Tray a) The Contractor shall furnish one complete overhead cable tray as shown in the drawings to be installed in the control building. b) An aluminum alloy, ladder type cable tray shall be installed in the locations shown in the drawings. The cable tray shall be l 8" wide and have a 12" rung spacing, with at least 3" loading depth. The rungs shall have smooth, rounded edges with no holes or slots to keep from damaging cable insulation. Ladder rungs shall be welded into position. c) The cable tray shall be suspended from the ceiling by means of a standard supporting method, approved by cable tray manufacturers. The method of attachment shall allow the cable tray to be leveled and shall allow future expansion of the tray if required. d) Relay/meter panels will be furnished by the Owner and installed by the Contractor. Cable tray must be such that it can be bolted to the top of the relay/meter panel. e) The Contractor must approve the cable tray manufacturer with the Engineer. 13 GROUP L - FOUNDATIONS 1. General a) The Contractor shall provide hereunder all concrete required for complete construction of -the station, including all excavation, form work and rebar. The Contractor is responsible for installation of all foundations in the station. The two Power Transformer foundations with the associated oil containment- enclosure shall be formed and poured first. All structural foundations will be poured before any structural steel will be set. All concrete work shall follow specification ACI 318. b) The contractor is bidding "typical" designed units for the foundation bid When the foundation designs -are completed, the original foundation bid will be adjusted using the "Concrete Work Adjustment Factor" as listed in the bidform. c) The Contractor shall provide a grating system over the oil containment enclos»re (see drawing for additional -information) to -provide access to the power transformer controls. The grating system must support 1000 pounds of weight. 2. Concrete type a) Cement shall be type I or II (general purpose) of a standard brand of Portland cement, which shall. conform to the appropriate ASTM standard. b) Aggregates shall conform to Specifications for Concrete Aggregates (ASTM C33 latest revision), or Concrete Materials and Methods of Concrete Construction (CSA A23.1 latest revision). Aggregates failing to meet these requirements but producing concrete of the required quality as shown by special test or actual service may be used where authorized by the Engineer. No Calciuni Chloride is to be used. c) The maximum size of aggregate shall be no larger than l .5" for piers, and 1" for other foundation:. d) The concrete shall be of a quality to produce a minimum strength of 4000 psi in 28 days. Notify the -Engineer if the concrete does not produce a minimum strength of 3000 psi in 7 days. e) Water used in mixing concrete shall be potable. f j Air -entraining admixtures shall conform to Specifications for Air -Entraining Admixtures for Concrete (ASTM C260 latest revision). Other admixtures, if used, shall conform to appropriate ASTM standards. g) Storage of cement and aggregates shall be such as to prevent deterioration or intrusion of foreign matter. Liquid admixtures shall be protected from freezing and from settling out of solution. No deteriorated or damaged material shall be used for concrete. h) No frozen materials or materials containing snow or ice shall be used. i) Prior to the pouring of any concrete, a batch design from which an actual batch sample has been tested for compressive strength is to be provided to the Engineer for approval. 14 j) A minimum of three (3) test cylinders is to be -taken -per truck and tested -for compressive strength at 7 and 28 days. The-Contractorshall-fum- ish=and make all test cylinders and provide all compressive strength tests. The test cylinders shall be labeled as to the truck and foundation to which they correspond. A copy of all test reports shall be sent to the Owner and the Engineer in a timely manner. Specimens shall be tested according to Method of Test for Compressive Strength of Molded Concrete Cylinders (ASTM C39, CSA A23.2.13 latest revision). k) The slump of the concrete shall not exceed 6" as determined by the Method of Test for Slump of Portland Cement Concrete (ASTM C143, CSA A23.2.20 latest revision). The Contractor shall provide slump tests as requested by the Owner. 1) As work -progresses, concrete shall be sampled in accordance with Method of Sampling Fresh Concrete (ASTM C 172, CSA A23.2.21 latest revision). m) The proportions of the -concrete shall produce a mixture that will work readily, with the placement method used, into corners and angles of forms and around reinforcement. Segregation of materials in the mixture shall not be permitted nor shall collection of excess free water on the surface be permitted. The minimum quantity of cement per cubic -yard of concrete shall be 565 pounds. n) The air content of air -entrained concrete -shall be 5% by volume +/-1 %. o) The methods of measuring concrete materials shall permit prnportions to be accurately controlled and easily checked. Measurement of material for ready mixed concrete shall conform to Specifications for Ready -Mixed Concrete (ASTM C94 or CSA A23.1, Clauses 11 and 13 latest revision). 3. Rebar a) No. 3 reinforcing bars shall be Grade 40, and No.4 and larger reinforcing bars shall be Grade 60, as defined by the ASTM Specifications: - i) Specifications for Deformed Billet -Steel Bars for Concrete Reinforcement (ASTM A615 latest revision), ii) Specifications for Rail -Steel Deformed Bars for Concrete Reinforcement (ASTM A616 latest revision), iii) Specifications for Axle -Steel Deformed Bars for Concrete Reinforcement (ASTM A617 latest revision). b) The bars shall conform to one of the above Specifications or to one of the following: i) Specifications for Billet -Steel Bars for Concrete Reinforcement (CSA G30.1 latest revision). ii) Specifications for Special Large Size Deformed Billet -Steel Bars for Concrete Reinforcement (CSA G30.7 latest revision). iii) Specifications for Axle -Steel Bars for Concrete Reinforcement (CSA G30.8 latest revision). iv) Specifications for Deformed Billet -Steel Bars for Concrete Reinforcement with 75,000 psi Minimum Yield Point (CSA G30:9 latest revision). v) Specifications for Deformed Billet- Steel Bars for Concrete Reinforcement with 60,000 psi Minimum Yield Point (CSA G30.10 latest revision). 15 4. 5. 6. A) Specifications for Rail -Steel Deformed Bars for Concrete Reinforcement with 60,000 psi Minimum Yield Strength (CSA G30.11 latest revision). c) Deformation on deformed bars shall conform to ASTM A615, A616, or A617 latest revision; or CSA G30.7 latest revision or Specifications for Minimum Requirements for Deformations of Deformed Steel Bars for Concrete Reinforcement (CSA G30.6 latest revision). d) Bar and rod mats for concrete reinforcement shall conform to Specifications for Fabricated Steel Bar or Rod Mats for Concrete Reinforcement (ASTM A184, CSA G30.4 latest revision). e) Wire for concrete reinforcement shall conform to Specifications for Cold -Drawn Steel Wire for Concrete Reinforcement (ASTM A82, CSA G30.3 latest revision). f) Welded wire fabric for concrete reinforcement shall conform to Specifications for Welded Steel Wire Fabric for Concrete Reinforcement (ASTM A 185, CSA G30.5 latest revision) except -the weld shear strength requirement of these specifications shall be extended to include a wire size differential up to and including six gauge. Preparation for Concrete Placement a) Water shall be removed from place of deposit before concrete is placed. All unsound material shall be removed from place of deposit before additional concrete is added. b) Before placement, all equipment for mixing and transporting the concrete shall be cleaned, and all debris and ice shall be removed from the places to be occupied by the concrete. Forms shall be thoroughly wetted (except in freezing weather) or oiled, and masonry filler units that will be in contact with concrete shall be well drenched (except in freezing weather). The reinforcement shall be thoroughly cleaned of ice, dirt, loose rust and mill scale, or other coatings. c) Mild steel reinforcement shall be placed and secured in accordance with CRSI "Recommended Practice for Placing Reinforcing Bars." Mixing of Concrete a) Ready -mixed concrete shall be mixed and delivered in accordance with Specifications for Ready- : LA Mixed Concrete (ASTM C94; CSA A23.1, Clauses 12 and 13 latest revisions). b) No concrete shall be mixed without the approval of the Engineer when the air temperature is at or below 40' F (taken in the shade away from artificial heat) and falling. if authorized by the `y -- Engineer, concrete may be mixed when the air temperature is at 351 F and rising. -1 c) The maximum time from when the concrete is mixed until the concrete is placed shall be 60 minutes. The Contractor shall have documentation available on every batch to verify when the concrete was mixed and when the concrete was placed. Jj Placement of Concrete a) No concrete shall be placed until the Mild Steel Reinforcement and Embeds are checked and approved by the Owners authorized inspector. - b) Concrete shall be conveyed from the mixer to the place of final deposit by methods that will ti prevent separation or loss of materials-. Equipment for chuting, pumping, and pneumatically conveying concrete shall be of such size and design as to ensure a practically continuous flow of ; concrete at the delivery end without separation of materials. U 16 1' c) Concreteshallbe deposited as nearly as practicable in its final position to avoid segregation due to re -handling or flowing. Concrete shall be placed at such a rate it is at all times plastic and flows readily between bars. Concrete contaminated by foreign material shall not be used, nor shall re - tempered concrete be used. d) When placing is started, it shall be carried on as a continuous operation until placement of the panel or section is -completed. No construction joints shall be used unless first approved by the Engineer following review of joint sealing methods proposed by Contractor (it is anticipated that no construction joints will be allowed for any slab foundation which has uniform cross-section throughout or for any pier type foundation). e) All concrete shall be thoroughly consolidated during placement. It shall be thoroughly worked around reinforcement and embedded fixtures and into the corners of the forms. f) Concrete shall not be allowed to "free fall' more than three (3) feet at any time. A "tremie" shall be used in all locations where the vertical distance from the end of the chute to the final placement of the concrete is more than three (3) feet. g) All reinforcement, forms, fillers and ground with which the concrete is to come in contact sball-be free from snow and ice. h) All concrete shall be placed on or in undisturbed soil or soil compacted to 90% AASHO density. 7. Curing a) Concrete shall be kept moist for at least 5 days after placement. Longer periods of curing shall be required when temperatures are below 50' F. The foundations shall be coated with a curing membrane. b) Adequate equipment shall be provided for heating concrete materials and protecting concrete during freezing or near -freezing weather. c) All concrete placed in forms shall be maintained at a temperature of 50' F or higher, after placement, for a period of three days. Additional time necessary to ensure proper curing of the concrete shall be provided as directed by the Engineer. The housing, covering or other protection used in curing shall remain intact at least 24 hours after artificial heating is discontinued. No dependence shall be placed on salt or other chemicals for the prevention of freezing. d) In hot weather, suitable precautions shall be taken to avoid drying of the concrete prior to finishing operations. Use of windbreaks, sunshades, fog sprays, or other devices shall be provided as directed by the Engineer. e) Concrete deposited in hot weather shall not have a placing temperature that will cause difficulty from loss of slump, flash set or cold joints. Concrete temperature shall be less than 90' F unless higher temperatures are permitted by the Engineer. 8. Forms a) Forms shall conform to shapes, lines and dimensions of the members as called for on the plans, and shall be sufficiently tight to prevent leakage of mortar. They shall be properly braced or tied together to maintain position and shape. b) Forms shall be removed in such a manner as to ensure the complete safety of the structure. No forms shall be removed until 24 hours after the concrete -is placed. 17 9. Steel Reinforcement a) No -welding shall be allowed on the reinforcing steel. No splices of reinforcement shall be made. b) At.the-time concrete is placed, metal reinforcement shall be free from loose, thick rust, mill scale or other coatings that will destroy or reduce the bond. All bars shall be bent cold. c) Metal reinforcement shall be accurately placed according to the plans and adequately secured in position by concrete, metal or other approved chairs, spacers or ties. d) Reinforcement shall be protected by the thickness of concrete indicated in the plans. Where not otherwise shown, there shall be a minimum three (3) inches of concrete between all reinforcing steel and the edge of the foundations, including the bottom edge. 10. Construction Metbods 11. 12. a) Before placing any concrete, the Contractor shall provide the Engineer with the Contractor's proposed procedure for purchasing and placing the concrete. This plan -shall include the ready mil plant- chosen, the distance from the ready mix plant to the job -site, and details of the proposed concrete mix. The Engineer shall be notified 48 hours prior to any concrete placement to enable the Engineer to have a resident on the job -site when the concrete is placed. b) The Contractor shall devise a way to ensure the anchor or reinforcing cage in drilled foundations is centered initially, and stays centered during the entire pour of the foundation. The Contractor shJ 1 detail his proposed method to the Engineer for approval before any concrete is poured. c) Construction joints in new foundations will not be allowed unless first approved by the Engineer following review of joint sealing methods proposed by Contractor (it is anticipated that no construction joints will be allowed for any slab foundation which has uniform cross-section i throughout or for any pier type foundation). d) A 1'/z" chamfer shall be made on all exposed edges. Loading of Concrete a) The structures shall not be placed on the concrete foundations for at least 14 days after placing of concrete. 3 b) Equipment (circuit switcher, power transformers, etc.) shall not be placed on the concrete foundations for at least 21 days after placing of concrete. c) The static wire shall not be connected to the static mast or any other structures for 21 days after pouring. d) Anchor bolts shall not be drawn up tight for 28 days after placing concrete. Exposed Surface Treatment The concrete shall be treated to four inches below finished grade. All exposed concrete surfaces shall be treated immediately after removal of forms by one of the following methods: a) Grout Cleaned Finish 18 After the concrete has been -pre -dampened, slurry consisting of one part cement (including Mix of 10% of whitu-cement)-and-one and one half parts sand passing the No. 16 sieve, by damp loose volume, shall be spread over the surface with clean burlap pads or sponge rubber floats and allowed to dry thoroughly. Any surplus shall be removed by scraping and then rubbing with clean burlap. The -finish shall be cured in an approved manner. b) Smooth Rubbed -Finish Smooth rubbed finish shall be produced on freshly hardened concrete. All necessary patching shall be accomplished- immediately after the forms are removed, and rubbing shall be completed no later than the following day. Surfaces shall be wetted and rubbed with Carborundum brick or other abrasive until a uniform color and texture are produced. No cement grout or slush shall be used other than the cement paste drawn from the green concrete itself by the rubbing process. c) Sand Floated Finish The forms shall be removed before the surface has fully hardened. The surface shall be wetted and rubbed with.a wood float by a uniform circular motion, with fine sand being rubbed into the surface -until the resulting finish is even and uniform in color and texture. 13. Anchor Bolts a) Foundation and footing piers will have anchor bolts encased in concrete, as shown on the drawings. b) Anchor bolts shall be set and adjusted to specified projection and spacing prior to concrete placement. At no time after concrete placement shall the anchor bolts be forced into alignment unless instructed by the Engineer. 14. Miscellaneous a) The Engineer and Owner reserve the right to reject concrete prior to pouring. Not exercising this option does not relieve the Contractor of his obligation to provide foundations that meet or exceed the minimum strength requirements set forth herein. The Contractor may reject any concrete he feels will not meet strength requirements. b) Any sleeves required to maintain the integrity of a pier foundation against caving in shall be at the Contractor's expense. c) Excess excavation is to be filled at Contractor's expense. d) The Contractor shall set all structure foundations to the elevation(s) set by the Engineer, as indicated by the reference stake. The Contractor shall be responsible for all other surveying as required to accurately locate all foundations. The foundations are required to be at the same elevation unless otherwise directed by the Engineer, not to deviate more than +/- 1/16 of one inch. GROUP M - SITE PREPARATION 1. Substation Pad Construction a) The existing project site is relatively flat. In general, the existing site with its degree of slope will be maintained (including the existing rainwater drainage profile). 19 2. b) All vegetation (including roots), any large rocks, and any deleterious material is to be removed from the substation site area (see Site Prep drawing "Cl "), and be -disposed ofasTeFquired by -the Owner and/or the County; otherwise, no earth moving is anticipated "to or from" the site, and no cut & fill grading is anticipated "at" the site. c) The top 6 inches of existing soil is to be scarified and compacted. The resultant -site shall be smoothed to essentially the existing -grade. Contractor is to assure that the substation -pad area will remain sufficiently sloped downward to support natural drainage away from the substation site and into the existing drainage ditch. d) A vibrating roller shall be used to compact the site to 90% of maximum practical density after this process is completed and prior to the placing -of a required road base pad. e) For any excavation where soil fill is placed back, then the fill shall be -placed in no greater than 6 inch layers with compaction as described above required after each layer is. placed. f) A road base material extending five (5) feet outside the substation fence shall be placed over the substation area. The (road base material) shall be compacted to-90% of maximum practical density and the road base layer shall measure 6 inches deep after -compaction. The-roadJbase material is to be installed using the appropriate moisture content so that it can be compacted to 90% of maximum practical density. g) The pad area, upon completion of all installation shall require the Contractor replace all disturbed soil and re -pack the site to 90% of the maximum practical density. The Contractor shall place all foundations on undisturbed soil or on soil compacted to 90% AASHO density. Each six-inch layer of backfill material shall be compacted to the above requirements. h) Backfill shall include that placed around concrete footings, walls and foundations; for buried or encased conduit; for the grounding system and elsewhere as directed. The materials used for backfill, the amount thereof, and the manner of depositing shall be approved by the Engineer. So far as practicable, backfill material shall be obtained from material moved in excavating, but overriding this guideline is the requirement that the selected backfill for any conduit or direct burial cable or rg ound wire shall be screened material, free from rocks or clods. i) Crushed rock or Owner -approved equal shall be provided and placed by Contractor four (4) inches deep over the completed substation property located within the chain -link fence, and shall extend a distance of five (5) feet beyond the edge of the chain -link fence. The crushed rock shall be from a source approved by the Owner. Contractor shall completely furnish and install crushed rock. Crushed rock will be irregularly shaped limestone type, not round, washed pebble. The rock shall be from ''/a" to 2" diameter for preYer compacting. The Contractor shall -furnish a sample of rock to the Engineer and must have approval prior to placement. The crushed rock final surfacing shall be compacted to 90% of maximum practical density, or as approved by the Engineer. D All work shall meet the final approval of the Owner and the Engineer. Entry Roads a) Others will have constructed entry roads up to the substation pad area as shown on the drawings. The roads will be used by city personnel in maintenance and emergency situations. The Contractor shall make every effort to avoid damaging the entry roads during construction of the substation. Upon completion of the substation, the Contractor shall be responsible for restoration of any portions of the paved entry roads damaged by him during construction, with restoration to be done according to the same design/installation requirements by which the entry roads were originally installed. 20 GROUP N - SECURITY FENCE 1. General a) The Contractor shall provide and install a new security fence for the Lake Alan Henry Substation as indicated on the drawing and as specified herein. The security fence shall consist of woven steel fabric on steel posts. -It -shall be eight feet high with posts no farther_than_ten-feetapart. b) The Contractor shall ground the fence as prescribed in Group "O". 2. Fabric and Material a) The security fence fabric shall be a minimum of seven feet high. It shall consist of minimum-#9 USWG steel wire; woven into a 2" square mesh. Minimum breaking strength -of -wire -shall be 1200 lb. The sides of the mesh pattern shall be approximately 45' to a vertical line. Fabric shall be galvanized in accordance with ASTM A392, Class 11. b) Barbed wire shall consist of two strands of 12- %z USWG steel wire with four -point barbs at a maximum spacing_of_5". The wire shall be galvanized after weaving in accordance with ASTM- 121, Class 3. c) Tension wire shall not be less than #7 USWG galvanized steel wire. 3. Posts and Supports a) All posts shall be steel and conform to the sizes listed in the table below. Tubular material shall conform to ASTM A53 Grade B, for round shapes. Roll -formed sections shall meet the yield stress requirements of ASTM A36 as a minimum. Post Location Type Minimum Size Line Round 2-3/8" OD; t = .154" (2 inch IPS nominal) End, Corner, & Pull Round 2-7/8" OD; t = .203" (2'/2 inch IPS nominal) Gate Round 4" OD; t = .226" (3'/2 inch IPS nominal) b) Line posts and gate posts shall be of sufficient height to accommodate seven -foot fence fabric, accommodate extension arms and be embedded three feet into the concrete footing. c) End, corner and pull posts shall be of sufficient height to accommodate seven -foot fence fabric, accommodate extension arms or extend one foot extra, and be embedded three feet into the concrete footing. d) Top rails shall be round steel or pipe tubing. The minimum size shall be not less than 1-5/8" OD nor have a wall thickness less than 0.138 inch. Lengths should be a minimum of sixteen feet. Provisions for adequately joining lengths together and securing to end or corner posts shall be compatible for the physical size of the top rail. Top rails shall be galvanized in accordance with ASTM A120. e) Stretcher bars shall be galvanized bars not less than '/4" x 3/4". They shall be approximately l" less than the fabric height. Stretcher bars shall be used for securing the fabric to all terminal posts. One bar is required for each gate and end post and two are required for each corner and pull post. 21 4. 5. 6. f) Post braces are -required at each gate, comer, pull and end post. Each shall consist of a strut, which shall not -be less in size than the top rail, and a tension rod with a turnbuckle. The rod shall be steel and have a minimum diameter of 3/8". The strut shall be secured to the adjacent line post at approximately mid -height of the fabric. The tension rod is also secured near this area on the line post and is anchored near the base of the corner post (or gate, pull or end post). Bracing members shall all be hot -dip galvanized per ASTM 153. g) Extension arms shall extend upward and outward at a 45' angle. There shall be provisions for three equally spaced lines of barbed wire on the extended arms. The uppermost wire shall be approximately one foot vertically above the fabric. Gate -Frames a) Gate frames shall be constructed of -tubular steel members, which shall be welded at the joints. Additional horizontal and vertical struts may be required to provide for a rigid gate panel allowing for visible sag or twist. Gate frames shall be made to have approximately 2" clearance above the gate curb. b) Fabric for the gate panels shall be the same -as the -fence. Gate frame and -bracing members shall not be less than the structural equivalent of 2.0" OD standard pipe. Steel tension rods and turnbuckles may be utilized. Gate frames shall have provisions for -three -lines of barbed wire above the fence fabric. All gate frame material shall be hot -dip galvanized. Hardware a) Hardware shall allow for gate operation from either side with provisions for securing with padlock. b) Bands, wire ties, and clips for securing fabric to top rails, line posts, terminal posts, and tension wires shall be galvanized steel and of adequate strength for the purpose intended. Aluminum wire ties of adequate strength are acceptable for this work also. c) Hinges shall be heavy duty and allow 180* swing of all gate leaves. The hinges shall not twist or turn under the action of the gate and shall provide ease of operation. Latches, stops, and keepers I.J shall all be heavy-duty construction of galvanized steel or malleable iron. Latches shall have a heavy-duty drop bar. I -ter Security Fence Erection a) The fabric shall be placed on the outside of the posts, stretched taut and secured to the posts, top -- rail, and tension wire. The fabric shall be secured to the line posts with wire ties or metal -bands at maximum intervals of 14". The top and bottom edges shall be secured, respectively, to the top rail �. and tension wire with tie wires not exceeding intervals of 24". The fabric shall be secured to terminal posts by means of the stretcher bar, which is passed through the end loops of the fabric r and is secured to the terminal posts by metal bands spaced at a maximum interval of 14". Fabric 1 for fencing shall be either a left-hand or a right-hand weave. Rolls of fabric shall be joined together by weaving a single strand into the end of the roll to form a continuous piece. The fabric shall be installed with a 4" clearance above the road base pad. 1 b) The spacing of line posts (maximum 10 feet) shall in general be measured parallel to the ground. All posts shall be placed in a vertical position except as may be specifically designated otherwise, with the strong axis parallel to the fabric. c) All posts shall be set in holes and back -filled with concrete. Concrete shall have a maximum ` compressive strength of 2,500 psi at 28 days with a maximum size aggregate of I ". The concrete shall be well worked (rodded) in the hole. The top of the footing shall be crowned to shed water. 1 22 1 t_ , d) The minimum diameter of holes shall be 9" for line posts and 12" for terminal posts. The minimum depth of the footing holes shall be 3 8". e) Gatekeepers (Holdbacks) shall be provided which will secure the free end of each gate in the open position. Holdbacks (Keepers) with rocker -arm release are preferred. GROUP O - STATION GROUNDING 1. General a) The Contractor is to completely install the grounding system as shown on the drawings. The Contractor shall furnish all labor required hereunder for a complete station grounding system as shown on the drawings, and as included in the specifications. All of the grounding materials outside the Control Building are Owner furnished and listed in the material list. Bi-metallic or brass connectors will be used in all cases where copper is clamped to the steel structure. b) The underground ground grid shall be installed as shown on the drawings. -From-top-to bottom in the substation yard, there will be a "4 inch thick crushed rock layer", and then a "6 inch thick road base material" underneath that, and finally "soil" below that. The ground grid shall be placed at a depth of 18 to 24 inches into the "soil" (that is, 18 to 24 inches below the interface between "road base material" and "soil"). c) All equipment and structures shall be grounded. 2. Switch & Switch Operator Platforms Special attention should be paid to grounding the vertical switch operator operating rods and switch operating platforms. The switch platforms will be grounded to the underground ground grid using #4/0 copper cable, as detailed in the drawings. The air break switch grounding installation is to be per Miscellaneous Drawing titled "Typical Switch Grounding": These requirements also apply to the Circuit Switcher's by-pass switching platform. 3. Lightning Arresters The arresters shall be grounded in accordance with the drawings. The grounding will be run to a continuous #4/0 copper loop run both across the dead-end structures so that the arresters will be grounded to the grid in two places. The installation is to be per Miscellaneous Drawing titled "Lightning Arrester Grounding". 4. Circuit Switcher The circuit switcher shall be grounded by means of two #4/0 copper runs attached to the ground grid from opposite legs the switcher. The grounds shall be extended to the control cabinets with #4 copper wire. 5. Instrument Transformers All instrument transformers shall be grounded by a #4/0 copper cable attached to the ground grid. Junction boxes attached to the stands supporting these devices shall have case grounds attached to the #4/0 copper runs on the stands. 23 6. 7. 8. 9. 10. Power Transformer The transformer shall be grounded with a continuous #4/0 copper ground wire run from the underground ground grid at one corner of the concrete -pad, then up and across the top of the transformer tank, and back down the transformer to the underground ground grid at the diagonally opposite corner of the concrete pad A ground wire loop shall also be formed around the -top of the transformer for loop -through grounding of arresters; --and this second ground wire loop around the top of -the tank shall be bonded to the first ground wire loop that goes up and over and back down the transformer tank. If the Contractor deems it necessary to cut any ground loop, the Contractor shall furnish a connector to splice the ground run. The connector small be approved -by the Engineer. The power transformer grounding instaUation_is to be per Miscellaneous Drawing titled "Transformei�Ughtning Arrester Grounding". Low -side Conduit Support Structure The conduit support structure will be grounded to the underground ground grid using #4/0 copper cable, as detailed in the drawing (Conduit Structure Detail L6). Others will supply and terminate the underground cables to the ground system. Fence Grounding The fence should be grounded as shown on Miscellaneous Drawings titled "TM-33 Fence Grounding" and "TM-33 Supplement". Control Building a) Building grounding shall be performed by the Contractor. b) The building shall be grounded to -the station ground grid at the four corners of the building (at 2- hole ground pads outside and on base of building), creating a continuous ground loop outside and around the building structure as shown on the drawings. Whether via connection through the four corners of the building from outside ground pads, or via routing from the cable trench up through the cable tray riser, a continuous ground loop inside the building along its perimeter shall be provided. In either case, the Contractor will extend the station ground grid into the Control Building through the cable trench and cable tray riser, looping the 4/0 inside the full length of the overhead cable tray before exiting the Control Building and terminating again on the station ground grid. c) All of the equipment in the building is required to be connected to these grounds. d) Contractor shall provide ground pads and compression terminals for the Control Building grounding as needed. Control Cabinets/Junction Boxes/Safety Switches 24 To all control cabinets and junction boxes and safety switches located in the substation -yard -(at -circuit switcher cabinets, switch motor operator cabinets, PT's, Station Service, etc. -) ,-the contractor -shall run a #4 copper grounding wire (from the #4/0 copper grounding pigtail at the base of the. equipment or structure). GROUP P - CONTROL BUILDING 1. General a) The Contractor shall provide and install a complete structural building (walls, roof, ceiling, doors, etc.) as described herein, including concrete -slab foundation which supports the building and constitutes the floor, as well as concrete porches, with slab foundation and porches in accordance with requirements of Group "L" - Foundations. i) Complete building as detailed in these specifications and as shown on drawings, with slab foundation located as shown on Foundation Layout drawing "L4". ii) Provisions (accommodation) for external -control cable entrance. iii) The floor will be concrete with a smooth finish. The porches will have -chamfered edges as shown on the drawing. iv) Building HVAC system. v) Provisions (accommodation) for mounting equipment on the wall. vi) Provisions (accommodation) for supporting the overhead cable tray. In particular are any ceiling joists or other provisions as needed for support of the overhead cable tray? vii) All electrical requirements, including power to the HVAC, will be provided by Contractor - see Group " Q". viii) All joints, seams, transitions in the building shall be sealed with appropriate elastic caulking. b) The building shall be erected in strict accordance with the manufacturer's -instructions. All work shall be completed to the recognized standards. 2. Design a) All members shall be designed to withstand their own dead load plus live load and wind load applied as specified in "Recommended Design Practices Manual", Metal Building Manufacturers Association. Loading conditions are 20-psf roof live load and 20-psf wind load. b) Due to the size of the building, steel framework is required. Such framework shall be designed to meet the loading requirements herein and be rust -protected. The Building Supplier shall incorporate into the foundation design any anchor bolt requirements for such framework. c) The prefabricated metal sheets, panels and framing shall be fully fabricated in a shop, shall require a minimum of field drilling and shall be capable of being erected without difficulty or development of unanticipated stresses. 25 d) The building shall be engineered, fabricated and constructed in such a manner to make the building water and dust tight. The doors and any openings in the building shall be weather stripped to reduce dust leakage to a minimum. 3. Exterior Walls 4. 5. 6. a) Panels shall be furnished of 22-gauge (minimum) galvanized steel conforming to ASTM A525 (latest revision) specifications with the galvanized coating conforming to G40 (1-1/4 oz.) standards. b) Exterior panels shall overlap and/or interlock to provide a seam that shall be gasketed or caulked to sea] the joint. c) All exterior surfaces shall have base coats of paint recommended by the manufacturer beneath a finish coat that is a formation of siliconized polyester. The finish surface shall be maintenance free and withstand weathering and ultraviolet deterioration. Exterior shall be painted with color to be approved by the Owner. Roof a) The building shall have a gabled roof with the gable end on the narrow side. The roof shall be fabricated 'Dom 22-gauge galvanized steel panels per the same requirements as the exterior wall panels. b) The roof shall have an approximate 10:1 slope. Doors a) One (1) 6' wide x T-0" tall double leaf door with threshold, stop and latch device, hasp and staple, passage set, astragal, and head and foot bolts on inactive side is required for entrance to the building. The active door shall have a deadbolt lock as well as handle lock. b) One (1) 3' wide x T-0" tall door, no threshold is needed, for entrance to the Battery Room. The one door for entrance to the building shall have a deadbolt lock as well as handle lock. c) Each door shall be fully equipped with gaskets and painted ANSI #61 gray. Doors shall be seamless, constructed of two face sheets of 18-gauge cold rolled steel, stretcher -leveled quality of flatness. Vertical edges of doors shall have neat hemmed edge seam mechanically interlocked for maximum structural integrity. Doors shall be I %" thick or thicker. d) Doorframes shall be 16-gauge cold -rolled steel. Frames shall be mitered, face welded and ground smooth. All hinge reinforcements shall be of 8-gauge steel projection welded to the frame. Reinforcements for strike and surface mounted hardware shall be minimum 14-gauge. Each frame shall be painted as specified. e) Exterior doors shall be supplied with a metal rain hood to divert rain from the door opening. f) The doors shall open as shown in the drawings. Doorstops with latches are to be provided for all doors. Battery Area a) A separate Battery Room is required as shown on the drawings. 26 b) The interior walls and ceiling in the Battery Room shall be lined with a fire retardant material to be approved by the -Engineer. c) The interior walls and floor in the Battery Room shall be coated with an acid resistant material to be approved by the Engineer. d) The Contractor shall furnish and -install a -roof -mounted turbine vent above the -batteries. The vent shall be filtered and installed to prevent water leaks. 7. Interior Walls, Ceiling and Insulation a) The building is to have interior wall and ceiling paneling of/<", grade A-B-plywood. The plywood shall be affixed to the framing with screws spaced no more than 18" apart. Interior shall be painted white. One coat of primer and two coats of paint (Latex) shall be applied. b) The building shall have a drop ceiling. c) The minimum height of the ceiling above the floor shall be nine (9) feet. d) Three- (3) inch fiberglass (or equivalent) insulation shall be furnished and installed in all outside walls. e) Six- (6) inch fiberglass (or equivalent) insulation shall be furnished and installed in the ceiling. 8. External Cable Entrance a) Control cables shall enter the building through the opening in the wall as shown on the drawings. The cables shall enter an overhead cable tray for routing to the various equipment components. A "frame around" shall be provided as needed to allow room for the opening, 24" wide by 12" tall, as located on the drawings (opening to be cut by Primary Substation Contractor). b) The opening Ccut by Primary Substation Contractor) shall have no sharp edges to abrade the conductor jacketing and be braced to allow for the weight of conductors on the wall. c) The Building Supplier shall provide ceiling joists or other means.of support for the overhead cable tray. 9. HVAC System a) A complete HVAC system shall be provided with the building, including compressor, air handler component, heating element and thermostat. b) The system shall provide a total of one (1) ton of cooling and 5 kW of heating. Bard, wall mount A/C unit, model #S3401 or Marair, wall mount A/C unit, catalog # AVPI2ACA-5M, shall be installed in the building in the approximate location shown in the drawings. The unit shall have a thermostat installed in a location to be determined by the Owner. The Building Supplier shall provide the thermostat. GROUP Q - ELECTRICAL ASSEMBLY 27 LE 2. 3. General a) The Contractor shall furnish and install all electrical equipment required for a complete installation inside the Control Building. This equipment shall include but not be limited to: i) AC Panel(s). ii) AG-L-ighting-P-anel. iii) Lighting Contactor and photocell bypass switch. iv) DC Panel. v) Cable Tray (and supporting rods and channels). vi) Light Fixtures. vii) 120 VAC Duplex Receptacles. viii) Switches (as shown on drawings). ix) Switch (in Main Control Room at door to Battery Room; for lighting inside Battery Room). x) Control building internal wiring -(wiring to lighting, duplex receptacles, HVAC, 48 VDC Battery, etc). b) The Contractor shall furnish and install all -electrical equipment required for a complete installation outside the Control Building -in -the -substation yard. This equipment shall include but not be limited to: i) Photocell (mounted on building exterior; to control yard lights). ii) Yard Lights (four). iii) 2.4 kV Potential Transformer junction box with fuses and terminal blocks. iv) 240 VAC fused disconnect switch (safety switch) at each station service transformer. v) Breaker Box containing 1-pole breaker and 2-pole breaker at each station service transformer. vi) 120 VAC plug receptacle and "blank" for 240 VAC plug receptacle at each station service transformer. c) All electrical installations shall be in accordance with the National Electrical Code, except as otherwise specified. All Electrical assembly shall be performed by skilled tradesmen. The Owner reserves the right to reject any work that has -not been performed in a first class manner. The Owner is to approve all equipment, prior to purchase, and all installation arrangements. AC, DC, and Lighting Panels The AC and DC panels shall be provided by the Contractor as specified on the AC/DC panel drawing with details as follows: a) The panels shall have sufficient room for -the -number of breakers shown. b) The specified number of breakers shall be installed in each panel (including those marked `spare'). c) Branch breakers shall be sized as noted d) The Contractor will pull all AC and DC circuits to these panels in the control building. e) The Contractor will terminate all AC and DC circuits to these panels in the control building. Yard Lights 28 a) The Contractor shall furnish and install four (4) yard lights. The lights shag-be-240 Volts, 400 Watts, metal halide, American Electric -Lighting -(-Thomas & Betts) Series 75, 76, 77 or 78, or approved alternate. Power conductors for the lights will terminate in the AC lighting panel located in the control building. The proposed yard lights shall be approved by the Engineer. The installation is to be per Miscellaneous Dr-&wing:titled "Light Mount Detail". b) The Contractor shalYfiifnish and install- ie-lights-and mounting equipment. Specific locations of the lights shall be generally as shown in the drawings, but shall be ultimately determined by the Owner. c) AC power for the lights shall be supplied from a lighting contactor. The lighting contactor shall be energized by means of a photocell with bypass, mounted on the building. The contactor shall be wired to the photocell and lighting panel as shown in the drawings. d) Caution: These lights have several wiring configurations to accommodate different system voltages. The Contractor must take care to utilize the proper configuration to ensure 240 VAC operation. Selecting improperly will destroy the lamp when energized. The Contractor must replace any damaged fixtures at -his expense. 4. Instrument Transformer Junction Boxes a) Contractor shall furnish and install one junction box for each set of three 2.4 kV Potential Transformers. All materials to completely install the junction boxes (including fuses and terminal blocks), conduit and cable shall be provided herein. i) For the junction box, the installation is to be per Miscellaneous Drawing "PT Fuse Box". The enclosure shall be a Hoffinan A 16H 1206ALLP with aluminum back plate number A16P12AL, no equals permitted. The fuse -blocks shall be Bussman thermoplastic,11250 series, 30A, 250V. The fuses shall be Bussman type NON-10 ten amp fuses. Six (6) fuses shall be supplied for each junction box (includes spares). All PT cables shall be terminated on 3-pole terminal blocks (Marathon 1712 STD, or approved equal). ii) Conduit shall go from the PT's to the underside of the junction box. 5. Fused Disconnect Switch (in yard) The Contractor shall furnish and install a 200 amp, 240 volt fused disconnect switch below each station service transformer. The disconnect switch shall be Square D D224NRB NEMA Type 3R switch. Six (6) spare fuses are to be furnished for the installation in the station. The main/backup feed of station service to the Control Building will be via the fused disconnect switch. The installation is to be per Miscellaneous Drawing titled "Station Service Transformer". 6. Breaker Box (in yard) The contractor shall furnish and install one breaker box (NEMA type 3R enclosure) on the side of each fused disconnect switch enclosure underneath the station service transformer. There shall be a single -pole 15 Amp breaker installed in the breaker box for use with a separately housed 120 Volt plug, and a double - pole 50 Amp breaker installed in the breaker box for use with a separately housed 240 Volt plug. The installation is to be per Miscellaneous Drawing titled "Station Service Transformer". 7. Plug Receptacle Box (in yard) 29 The contractor shall furnish and install one receptacle box on the side of each fused disconnect switch enclosure underneath the station service transformer. There shall be a 120 Volt plug receptacle and a "blank" for a 240 Volt plug receptacle installed in the receptacle box. Local availability of station service in the yard is had via these plug receptacles. The installation is to be per Miscellaneous Drawing titled "Station Service Transformer". 8. Internal Building Wiring and Lighting a) All 120 and 240 VAC wiring within the building itself, including but not limited to, building outlets, heater/air conditioner, building lights and switches, etc., shall be furnished herein and installed completely in the -locations shown in the drawings. b) Internal wiring shall adhere to all applicable building NEC safety standards. No conductor shall be smaller than #10 AWG copper stranded except as noted in the cable schedule. c) Main lights shall be 48" double -tube, fluorescent. Quantities shall be as shown the drawings. d) Battery room lights shall -be explosior,_resistant and -all must be approved by the Engineer. Quantities shall be as shown the drawings. GROUP R - BATTERY SYSTEM i 2. General a) The Contractor will provide and install a 48 VDC battery system consisting of batteries, rack, and charger (based upon specifications herein) for the control house. Contractor will also provide and install one (1) self contained eye wash station. The eye wash station shall meet ANSI Z358.1-2004 standard. The eye wash station shall be gravity -fed and contain enough water/solution for fifteen (15) minutes of continuous use and must capture the waste fluid. The eye wash station shall have a lockable fill cap to prevent fluid tampering. b) All material supplied shall be new. All equipment shall meet the applicable standards ofNESC, RUS, IEEE, ASTM, ANSI, AISI, and NEMA. All material supplied shall be manufactured to high standards by skilled. c) The Contractor shall install the batteries on the rack in the battery room, and charger and eyewash station in the control house main room as shown on the drawings. d) The Contractor will furnish and install (provide, pull, and terminate) the AC & DC wiring to the battery system as described in Group "K" and per the Cable Schedule. DRAWINGS a) The following vendor drawings shall be furnished for the battery, charger, and battery rack: i) Outline drawings showing the outline of the equipment with overall dimensions. ii) All required drawings and manuals for operation and maintenance. iii) Connection diagram showing all internal wiring of the equipment. iv) Schematic diagram showing all internal AC, DC and control circuits. C b) The supplier shall furnish three (3) copies of all drawings and instruction books as soon as practicable after receipt of the order, one (1) each to the Engineer and two (2) each to the Purchaser (Contractor). At the same time, one (1) set of drawings in electronic format (DWG or PDF format) shall also be furnished to the Engineer. At time of shipment, one (1) copy of the drawings and instruction books shall accompany the batteries and charger. 3. QUANTITY -OF DEVICES The Contractor will purchase one (1) each of the following: a) Battery charger (j€ b) Batteries producing 48 VDC nominal c) Battery rack d) Miscellaneous components to connect batteries and perform routine maintenance 4. BATTERY CHARGER a) The battery charger shall be microprocessor controlled (C&D "Micro ARE" model # ARE-M4816, or approved alternate). b) The input rating shall be as follows: i) 120 VAC and 240 VAC (field changeable AC taps, factory -connected at 240 VAC). ii) 60 Hz iii) 1-phase c) The output rating shall be as follows: i) 48 VDC �_. ii) 16 amps d) Miscellaneous accessories shall include: i) All standard accessories ii) Provisions for complete wall mounting iii) Ground pad with lug for #4 copper iv) Filtered output to less than 30 mV RMS with batteries connected v) AC circuit breaker - vi) DC circuit breaker vii) AC power failure alarm (with local LED) 31 5. 6. 7. 8. viii) DC power failure alarm (with local LED) ix) DC low voltage alarm (with local LED) x) DC high voltage alarm (with local LED) xi) Positive ground fault detection alarm (with local LED) xii) Negative ground fault detection alarm (with local LED) xiii) Individual relay contacts for remote indication of each of the above listed alarms are required. Each of those alarms shall have a minimum of one normally open "a" contact (per alarm) that can be wired for remote monitoring. BATTERY a) The overall battery set shall consist of individual lead -acid battery cells housed in jars (batteries to be C&D type 3DJ-110 lead -calcium with 3 cells per jar, or approved alternate). Both lead -calcium batteries -and lead -selenium batteries can be considered. b) The battery set shall -have the number of cells necessary to produce a "nominal" voltage of 48 VDC. c) The battery shall have a minimum nominal capacity of 100 ampere -hours (at the Motu rate). d) The cells should have flame arrestor vent caps. e) The batteries are to be constructed to be low gassing with minimal water consumption. RACK A two-tier rack shall be furnished on which to set the battery units (jars). The rack shall be as recommended by the battery manufacturer. ENVIRONMENT a) Temperature - The batteries and charger shall be housed and operated inside a temperature controlled building. b) Humidity - The equipment may operate under humidity of up to 95% at a temperature of 400C. c) Elevation - The batteries and charger will initially be installed at a site which is 2,100 feet above sea level. The batteries and charger should be designed for operation at the standard elevation of 3,300 feet above sea level. MISCELLANEOUS a) The battery and charger shall be furnished complete including all connectors, straps, and conductor to make the proper connections between each battery unit. b) For connection from the AC input of the Battery Charger over to a branch breaker on an AC Panel, the vendor shall provide terminal lugs on the Battery Charger (at the AC input) to accept a range of#10 to #6 stranded copper conductor. 32 v. c) For connection from the DC output of the Battery Charger over to a branch breaker on a DC Panel, the vendor shall provide terminal lugs on the Battery Charger (at -the DC output) to accept a range of # 10 to #6 stranded copper conductor. _< d) For connection -from the two end cells of the Battery over to the main breaker on a DC Panel, the vendor shall provide terminal lugs on the Battery to accept a range of # l/0 to # 4/0 stranded copper conductor. _z e) Dust or shrouding covers, a thermometer, and a hydrometer shall be supplied. f) Cell identification numbers are to be provided (cell # 1 through cell #24, or similar). GROUP S - CIRC-UIT-SWITCHER 1. General a) The Contractor will accept delivery at the site and install one (1) 69 kV circuit switcher per the manufacturer's recommendations. All items removed for shipment shall be installed by the Contractor. All connections to the equipment will be made by the Contractor. b) The Contractor shall exercise extreme care in handling this equipment. The Contractor shall inspect the equipment before accepting to ensure equipment is in proper working order and has not been damaged before receipt. c) The Contractor shall install the circuit switchers in such manner as to ensure that the direction of opening of the bypass switch blade will be as presented in the drawings. d) The Contractor shall install all buswork connections to the circuit switcher as required in Group A (and as shown on the drawings). e) The Contractor shall provide and install all conduit and cable to the circuit switcher as required in Group K (and as shown on the drawings). The Contractor shall pull and terminate control conductors to the terminal blocks in the control cabinet of the circuit switcher (in accordance with the Cable Schedule). f) The Contractor shall install all grounding to the circuit switcher as required in Group O (and as shown on the drawings). g) The device requires no oil installation, and the Contractor will not be required to handle SF6 gas. 33 $ Miscellaneous Drawings Satz Dnk)ol A I'-F max. 11TIt2d �-r--y-�►-� Conraclors LIST OF MATERIALS REF, OTY OESCRIPIION ITEM 1 0m. No. 2 Cu stranded bare. tinned. a5 r 'd1 2 bstation gr wire. as raq'd. Sr 3 Ground rods. 8'•0' min, length, as d a d CWWM* (S and darmpt:. as req'd. D 5 1 jCoopw brad, ffexlble. k nned. 1 1r2' X 116". Securing No 2 wire to chain Ilnk twxiG No;! Cv. StmMed, gam, Toned r ro rol gmunomq do,a I. Iina Post tapped for post and come- S 5 conYl@-1w or use Debt. _ _ _ � U-bolt ems• grade 1nf 2 s A � TypicZil g91e post I) 'E Insect 2 loot slack in wlra T U onder roo, 7 Crxnpular Garwrukbd ,Ian, 199:i NOTES: 1. t ho rutt o growtd ts to be mlerWnnoeted with Ina staibun grouny bus 2. Grourd w•,re should be oannodod to 1"" lx4ls. to All gulo posts and to an cunxlrs 3. Wire to ho ooC-oe through Ground Rod Clomps and F onco CI. Mph to Soso wko solicos to o mir evm. 8. Fur other naauirrnenis rarer to Sib. REA spout CAoew for g raurK" m stmvn,-o tric gonwatmg plants and asWcLiiad-.0w-uD a. Wj1(k5n8 g. connections bttM+oon lento ground and stalior ground bus should be al rn10mvis such m to hnut o0wrim, gradler"tf Wep 5o"(,Of5l and shtxid Iravo ad*qualo 0wonb-cCar,Ymg ce000ty for tho mir&4 vm lofoaroable Ano-to-ground raulr Cwr*nC 6. Mwarnum fence height sholl tw ought feet. This should roxtholfy owsi*t or 3o'Aa0 f" Of tabric and ON toot ezlenfloo of trprbed wire Whero beet ordina oA ptohibil Imo use of barbod wuo, tho fence teprie must tot rncrr} ad io eight leek BfutipA %w a efloutd ov+ "ng awry from tho tubstatiw y#rd CITY OF LUBBOI LAKE ALAN HENRY SU86TATION TW3 FENCE GROUNDING r.o.eerr�c ;rrcv r. aY tr$ f tV33 Q �i .v w NO 2 cu. I SINANDED iIANtUCt7PPER t 1 4 ji GROUND LOOPED 1 RROW3r CONNECTOR �} GONNEUTQHSANI; TYPICAL CORNER POST GROUNDING CLAWS AS KE" RIGID CONDUIT(S) TO P.T.'s o O THERMOPLASTIC FUSE BLOCK(S) Ft11 FU2 FU3 HOFFMAN ENCLOSURE (CAT# A P 6H 1206ALLP) - - - - HOFFMAN ALUMINUM T81 PANEL (CA T# A76P42AL) I� RIGID CONDUIT(S) NOTES: CITY OF LUBBOCK LAKE AtAN MNAY SUBS FAI iON 1. FUSES TO BE 10 AMP, IWE r PT FUSE BOX aclu 2. GROUND SHOWN IS CASE GROUND. CASE GROUND TO BE TIED TO SG—S IZ,1115Y LRC STRUCTURE GROUND. Ar m III FUSED DISC. SWITCH III III STATION SERVICE BOX WI OUTLET TRANSFORMER & BREAKER BOX ATTACHED WEATHERHEAD ,-AND CONDUIT REAKER BOX STEEL CHANNEL FOR MOUNTING UTLET BOX FLEX RIGID CONDUIT SIDE VIEW FRONT VIEW 15A SINGLE I c0N POLE; SINGLE INTERIOR THROW � pARRANGEMENT OF BREAKER BOX ct 50A DOUBLE a; ON POLE, POLE. SINGLE j( THROW -BOXES TO BE NEMA 3 I RAINPROOF ENCLOSURES �zFF WITH HINGED COVERS 120V DUPLEX GFCI GD PLUG OUTLET -�-----' 240V 50A PLUG OUTLET No Text LIGHT MOIJNT BRACE 6" So. MIN, 318" HSS GROUND PA GROUND GRID CL I Ax Ye.w IMP I IRCflrH ALL AHRtSTeR* OOP T,,Q0kn,, CONkLCTOR, TO G MOUNDING GRID DETAIL 1-1 OOP THROUG. CONNECTORS (Typ't 10 (;ROUMMO rAln nain F BRAID STRAP (GROUNDING DEVICE OPERATING PIPE) 10 GROUND GRID I i JVVI I Url t.2rNU )lVUIINIV .TFORhS TO GROUND GRID No Text J I OWNER FURNISHED MATERIAL OVERVIEW LAH SUBSTATION BILL OF MATERIALS SECT. QTY. GENERAL DESCRIPTION l- Al 1 Lot Consists of hot -dipped galvanized steel support structures, bus supports, anchor bolts, underground riser assemblies, and grounding platforms. Also includes miscellaneous bolts, washers, and nuts for assembly of the components. A2 1 Lot Consists of bus tubing, bus and switch insulators, connectors, couplers, terminalo and -jumper -conductors. t._ s Also includes miscellaneous bolts, washers, and nuts for connecting bolted connections. A3 I EA Sixty (60) foot tall free-standing static mast. This structure will be base plate mounted. B1 3 EA 69 kV, 600 A, three phase, group -operated, center break "Vee" air break switch with standard arcing -horns. B2 2 EA 1-5 W' 1600 A, three phase, group -operated, vertical air break switch with full load break vacuum interrupters. Cl 3 EA 54 kV (minimum 42 kV MCOV) lightning arresters, station class, inverted for the transmission dead-end structure. C2 6 EA 54 kV (minimum 42 kV MCOV) lightning arresters, station class, for the 69 kV high side of the power transformers (2). C3 6 EA 3 kV (minimum 2.55 kV MCOV) lightning arresters, station class, for the 4 kV low side of the power jtransformers (2). C4 3 EA 3 kV (minimum 2.55 kV MCOV) lightning arresters, riser class, for the future 4 kV distribution circuit riser. DI 3 EA Single pole disconnect switches, 15 kV, 600 A for future underground distribution circuit. D2 4 EA Power fuse disconnect switches, 15 kV S&C type SMD-20 fuse mounting with fuses for PT's and station power transformer. G1 3 EA One (1) set of three (3) potential transformers, 4.160/2.4 kV, ratio 20:1, dual bushing. Hl 2 EA Power transformer, 7.5/9.4/10.5 WA, 67/4.16/2.4 kV with automatic load tap changer. H2 1 EA Station power transformer, 15 WA, 2400:120/240 volts, conventional type. 01 1 LT Grounding material includes: 4/0 copper conductor, ground rods, exothermic grounding connectors and tools, security fence grounding material with an assortment of fasteners and connectors. Sl I EA Circuit switcher, S & C Model 2030, 69 kV, 1200 A with by-pass. Cable Schedule Cable # inn Minimum number of conductors: Minimum conductor size: #am C',1 Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes I Black Batteries DC Panel Negative 48 VDC 2 Red Batteries DC Panel Positive 3 4 Minimum number Minimum Cable # of conductors: conductor size: tni 7 ;06 C..n Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes 1 Black Battery Charger DC Panel Negative 48 VDC _ 2 Red Battery Charger DC Panel Positive 3 4 Minimum number Minimum Cable # of conductors: conductor size: 107 4 910 C:u _ Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification P " ose Notes 1 Black DC Panel CS Negative 48 VDC 2 Red DC Panel CS Positive 3 Blue DC Panel CS Negative 4 Oran e DC Panel CS Positive Circuit Switcher Minimum number Minimum Cable # of conductors: conductor size: inz 4 Mtn C.„ Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes 1 Black DC Panel Transformer T1 Negative 48 VDC 2 Red DC Panel Transformer T1 Positive 3 Blue DC Panel Transformer T1 4 Oran e DC Panel Transformer T1 Minimum number Minimum Cable # of conductors: conductor size: 104 4 410 Cu_ Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Notes I Black DC Panel Transformer T2 ___Ywpose Negative 48 VDC 2 Red DC Panel Transformer T2 Positive 3 Blue DC Panel Transformer T2 4 Orange DC Panel Transformer T2 Minimum number Minimum Cable # of conductors: conductor size: 105 4 #10 Cu_ Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes I Black DC Panel Relay Panel I Negative 48 VDC 2 Red DC Panel Relay Panel I Positive 3 Blue DC Panel Relay Panel 1 4 Orange DC Panel Relay Panel l Minimum number Minimum Cable # of conductors: conductor size: 106 4 910 Cu_ Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes I Black DC Panel Rela Panel 2 Negative 48 VDC 2 Red DC Panel Relay Panel 2 Positive 3 Blue DC Panel Rela Panel 2 4 Oran e DC Panel Relay Panel 2 Cable # inn Minimum number of conductors: I Minimum conductor size: #4/0 Cu. Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes 1 Black Sta. Serv. Trans. #1 Fused Disc. Switch 120/240 VAC 2 Red Sta. Serv. Trans. #1 Fused Disc. Switch 3 Blue Sta. Serv. Trans. #1 Fused Disc. Switch 4 OranSS___ Minimum number Minimum Cable # of conductors: conductor size: 7n1 'A 9410 Cu- Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes I Black Fused Disc. Switch AC Panel Phase-L1 120/240 VAC 2 Red Fused Disc. Switch AC Panel Phase-L2 3 Blue Fused Disc. Switch AC Panel 4 Oran e Minimum number Minimum Cable # of conductors: conductor size: In') 3 #6 cu. Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes I Black AC Panel Battery Charger Phase-L1 240 VAC 2 Red AC Panel Battery Charger Phase-L2 3 Blue AC Panel Battery Charger Verify char'er AC input 4 Oran e AC Panel Battery Charger Ground for 240 VAC Minimum number Minimum Cable # of conductors: conductor size: In'l 4 #10 Cu_ Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes 1 Black AC Panel CS Phase ' 120 VAC 2 Red AC Panel CS 3 Blue AC Panel CS Neutral 4 Orange AC Panel CS Ground Circuit Switcher Minimum number Minimum Cable # of conductors: conductor size: 204 4 010 Cn Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identifcaticn Purpose Notes 1 Black AC Panel Transformer T1 Phase-L2 120/240 VAC 2 Red AC Panel Transformer TI Phase-L1 3 Blue AC Panel Transformer TI 4 Orange AC Panel Transformer T1 Ground Minimum number Minimum Cable # of conductors: conductor size: 205 4 910 Cu. Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes 1 Black AC Panel Transformer T2 Phase-L2 120/240 VAC 2 Red AC Panel Transformer T2 Phase-LI 3 Blue AC Panel Transformer T2 4 Orange AC Panel Transforner T2 Ground Minimum number Minimum Cable # of conductors: conductor size: 206 4 # 10 C'.0 _ Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes 1 Black AC Panel Relay Panel 1 Phase 120 VAC 2 Red AC Panel Relay Panel I 3 Blue AC Panel Relay Panel I Neutral 4 Orange AC Panel Relay Panel 1 Minimum number Minimum Cable # of conductors: conductor size: 207 4 910 Cu_ Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification P ose Notes 1 Black AC Panel Relay Panel 2 Phase 120 VAC 2 Red AC Panel Relay Panel 2 3 Blue AC Panel Relay Panel 2 Neutral 4 1Oran e AC Panel Relay Panel 2 Cable # 2(1R Minimum number of conductors: 4 Minimum conductor size: #6 Cu_ Conductor Number Conductor Color FROM: Device Terminal # TO: Device: Terminal # Identification Purpose Notes I Black AC Panel HVAC Phase-L1 240 VAC 2 Red AC Panel HVAC Phase-L2 3 Blue AC Panel HVAC 4 Oran e AC Panel HVAC Ground Minimum number Minimum Cable # of conductors: conductor size: IN 4 012 Cu. Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # identification Purpose Notes 1 Black AC Panel Building Lights Phase 120 VAC 2 Red AC Panel Building Lights 3 Blue AC Panel Building Lights Neutral 4 Orange AC Panel Building Lights Ground Minimum number Minimum Cable # of conductors: conductor size: 21n 4 412 Cn_ Conductor Number Conductor Color FROM: Device Terminal # TO: I Device Terminal # Identification Purpose Notes I Black AC Panel Building Lights Phase 120 VAC 2 Red AC Panel Building Lights 3 Blue AC Panel Building Lights Neutral 4 Orange AC Panel Building Lights Ground Minimum number Minimum Cable # of conductors: conductor size: 211 4 #12 Cu_ Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes I Black AC Panel Building Li is Phase 120 VAC 2 Red' AC Panel Buildin Li his 3 Blue AC Panel Building Lights Neutral 4 Orange AC Panel Building Lights Ground Minimum number Minimum Cable # of conductors: conductor size: 212 4 ; 17 r..n Conductor Number Conductor Color FROM: Device Terminal # TO: Terminal Device # Identification Purpose Notes 1 Black AC Panel Building Outlets Phase 120 VAC 2 Red AC Panel Building Outlets 3 Blue AC Panel Building Outlets Neutral 4 _pLanye AC Panel Building Outlets Ground Minimum number Minimum Cable # of conductors: conductor size: 213 4 ;f12 r'n Conductor Number Conductor Color FROM: Device Terminal # TO: Terminal Device # Identification Purpose Notes 1 Black AC Panel Building Outlets Phase 120 VAC 2 Red AC Panel Building Outlets 3 Blue AC Panel Building Outlets Neutral 4 1 Orange AC Panel Building Outlets Ground Minimum number Minimum Cable # of conductors: conductor size: 214 4 #C Cu _ Conductor Number Conductor Color FROM: Device Terminal # TO: Terminal Device # Identification Purpose Notes I Black AC Panel Buildin Outlet-240 VAC Phase-L2 240 VAC 2 Red AC Panel Building Outlet-240 VAC Phase-L1 3 Blue AC Panel Building Outlet-240 VAC Neutral 4 1 Orange AC Panel Minimum number Minimum Cable # of conductors: conductor size: 215 3 ;M Cn Conductor Number Conductor Color FROM: Device Terminal # TO: Terminal Device # Identification Purpose Notes 1 Black AC Panel Lighting Contactor Phase-L2 240 VAC 2 Red AC Panel Lighting Contactor Phase-L1 Connect AC panel neutral to lightini 3 Blue AC Panel panel neutral 4 Oran e I AC Panel(through photo -cell and con ctor 77 Cable # 71A Minimum number of conductors: i Minimum conductor size: #M C11 Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes 1 Black Lighting contactor Lighting Panel 2 Red Lighting contactor Lighting Panel 3 Blue Lighting Panel Run continuous neutral from AC 4 1 panel to Lighting anel Minimum number Minimum Cable # of conductors: conductor size: 117 4 #10 Cu Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes 1 Black Li hting Panel Yard Light #1 Phase-LI 240 VAC 2 Red Lighting Panel Yard Light #1 Phase-L2 3 Blue Lighting Panel Yard Light #I 4 Orange Lighting Panel Yard Light # 1 Ground Northwest Minimum number Minimum Cable # of conductors: conductor size: 71 R 4 910 Cu. Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose' Notes 1 Black Lighting Panel Yard Light #2 Phase-LI 240 VAC 2 Red Lighting Panel Yard Light #2 Phase-L2 3 Blue Lighting Panel Yard Li ht 92 4 Orange Lighting Panel Yard Light #2 Ground Northeast Minimum number Minimum Cable # of conductors: conductor size: 1)19 4 #10 C11 Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes 1 Black Lighting Panel Yard Light #3 Phase-I,1 240 VAC 2 Red Lighting Panel Yard Light #3 Phase-L2 3 Blue Lighting Panel Yard Light #3 4 1 Orange Li tin Panel Yard Li t #3 Ground Southwest Minimum number Minimum Cable # of conductors: conductor size: 220 4 1110 01 Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes I Black Lighting Panel Yard Light #4 Phase-L 1 240 VAC 2 Red Lighting Panel Yard Light #4 Phase-L2 3 Blue Lighting Panel Yard Light #4 1 4 Orange Lighting Panel Yard Light #4 Ground 1_ ' Southeast Cable # inn Minimum number of conductors: 4 Minimum conductor size: #10 Cu. Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes I Black Bus I PT's, PT Junction Box North Phase 4.16 kV Bus 1 Potential 2 Red Bus I PT's PT Junction Box Center Phase 3 Blue Bus I PT's PT Junction Box South Phase, Jum r: North X2, Center X2 4 Orange Bus 1 PT's PT Junction Box I Neutral and South X2 PTR:20:1 Minimum number Minimum Cable # of conductors: conductor size: 'An1 4 010 C11_ Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal #, Identification Purpose Notes t Black PT Junction Box I PT Junction Box North Phase 4.16 kV Bus I Potential 2 Red PT Junction Box I PT Junction Box Center Phase 3 Blue PT Junction Box I PT Junction Box South Phase 4 Orange PT Junction Box 1 t PT Junction Box Neutral Minimum number Minimum Cable # of conductors: conductor size: ,W) 4 010 Cn Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes 1 Black PT Junction Box Rela Panel 1 North Phase 4.16 kV Bus I Potential 2 Blue PT Junction Box Relay Panel I Center Phase 3 Red PT Junction Box Relay Panel I South Phase 4 Orange PT Junction Box Relay Panel 1 Neutral Minimum number Minimum Cable # of conductors: conductor size: 101 4 #10 Cu_ Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes 1 Black Relay Panel 1 Relay Panel 2 East Phase 4.16 kV Bus I Potential 2 Red Relay Panel I Relay Panel 2 Center Phase 3 Blue Relay Panel 1 Relay Panel 2 'West Phase 4 Oran e Rela Panel 1 Relay Panel Neutral Minimum number Minimum Cable # of conductors: conductor size: 304 4 #10 Cu_ Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes I Black PT Junction Box Transformer TI 2 Blue PT Junction Box Transformer T 1 3 Red PT Junction Box Transformer TI 4 Oran e PT Junction Box Transformer TI Minimum number Minimum Cable # of conductors: conductor size: 305 4 910 Cu. Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes I Black PT Junction Box Transformer T2 2 Red PT Junction Box Transformer T2 3 Blue PT Junction Box Transformer T2 4 Orange PT Junction Box Transformer T2 ' i r Minimum number Minimum Cable # of conductors: conductor size: 400 4 #10 Cu. Conductor Number Conductor Color FROM: Device Terminal # TO: Device Tenninal # Identification Purpose Notes 1 Black Relay Panel Transformer T I Trans.Diff. CTR-600:5 2 Red Relay Panel 1 Transformer TI Hi side WYE 3 Blue Relay Panel I Transformer TI Outside Jm r:BCT-A-X5, BCT-B-X5 4 Oran a Relay Panel 1 Transformer TI and BCT-C-X5 Minimum number Minimum Cable # of conductors: conductor size: 401 4 # 10 Cu. Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification P ose Notes I Black Relay Panel 1 Transformer T1 Overcurrent CTR-100:5 2 Red Relay Panel 1 Transformer T1 Hi side WYE 3 Blue RelayPanel 1 Transformer TI Inside Jm r:BCT-D-Y2 BCT-E-Y2 4 Orange Relay Panel 1 Transformer TI I and BCT-F-Y2 Minimum number Minimum Cable # of conductors: conductor size: 402 2 # 10 Cu. Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes I Black Relay Panel 1 Transformer TI Overcurrent CTR-600:5 2 Red Relay Panel I Transformer T1 Neutral WYE 3 Blue RelayPanel I Transformer T1 4 Oranye Relay Panel I Transformer TI Minimum number Minimum Cable # of conductors: conductor size: 403 4 # 10 Cu. Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes I Black Relay Panel I Transformer T1 Meter CTR-1600:5 2 Red Relay Panel I Transformer TI Lowside WYE 3 Blue Relay Panel I Transformer T1 Inside Jm r:BCT-L-Y2; BCT-M-Y2 4 Oran a Rela Panel 1 Transformer T1 and BCT-N-V2 Minimum number Minimum Cable # of conductors: conductor size: 404 4 # 10 Cu. Conductor Number Conductor Color FROM Device Terminal # TO: Device Terminal # identification Notes 1 Black Relay Panel 1 Transformer TI ___?urRose Trans. Diff. CTR-2000:5 2 Red Relay Panel 1 Transformer TI Lowside WYE 3 Blue RelayPanel 1 Transformer T1 Outside Jm r:BCT-H-XS BCT-J-X$ 4 Orange Relay Panel I Transformer TI and BCT-K-X5 Minimum number Minimum Cable # of conductors: conductor size: 405 4 410 Cu. Conductor Number Conductor Color FROM: Device Terminal # —iielay TO: Device Terminal # Identification Pu ose Notes I Black Panel 2 Transformer T2 Trans. Diff. CTR-600:5 2 Red Relay Panel 2 Transformer T2 Hi side WYE 3 Blue Relay Panel 2 Transformer T2 Outside Jm r:BCT-A-XS BCT-B-X5 4 Orange I Relay Panel 2 Transformer T2 and BCT-C-X5 Minimum number Minimum Cable # of conductors: conductor size: 406 4 910 Cu. Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Pu ose Notes I Black Relay Panel 2 Transformer T2 Hi hside CTR-100:5 2 Red Relay Panel 2 Transformer T2 Inside WYE 3 Blue Relay Panel 2 Transformer T2 Overcurrent Jm r:BCT-G-X2 BCT-H-X2 4 Orange Rela Pane12 Transformer T2 and BCT-J-X2 Minimum number Minimum Cable # of conductors: conductor size: 407 4 910 Cu. Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes 1 Black Relay Panel 2 Transformer T2 Overcurrent CTR-600:5 2 Red Relay Panel 2 Transformer T2 Neutral WE 3 Blue Relay Panel 2 Transformer T2 4 Orange Relay Panel 2 Transformer T2 r Cable # 408 Minimum number of conductors: 4 Minimum conductor size: 910 Cu_ Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes 1 Black Relay Panel 1 Transformer T2 Meter CTR-1600:5 2 Red Relay Panel 1 Transformer T2 Lowside WYE 3 Blue RelayPanel 1 Transformer T2 Inside Jm r:BCT-L-Y2' BCT-M-Y2 4 Orange Relay Panel i Transformer T2 and BCT-N42 Minimum number Minimum Cable # of conductors: conductor size: 409 4 010 Cu_ Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Pt ose Notes I Black Relay Panel 2 Transformer T2 Overcurrent CTR-2000:5 2 Red Relay Panel 2 Transformer T2 Lowside WYE 3 Blue Relay Panel 2 Transformer T2 Outside Jm r:BCT-H-XS BCT-J-X4 4 Orange Relay Panel 2 Transformer T2 and BCT-K-X5 Minimum number Minimum Cable # of conductors: conductor size: snn 11) ;fln C11 Conductor Number Conductor Color FROM: Device Terminal # TO: Identification Device Terminal # Purpose Notes 1 Black Relay Panel I CS Trip Positive R=remote 2 Red Relav Panel 1 CS R TR Positive 3 Blue Relay Panel I CS R Trip 4 Orange Relay Panel I CS Green Light 5 Yellow Relay Panel CS Block CL Positive 6 Brown Relay Panel 1 CS Block CL 7 Red/Black Relay Panel 1 CS R CL Positive 8 Blue/Black Relay Panel CS Close 9 Orange/Black Relay Panel I CS "a" Contact 10 Yellow/Black Rela—y Panel I CS "a" Contact 11 Brown/Black Relay Panel 1 CS "a" Contact 12 Black/Red Relay Panel 1 CS "a" Contact Remove: JMPR TA-1 to TA-Z Minimum number Minimum Cable # of conductors: conductor size: 4n1 12 910 Cv. Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes 1 Black Relay Panel I CS "a" Contact Spare 2 Red Rela Panel I CS It 3 Blue Relay Panel I CS "a" Contact Spare 4 Orange Relay Panel 1 CS " 5 Yellow Relay Panel CS 6 Brown Relay Panel CS 7 Red/Black Relay Panel CS 8 Blue/Black Relay Panel CS 9 Orange/Black Relay Panel 1 CS 10 Yellow/Black Relay Panel I CS 11 Brown/Black 1 Relay Panel I CS 12 Black/Red I Relay Panel CS Cable # of conductors: 502 12 conductor size: 910 Cu. Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes 1 Black Transformer T1 Relay Panel 1 *63-T1 Trip Sudden Pressure Trip 2 Red Transformer TI _ Relay Panel I *63-TI Trip 3 Blue Transformer TI Relay Panel 1 63-T1 Alarm Sudden Pressure Alarm 4 Orange Transformer. Tl Relay Panel 1 63-Tl Alarm 5 Yellow Transformer T1 Relay Panel 1 6 Brown Transformer TI Relay Panel 1 7 Red/Black Transformer T1 Relay Panel I 8 Blue/Black Transformer T1 Relay Panel I Main and LTC tank 9 Orange/Black Transformer T1 Relay Panel I sudden pressure trip 10 Yellow/Black Transformer T1 Relay Panel I I 1 Brown/Black Transformer T1 Relay Panel I 12 Black/Red Transformer TI Relay Panel 1 * Using a seal in relay auxiliary contact to trip Minimum number Minimum Cable # of conductors: conductor size: 503 12 # 10 Cu. Conductor Number I Conductor I Color FROM: Device Terminal # TO: Device Terminal # Identification Pu ose Notes I Black Transformer. TI Relay Panel 2 26 1 Main tank oil temp alarm 100 °C 2 Red Transformer T1 Relay Panel 2 49T Winding tem' alarm 105 °C 3 Blue Transformer TI Relay Panel 2 63PI Main tank prelssute relief + 10 si 4 Orange Transformer TI Relay Panel 2 63SP1 Main tank sudden pressure trip 5 Yellow Transformer TI Relay Panel 2 71 I Main tank oil level alarm 6 Brown Transformer T1 Relay Panel 2 26 2 LTC tank oilitemp alarm 100.°C 7 Red/Black Transformer TI Relay Panel 2 63P2 LTC tank prossure relief + 10 si 8 Blue/Black Transformer TI Relay Panel 2 63SP2 LTC sudden ressure trip 9 Orange/Black Transformer TI Relay Panel 2 7I 2 LTC tank oil; level alarm 10 Yellow/Black Transformer T1 Relay Panel 2 63PS Tank nitro eii pressure hi' , r low, 11 Brown/Black Transformer T1 Relay Panel 2 63L Nitro en bottle low pressure 12 Black/Red Transformer T1 Relay Panel 2 Alarm DC- Xfrnr TI Minimum number Minimum Cable # of conductors: conductor size: 504 12 VIn (711 Conductor NumberDevice Terminal # TO: Device Terminal # Identification Purpose Notes 1 ransformer TI RelayPanel 1 2 Transformer T 1 Rela Panel 1 3 RuctorROM: Transformer TI Rela Panel 1 4 Transformer TI Rela Panel 1 5 Transformer TI Rela Panel 1 6 Transformer Tl Rela Panel I 7 Transformer T1 Relay Panel 1 8 Blue/Black Transformer T1 Relay Panel 1 9 Orange/Black Transformer TI Relay Panel I 10 Yellow/Black Transformer T1 Relay Panel 1 l l Brown/Black Transformer T1 Relay Panel 1 12 Black/Red Transformer Tl Relay Panel 1 SPARE Minimum number Minimum Cable # of conductors: conductor size: 505 4 1110 01 Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes I Black Relay Panel 1 Transformer TI Land terminals on JBox end only 2 Red Relay Panel 1 Transformer T1 3 Blue Relay Panel 1 Transformer TI 4 Orange . Relay Panel 1 Transformer TI Xfmr TI Spare Cable # i0E Minimum number of conductors: 12 Minimum conductor size: # 10 Cu. Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes 1 Black Relay Panel l Relay Panel 2 Red Relay Panel Relay Panel 3 Blue Relay Panel l Relay Panel 4 Orange Relay Panel 1 Relay Panel 5 Yellow Relay Panel 1 Relay Panel 6 Brown Relay Panel Relay Panel 7 Red/Black Relay Panel Relay Panel 8 Blue/Black Relay Panel Relay Panel 9 Orange/Black Relay Panel l Relay Panel 10 Yellow/Black Relay Panel I Relay Panel 11 Brown/Black Relay Panel Relay Panel 12 Black/Red Rela Panell -_Relay Panel2 Minimum number Minimum Cable # of conductors: conductor size: SM 12 910 Cu_ Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes 1 Black Relay Panel Relay Panel 2 Red Relay Panel l Rek Pane12 3 Blue Relay Panel Relay Panel 4 Orange Relay Panel I Relay Panel 5 Yellow Relay Panel l Relay Panel 6 Brown Relay Panel Relay Panel 7 Red/Black Relay Panell Relay Panel 8 Blue/Black Relay Pan, -,I -I Relay Panel 9 Orange/Black Relay Panell Relay Panel 10 YelIowBlack Relay Panel I Relay Panel2 11 Brown/Black Relay Panel Relay Panel 12 Black/Red Rela Panell Relay Panel Minimum number Minimum Cable # of conductors: conductor size: 508 12 # In r„ Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes I Black Rela Panel I RelayPanel 2 Red Rela Panel I RelayPanel 3 Blue Rela Panel I Relay Panel 4 Orange Relay Panel I Relay Panel 5 Yellow Relay Panel I Relay Panel 6 Brown Relay Panel Relay Panel 7 Red/Black Relay Panel I Relay Panel 8 Blue/Black Relay Panel I Relay Panel 9 Orange/Black Relay Panel 1 Relay Panel 10 Yellow/Black Relay Panel I Relay Panel 11 Brown/Black Relay Panel I Relay Panel 12 Black/Red Relay Panel 1 Relay Panel spare Minimum number Minimum Cable # of conductors: conductor size: 509 12 ;#tn c» Conductor Number Conductor Color FROM: Device Terminal # TO: Device Tenninal # Identification Pu ose Notes 1 Black Transformer T2 Relay Panel 2 *63-T1 Trip Sudden Pressure Trip 2 Red Transformer T2 Relay Panel 2 *63-T1 Trip 3 Blue Transformer T2 Relay Panel 2 63-T1 Alarm Sudden Pressure Alarm 4 Orange Transformer T2 Relay Panel 2 63-T1 Alarm 5 Yellow Transformer T2 Relay Panel 2 6 Brown Transformer T2 Relay Panel 2 7 Red/Black Transformer T2 Relay Panel 2 8 Blue/Black Transformer T2 Relay Panel 2 Main and LTC tank 9 Orange/Black Transformer T2 Relay Panel 2 sudden pressure trip 10 Yellow/Black Transformer T2 Relay Panel 2 11 Brown/Black Transformer T2 Relay Panel 2 12 Black/Red Transformer T2 Relay Panel 2 * Using a seal in relay auxiliary contact to trip Cable # 51n Minimum number of conductors: 1? Minimum conductor size: # 10 Cu. Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes 1 Black Relay Panel 2 Transformer T2 26 1 Main tank oil temp alarm 100 °C 2 Red Relay Panel 2 Transformer T2 49T Winding temp alarm 105 °C 3 Blue Relay Panel 2 Transformer T2 63PI Main tank pressure relief + 10 si 4 Orange Relay Panel 2 Transformer T2 63SP 1 Main tank sudden pressure trip 5 Yellow Relay Panel 2 Transformer T2 71 1 Main tank oil level alarm 6 Brown Relay Panel 2 Transformer T2 26 2 LTC tank oil temp alarm 100 °C 7 Red/Black Relay Panel 2 Transformer T2 63P2 LTC tank pressure relief + 10 si 8 Blue/Black Relay Panel 2 Transformer T2 63SP2 LTC sudden pressure trip 9 Orange/Black Relay Panel 2 Transformer T2 71 2 LTC tank oil level alarm 10 YeIlow/Black Rela Panel 2 Transformer T2 63PS Tank nitrogen pressure high or low 11 Brown/Black Relay Panel 2 Transformer T2 63L Nitrogen bottle low pressure 12 Black/Red Relay Panel 2 Transformer T2 Alarm DC- Xfmr T1 Minimum number Minimum Cable # of conductors: conductor size: 411 11) 1110 Cn_ Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes l Black Transformer T2 Relay Panel 2 2 Red Transformer T2 Relay Panel 2 3 Blue Transformer T2 Relay Panel 2 4 Orange Transformer T2 Relay Panel 2 5 Yellow Transformer T2 Relay Panel2 6 Brown 'Transformer T2 Relay Panel 2 7 Red/Black Transformer T2 Relay Panel 2 8 Blue/Black Transformer T2 Relay Panel 2 9 Orange/Black Transformer T2 Relay Panel 2 10 Yellow/Black Transformer T2 Relay Panel 2 I I Brown/Black Transformer T2 Relay Panel 2 I2 Black/Red Transformer T2 Relay Panel 2 SPARE Minimum number Minimum Cable # of conductors: conductor size: 512 d ifln r„ Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification ose Notes l Black Relav Panel 2 Transformer T2 _T!IT Land terminals on JBox end only 2 Red Relay Panel 2 Transformer T2 3 Blue Relay Panel Transformer T2 4 Orange Relay Panel 2 Transformer T2 Xfmr T2 Spare Minimum number Minimum Cable # of conductors: conductor size: 513 12 #in Cu Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes I Black Battery Relay Panel 2 Red Battery Relay Pane 3 Blue Battery Relay Panel 4 Oran a Battery Relay Panel 5 Yellow Battery Relay Panel 6 Brown Battery Relay Panel 7 Red/Black Battea Relay Panel 8 Blue/Black Battery Relay Panel 9 Orange/Black Battery Relay Panel 10 Yellow/Black Battery Relay Panel 11 Brown/Black Battery Relay Panel 12 Black/Red Battery Relay Panel SPARE Minimum number Minimum Cable # of conductors: conductor size: 701 2 Fiber Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes I SEL-3530 Xfrnr TI LTC Control Transmit 2 1 Receive *Fiber Furnished By Others *Fiber cable must be run in a conduit separate from other control cables Minimum number Minimum Cable # of conductors: conductor size: 703 2 Fiber Conductor Number Conductor Color FROM: Device Terminal # TO: Device Terminal # Identification Purpose Notes I SEL-3530 Xfmr T2 LTC ControlT Transmit 2 1 Receive *Fiber Furnished B Others *Fiber cable must be run in a conduit separate from other control cables No Text