Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2016-R0236 - MH Civil Contractors - 07_28_2016 (2)
Resolution NO. 2016-RO236 Item No. 6.8 July 28, 2016 RESOLUTION BE ITRESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT City of Lubbock Bid No. RFP I6-12821-TF is awarded to MH Civil Constructors, Inc„ of Amarillo, Texas, for Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs, and further THAT the Mayor of the City of Lubbock is authorized and directed to execute, for and on behalf of the City of Lubbock a contract for said activities with the terms of the bid submitted attached hereto and incorporated herein, and related documents. Passed by the City Council on July 28, 2016 DANIEL M. POPE, MAYOR ATTEST: Re e a Garza. City Secreta APPROVED AS TO CONTENT: L. Wood Franklin, P.E., Director of Public Works APPROVED AS TO FORM: RES.Bid Award-MH Civil Constructors, Inc. 6.15.16 CERTIFICATE OF INTERESTED PARTIES FORM 1295 loft Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2016-76503 MH Civil Constructors, Inc. Amarillo, TX United States Date Filed: 06/27/2016 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 06/27/2016 3 Provide the identification number used by the govemmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 12821 Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary Moreno, Juan Amarillo, TX United States X X Hernandez, Saul Amarillo, TX United States X X 5 Check only if there is NO Interested Party. 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021 CERTIFICATE OF INTERESTED PARTIES FORM 1295 loll Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2016-76503 MH Civil Constructors, Inc. Amarillo, TX United States Date Filed: 06/27/2016 2 Name of governmental entity or state agency that is a parry to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 12821 Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs Nature of interest 4 Name of Interested Pa Party City, State, Count lace of business ry Country (p ) (check applicable) Controlling Intermediary Moreno, Juan Amarillo, TX United States X X Hernandez, Saul Amarillo, TX United States X X 5 Check only if there is NO Interested Patty. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. �j Digitally signed by Saul B. Hernandez Location: Amarillo, Texas 111 Contact lnfo: 806.367.6043 Date: 2016.06.27 10:08:22-05'00' �Sipnan/re of authorized agent of contracting business entity 1".Dt6it6Qysigned by Chris - - - l:K; n H fl, Remleyi AFFIX NOTARY STAMP / SEAL ABOVE 1Qf" "MMU° [6catoil: Amarillo, Texas ■•m om GSjntadInfo:806-367-6043 Date 9016.06.27 Sworn to and subscribed before me, by the said _ T1F150 os'oo' this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021 BOND CHECK BEST RATING: LICENSED IN TEXAS DATE: BY: CONTRACT AWARD DATE: July 28, 2016 City of Lubbock Specifications for Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs RFP 16-12821-TF CONTRACT 12821 PROJECT NUMBER: 92221.9242.30000 Plans & Specifications may be obtained from BidSync.com -zc)1�- Roa36 CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank ADDENDUM Page Intentionally Left Blank zbb'ock ADDENDUM I Proposal Due Date Extension RFP 16-12821-TF Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs DATE ISSUED: June 7, 2016 NEW CLOSE DATE: June 14, 2016 at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Proposal Due Date Extension 1. The due date for proposals has been modified from June 7, 2016. A. The new due date is June 14, 2016, at 2:OOPM CST. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores(a%mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, ?eo#& 5kow . ; CITY OF LUBBOCK Teofilo Flores Senior Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such ( notifications will be made. L, a. Pate Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 16-12821-TF Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed. 1. X Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken." Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. X Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. T 3. X Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 4. X Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. X Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. X Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. X Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 8. X Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 9. X Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. X Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: II. X Please submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON- RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. MH Civil Constructors Inc. (Type or Print Company Name) Page Intentionally Left Blank i 1. 2. 3. 4. tV '. 5. I 6. ., 7. 8. 9. 10. 11. .y 11. 12. 12. 13. INDEX NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS GOVERNMENT CODE § 2269-151 THRU 2269-058 PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES GENERAL CONDITIONS OF THE AGREEMENT DAVIS-BACON WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS Pate Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank Notice to Offerors RFP 16-12821-TF Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 PM on June 7, 2016, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the i construction of the following described project: Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing i, and Contract Management for the City of Lubbock, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 2:00 PM on June 7, 2016, and the City of Lubbock City Council will consider the proposals on July 14, 2016, 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 BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. 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 Offerror. 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 Offerror 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 May 24, 2016, at 10:00AM, in Committee Room 103, 1625 13th Street, Lubbock, TX 79401. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the f requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, . disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2175 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, .Marta-ACvareZ Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Pate Intentionally Left Blank C IGENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs per the attached specifications and contract documents. Sealed proposals will be received no later than 2:OOPM, June 7, 2016 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 16-12821-TF, Lake Alan d Henry Intake Structure and Montford Dam Instrumentation and Repairs" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management 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 conference will be held at 10:00AM, May 24, 2016 in Committee Room 103, 1625 1311 Street, Lubbock, TX 79401. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. P 2.2 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 Director of Purchasing and Contract Management. 1 At the request of the proposer, or in the event the Director of Purchasing and Contract _ Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at http://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than seven (7) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven (7) calendar days prior to the opening of proposals. 5 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. t 2 1 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT - 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) x 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST E 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 t- 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS 3 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. 3 12 13 14 15 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than seven (7) calendar days before the proposal closing date. A review of such notifications will be made. 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 () CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contract Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: TKFlores@mylubbock.us Bidsync: www.bidsvnc.com TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 165 J Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 1"Al 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. k 4 f 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final 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 L 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. __ 5 19 20 21 22 23 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. TEXAS STATE SALES TAX 4 1 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor f_, 24 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. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name. 29.3.2 Proposal "REP 16-12821-TF LAKE ALAN HENRY INTAKE STRUCTURE AND MONTFORD DAM INSTRUMENTATION AND REPAIRS" Ij 30 31 pEp Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors 7 (f) The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 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 Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 20% for Contractor Qualifications, 10% References, and 10% for Safety Record. The selection criteria used to evaluate each proposal includes the following: 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 20% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 10% REFERENCES: When evaluating a contractor's references, the City uses the references attached to the Contractor's proposal in "Attachment A - Current Projects and Project Completed I j within the last 10 Years" of the Contractor's Statement of Qualifications. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum 10 +_ of five points allowable. Each evaluator assigns points based upon the responses to reference checks. 32.4 10% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = 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 Ratio (EMR). Contractors with an EMR greater than 1.0, as well as those Contractors not submitting EMRs, will receive zero points for this portion of the selection criteria. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the EMR. 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 32.6 The estimated budget for the construction phase of this project is $365,000 32.7 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. 11 r -I 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind " 34. ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 35 PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. e� 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: hqp://www.wdol.gov/dba.aspx 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. 12 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. 13 Page Intentionally Left Blank TEXAS GOVERNMENT CODE & 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. - Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity. is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Pate Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: June 14, 2016 PROJECT NUMBER: RFP I6-12821-TF Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs Proposal of MH Civil Constructors. Inc. (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Of%ror, in compliance with your Request for Proposals for the construction of a Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 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 r construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price staled below. The price to cover all expenses incurred in performing the work required under the contract documents. The Offeror may select to bid on as many or as few of the available bid options listed as desired. Offeror to indicate "NOT BIDDING" in Pay Item Subtotal box when not proposing on that particular Pay item. PROPOSAL FOR PAY ITEM I lnteke Tower & Brid e: Abutment Beam Repairs as indicated on Sheets 1 2 and 3 SUB- QTY UNIT EXTENDED ITEM DESCRIPTION UNIT (+". PRICE COST 1 A Mobilization I Lump Sum $23,274.00 $23 274.00 1B Bridge Abutment — Replace Bearing Pads 4 Each 11662.00 $46,648.00 1 C Bridge Abutment - Install Keeper Angles 4 Each 874.00 $3 496.00 1D Bridgc Abulmcnt- Repair Beam Ends I Lump Sum $16,837.00 $16,837.00 PAY ITEM I SUBTOTAL: $90,255.00 PROPOSAL FOR PAY ITEM 2 Intake Tower & Bridge: Abutment Joint Cover Plate as indicated on Sheets 1,2 and 4 SUB- Q(T) UNIT EXTENDED ITEM DESCRIPTION UNIT (T) PRICE COST 2A Mobilization I Lump Sum $1.506.00 2B Bridge Abutment -, Install Joint Cover Plate I Lump Sum 6 399.00 $6 399.00 PAY ITEM 2 SUBTOTAL: 7 9Q5.00 PROPOSAL FOR PAY ITEM 3 Intake Tower & Bridge: Instrumentation and Tar et Installation Ws indicated on Sheets 3 2, 5 dnd SUB- QTy UNIT EXTENDED ITEM DESCRIPTION UNIT (+.) PRICE COST 3A Mobilization 1 Lump Sum 13 i 07AQ $13.107.00 3B Bridge/Tower, Tiltmeter installation 4 Each 8 701.0 $34.804.00 3B Survey Target Installation 4 Each 1025.oQ $4,100.00 PAY ITEM 3 SUBTOTAL: $52,011.00 PROPOSAL FOR PAY ITEM 4 Intake Tower & Bridge: Conduits, Terminal Panel & Elec. Room Painting as indicated on Sheets 1 Z 7 and 7B SUB- QTy UNIT EXTENDED ITEM DESCRIPTION UNIT t+ •1 PRICE COST 4A Mobilization I Lump Sum $19.570.00 $19,570.00 4B Bridgerfower, New Conduit Installation 1 Lump Stun $48,345.00 $48,345.00 4C Bridgerrower, Termination Panel I Lump Sum $4.563.00 $4,563.00 4D Bridge/Tower, Repairs to Existing Conduits I Lump Sum $29,258.00 $29,258.00 4E Tower, Paint Interior and Exterior of Electrical Bldg. I Lump Sum $7,837.00 $7,837.00 PAY ITEM 4 SUBTOTAL: $109,573,00 6 OU'eror's Initials OPOSAL FOR PAY ITEM 5 M ord Dam: Piezometer Instrumentation Installations as in ted on Sheets 1 2,, 8 and 9 SUB- ITEM DESCRIPTION UNIT QTY 014 UNIT PRI EXTENDED COST SA Mobil izatt I Lump Sum X$2.100 $22,872.00 5B Piczomctcr Ins trum �onstallation (per group) 3 Lac $61,102.00 $183,306.00 PAY 1K 5 SUBTOTAL: $206,178.00 :.A PROPOSAL FOR PAY ITEM 6 Montford Dam: Piezometer Terminal Panels, <duit & Surface Pads as indicated on Sheets 1, 2,10 and 11 SUA- [iEM DESCRIPTION QTY +..t UNIT PRICE EXTENDED COST 6A Mobilization I Sum $10,109.00 $10,109.00 613 Installation orpieza r Conduits 3 Each $3,629.00 $10,887.00 6C Constructio Piezometer Surface Paris 3 Each 35.00 $17,805.00 6D ZInation ofTerminal Panels 3 Each $4,773.00 $14,319.00 PAY ITEM 6 SUBTOTAL, $53,120.00 A— Offcror's Initials 7 Notcs for aU Pay items: - The mobilizatIODA - The OwncrjOM 9 _ Offcror's Initials N PROPOSAL SUMMARY PAY ITEM DESCRIPTION AMOUNT PROPOSED I Intake Tower & Bridge: Abutmcnt Beam Repairs $90,255.00 2 Intake Tower & Bridge: Abutment Joint Cover Plate $7.905.00 3 Intake Tower & Bridge: Instrumentation & Target Installation $52,011.o0 4 Intake Towcr & Bridge: Conduits, Terminal Panel & Ekc. Room S109,573 Painting Of eror's Initials IM 9 f_.� Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 165 Consecutive Calendar Days thereafter as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated . damages the sum of S1,000 for each consecutive calendar day after substantial completion and in excess of the time to final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty f6QI 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. _ Offeror's Initials 10 Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for VA-- Dollars (S or a Proposal Bond in the sum of �h75 h TM 1 fan Dollars (S which It is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance orsaid r proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Oifcrors. 14 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Sea] if Offeror is a Corporation) Offeror acknowledges receipt of the following addenda: _7 Addenda No Date (� Addenda No. Date Addenda No. Date Addenda No. Date (Printed or Typed Name) MH Civil Constructors, Inc. Company 4200 Ridocrest Cir. Bid D Address Amarillo , Randall City, County Texas , 79109 Statc Zip Code Telephone: _ (Q05) - 367-6043 Fax: NA - Email: bid(fth-civil.com FEDERAL TAX ID or SOCIAL SECURITY N 27-2016347 MAYBE Firm: woman Black American Nativr American Hispanic American Asian Pacific American Other (Specify) .v coal, Merchants Bonding Company P.O. BOX 26720 • AUSTIN, TX 78756.0720 BID BOND PUBLIC WORK KNOW ALL PERSONS BY THESE PRESENTS: That MH Civil Constructors, Inc. (hereinafter called the Principal) as Principal, and the MERCHANTS BONDING COMPANY (Mutual) a corporation of the State of Iowa, with its Home Office in the City of Des Moines, Iowa, (hereinafter called Surety), as Surety, are held and firmly bound to City of Lubbock, Texas (hereinafter called the Obligee) in the full and just sum of ($ 5% of the Total Contact Amount Five-Percent(5%) of the Total Contract Amount Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns* jointly and severally, firmly by these presents. Signed and dated this 7th day of June 2016 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs RFP 16-12821-TF CONTRACT 12821 PROJECT NUMBER: 8543.9241.30000 according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the MERCHANTS BONDING COMPANY (Mutual) and Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, In case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. , Witness: _ MH Civil Constructors Inc. Principal L By -Saul He an ez, ncip@ ` Attest: ( l MERCHIANTS BOND NG COMPANY (Mutual) {j By co cool B. Bentley, A m oey in Fact t .1� MERCHANTS BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies' do hereby make, constitute and appoint, individually, Brandy Brown; Cory B Bentley; Lauren Freeman; Robert B Bentley; Ronald McQueen Hudson; Tracy Velasquez their true and lawful Attomey(s)dn-Fact, to make, execute, seal and deliver on behalf of the Companies, as Surely, bonds, undertakings and other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: TEN MILLION ($10,000,000.00) DOLLARS This Power -of -Attorney Is granted and is signed and seated by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. `The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Aftomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of Indemnity and other writings obligatory in the nature thereof." 'The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it Is agreed that the power and authority hereby given to the Allomeydn-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and s construction contracts required by the Slate of Florida Department of Transportation. It Is fully understood that consenting to the Slate of Florida I Department of Transportation making payment of the final estimate to the Contractor and/or Its assignee, shall not relieve this surety company 111 of any of Its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this Instrument to be signed and sealed this 26th day of August 2015 ���•••"^•.,, ti�o1"�C •' � � - � •' • 0`NPO �4/,0 MERCHANTS BONDING COMPANY (MUTUAL) Q:: .O ;• MERCHANTS NATIONAL BONDING, INC. erg;=eQ a?;• o = ;=v� 9�•y�. 1933 C: • d6,• Q• -Oc--7" By STATE OF IOWA '• ' COUNTY OF Dahas ss. President On this 26th day of August 2015 , before me appeared Lary Taylor, to me personally known, who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.: and that the seals affixed to the foregoing Instrument are the Corporate seals of the Companies, and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. r_ elAfIr WENDY WOODY o Commission Number 78954 7 My Commission Expires r June 20. 2017 Notary Publu , Counry, lows (Expiration of notary's commission does not Invalidate this Instrument) { I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still In full force and effect and has not been amended or revoked. In Witness whereof, I have hereunto set my hand and affixed the seal of the Companies on this 7th day of June 2016 11014.4 ,k03 0,, oR4A% 0 Z , 2Q>73 :.C) i-, POA 0014 (6/15) • • p�Na • CO,lfo • ;�O?OpPOR .q' tp ' a 1933 � �A Secretary L MERCHANTS BONDING COMPANY.. MERCHANTS BONDING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING, INC, 2100 FLEUR DRIVE - DES MOINES, IOWA 50321-1158 - (800) 678-8171 • (515) 243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) f Merchants National Bonding, Inc. 2100 Fleur Drive Des Moines, Iowa 50321-1158 (5I5) 243-8171 (800)678-8171 SUP 0073 TX (2/12) t Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: a 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. Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: 12 Contractor's General Information 13 Contractor's Organizational Experience I Organization Doing Business As I MH Civil Constructors. Inc. I Business Address of Regional Office 79109 Name of Regional Office Manager Saul B. Hemandez Telephone Numbers Main Number 806 367-6043 Fax Number N.A. Web Site Address umw rnhAvil rnm List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related cam anics presently doing business: Names of Oreanization I From Date To Date List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization N.A. Percent Ownership Years experience in projects similar to the proposed project: As a General Contractor 1 6 1 As a Joint Venture Partner N.A, i Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten No cars? 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 No local, state, or federal agency within the last five ears? If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating Yes litigation? If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials No defined in the contract documcnts? If yes provide full details in a separate attachment. See attachment No. 14 � � k Contractor's Proposed Key Personnel Organization Doing Business As MH Civil Constructors, Inc. P REM Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. Juan Moreno supervises all field construction. Saul Hernandez supervises all documentation. Manuel Flores serves as the site superintendent. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. Juan Moreno supervises all field construction. Saul Hernandez supervises all documentation. Manuel Flores serves as the site superintendent. 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 assignmcnt, 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 Juan Moreno Saul Hernandez Project Superintendent Manuel Flores Carlos Venegas Project Safety Officer Marco Villareal Juan Moreno Quality Control Manager Saul Hemandez Marco Villareal If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. 15 Proposed Project Managers Doing Business As Name of Individual Years of Experience as Project Manager Years of Experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Wichita Falls LS 65 Sanitary Extension Canadian WWTP Ph 3-5 Buffalo Gap Sanitary Sewer and Water System Reference Contact information(listing names indicates Name IT. Blane Boswell P.E. Title/ Position I Civil Enaineer I Proiect Manaaer MH Civil Constructors, In( 62 6 6 Percent of Time Used for this Project Estimated Project Completion Date 25% February 2016 25% May 2017 25% 1 February 206 oval to contactingthe names individuals as a reference Name Mike Keenum Title/ Position Storm Water Engineer Telephone 940 761-7477 Telephone 806 775-2393 E-mail blane.boswel( wichitafallstx. ov E-mail mkeenum@mylubbock.us Proiect LS 65 _SgniLary Extension Project Lubbock NW Drainage Ph i Candidate role on Project Manager Candidates role Project Manager Proiect on Proiect Name of Individual Years of Experience as Project Manager j Years of Experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Buffalo Gap Water and Sewer Systems Wichita Falls LS 65 Canadian WWTP Ph 3-5 Name I Jennifer Davidson P.E. Title/ Position I Storm Water Engineer Oranization I Citv of Lubbock Saul Hernandez 6 Percent of Time Used for Estimated Project this Project Com letion Date 15% February 20% 15% February 2016 35% Mav 2017 Namt Title/ E-mail JDavidson mail.ci.lubbock.tx.us E-mail at)hillii)s(@iacobmarfin.com Project Lubbock Concrete Drainage Project Buffalo Gap Projects Candidate role on Project Manager Candidate role Project g on Project Project Manager 16 Proposed Project Superintendent Organization Doing Business As MH Civil Constructors, Inc. Name of Individual Manuel Flores Years of Experience as Project Superintendent 11 Years of Experience with this organization 6 Number of similar projects as Superintendent 6 Number of similar projects in other positions 6 Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project Com letion Date Buffalo Gap Sanitary Sewer System 50% February 2016 Buffalo Gap Water Line Impr, 50% February 2016 Reference Contact Information(listing names indicates apRroval to contacting the names individuals as a reference Name Alien Phillins_ P.E. I Name I Dwioht Brandt P.E. Telephone 325 695-1070 Telephone 806 353-7233 E-mail a hilli s 'acobmartin.com E-mail DLBrandt@brandtengineers.com Project Buffalo Gap Projects Project Canadian WWTP & Hunsley Hills Candidate role on Project Manager Candidate role Project Manager Project I on Project Carlos Venegas Name of Individual Years of Experience as Project Superintendent 8 Years of Experience with this organization 6 Number of similar projects as Superintendent 6 Number of similar projects in other positions 16 Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date Canadian WWTP Ph 3-5 90% February 2016 Name T. Blane Boswell P.E. Name Allen Phillips, P.E. Title/ Position Civil Engineer/ Project Manager Title/ Position Project Manager I Civil Enclineer Organization City of Wichita Falls Organization Jacob and Martin LTD Telephone 940 761-7477 Telephone 325 695-1070 E-mail blane.boswell wichitafallstx. ov E-mail aphillips@jacobmardn.com Project LS 65 Sanitary Extension Project Buffalo Gap Sanitary Sewer S s. Candidate role on I Project Project Manager Candidate role on Project Project Manager 17 Reference Contact Information(listing names indicates ap val to contactingthe names individuals as a reference Name Allen Phillips, P.E. Namc Dwi ht Brandt, P.E. Title/ Position Pro ect Manager / Civil En in Title/ Position JPrincival Civil Engineer Oreanization Jacob and Martin. LTD rRaniz IRrandt Engineers. LTD Project tiuttalo uap Hro ects 1 Project lGanadian WWTP & Hunsie Hills Ca role on Project Manager Candidate role project Managerro Project on Pndidate ect Name of Individual Juan Moreno Years of Experience as Project Safcty Officer 12 Years of Experience with this organization 1 Number of similar projects as Safety Officer 6 Number of similar projects in other positions 6 Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date Wichita Falls LS 65 Sanita Extension 25% February 2016 Canadian WWTP Ph 3-5 25% May 2017 Buffalo Gaq Sanitary Sewer and Water Svstem 25% February 2016 Name IT. Blane Boswell P.E. I Name I Mike Keenum Title/ Position I Civil Enaineer / Protect Manager I Title/ Position I Storm Water Enoineer Telephone 940 761-7477 Telephone 806 775-2393 E-mail blane.boswell wichitafallstx. ov E-mail mkeenum@mylubbock.us Project LS 65 Sanitary Extension Project Lubbock NW Drainage Ph 1 Candidate role on project Manager Candidate role project Manager Proiect on Proiect 18 Proposed Project Quality Control Manager Business As MH Civil Constructors, Inc. Name of Individual Saul Hernandez Years of Experience as Quality Control Manager 10 Years of Experience with this organization 6 Number of similar projects as Quality Manager 6 Number of similar projects in other positions 6 Current Project Assigmments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Buffalo Gap Water and Sewer Systems 15% February 2016 Wichita Falls LS 65 15% February 2016 Canadian WWTP Ph 3-5 35% May 2017 Reference Contact Information(listing names indicates ap vai to contactingthe names individuals as a reference Name Jennifer Davidson P.E. Name Allen Phillips, P.E. Title/ Position Storm Water En ineer Title/ Position Project Manager / Civil Engineer Organization OW of Lubbock Organization Jacob and Martin LTD Telephone 806 775-2337 Telephone 325 695-1070 E-mail JDavidson mail.ci.iubbock.tx.us E-mail a hilli s 'acobmartin.com Project Lubbock Concrete Drainage Project Buffalo GaD Projects Candidate role on Proieet _ 1111, project Manager Candidate role on Protect project Manager Name of Individual Marco Villareal Years of Experience as Quality Control Manager 8 Years of Experience with this organization 6 Number of similar projects as Quality Manager 3 Number of similar projects in other positions 3 Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project Completion Dale Buffalo GaQ Sanitary Sewer and Water Svstem 70% February 2016 Name _ Title/ Position Name Title/ E-mail aphillips@jacobmarfin.com E-mail DLBrandt brandten ineers.com Project Buffalo Gap Projects Project Canadian WWTP & Hunsley Hills Candidate role on project Manager Candidate role Project Manager Project on Project 19 20 Contractor's Subcontractors and Vendors Organization Doing Business As I MH Civil Constructors, Inc. Provide a list of subcontractors that will provide more than 14 percent of the work (based on contract amounts Name Work to be Provided Est. Percent HUB/MWBE of Contract I Firm 21 Attachment A Current Projects and Project Completed within the last 10 Years Project Owner ity of Lubbock Project Name Lubbock Concrete Channel Repairs General Description of Project: Project Cost $390,000.00 Date Project Completed 10/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Juan Moreno Vicente San Martin Saul Hernandez Manuel Flores Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Jennifer Davidson Stormwater Engineer City of Lubbock 806 775-2337 JDavidson maii.ci.lubbock. Designer Saul Hernandez Office Manager MH Civil Constructors Inc. 806 367-6043 saulh@mh-ciVii.com Construction Manager Project Owner I City of Lorenzo Project Name I City of Lorenzo Water System Improvements General Description of Project: Project Cost $174,000.00 Date Project Completed 05/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Saul Hernandez Juan Moreno Juan Moreno Manuel Flores Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lorenzo City of Lorenzo Designer Clayton Scales, P.E. Enaineer KSA Engineers 806 335-1600 cscales@ksaeng.com Construction Manager Project Owner ICity of Lubbock Project Name I Lake Alan Hen Wildlife Mi anon Water Distribution General Description of Project: Project Cost $141 012.50 1 Date Project Completed 08/2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Saul Hernandez Juan Moreno I Juan Moreno Manuel Flores Reference Contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Water Utilities Engineer City of Lubbock 806 775-2344 'man rem ail.ci.lubbock.tx Designer Joe Man rem Water Utilities Engineer Ci of Lubbock 806 775-2344 1manQremfta1l.ci.lubbock.tx Construction Manager us is is 22 Project Information Project Owner I City of Amarillo Project Name Loop 335 Water and Sewer Relocations Phase 2 General Description of Project NONE Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $1,570,000 Notice to Proceed March 15, 2014 15 Change Orders Contract Substantial Completion Date at Notice to Proceed July 1, 2014 75 Owner Enhancements $35,000 Contract Final Completion Date at Notice to Proceed July 15, 2014 120 Unforeseen Conditions $75,000 Change Order Authorized Substantial Completion Date N/A N/A Design Issues Change Order Authorized Final Completion Date NIA NIA Total Actual 1 Estimated Substantial Completion Date July 15, 2014 120 Final Cost $1,680,000 Actual / Estimated Final Completion Date Project Sup Safety Officer July 15, 2014 Quality Control 120 Manager Project Manager Name Saul Hernandez Juan Moreno Juan Moreno Manuel Flores Percentage of Time Devoted to the Project 20% 50% 50% 20% Proposed for this Project Saul Hernandez Tony Gates Juan Moreno Manuel Flores Did Individual Start and Complete the Project? Yes No Yes Yes If not, who started or completed the project in their place. Juan Moreno Reason for change. left company Name Title/ Position Organization Telephone E-mail Owner Cityof Amarillo Chief Utilities Engineer Cit of Amarillo (806) 378A265 onathan.Gresham@amadllo. Designer Jon Gresham Chief Utilities En ineer City of Amarillo (806) 378-4265 onathan.Gresham@amadilo.g Construction Manager Sure Eric Anderson Senior Underwnter IFIC 281 681-3900 ext.13 eanderson ific.com Number of Issues Total Amount involved in Number of Issues Total Amount involved in Resolved 0 Resolved Issues 0 Pending 2 Resolved Issues 0 16 m City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal 1, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If li 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. Saul B. Hemandez Contractor (Original gnature) Contractor (Print) CONTRACTOR'S BUSINESS NAME: MH Civil Constructors, Inc. (Print or Type) 4° CONTRACTOR'S FIRM ADDRESS: 4200 Rid ecrest Cir. Suite 11 Amarillo TX 79109 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 Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. 1. RFP 16-12821-TF - Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs Page Intentionally Left Blank Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but arc 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. It C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following 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 X If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. 5 Offeror's Initials 1 y QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. 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 X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its"i proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: 0.99 ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK 1 t I have made n willful misrepresentations in this Questionnaire nor have I withheld information in m I certify hat v m oQu y 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 Treasurer / Office Manager Title 2 �� 1 Suspension and Debarment Certification Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or 'q debarred by a Federal agency. I_; COMPANY NAME: MH Civil Constructors, Inc. FEDERAL TAX ID or SOCIAL Signature of Company Official: No. 27-2016347 am Printed name of company official signing above: tSaUl b. Hernanaez l Date Signed: June 2016 Page Intentionally Left Blank PROPOSED LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. Abilene Electric Abilene, TX Electric ° to 2. Colorado Engr & Instr. Arvada, CO Piezometer installation cc ° 3. ❑ ° 4. ° ° S. ° ❑ 6. ° ❑ 7. 8. ° ° 9. ° ❑ 10. ° ❑ 11. ° ❑ 12. ❑ ° 13. ° ° 14. ° ° 15. ° ° 16. ° THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: MH CIVIL CONSTRUCTORS, INC. (PRINT NAME OF COMPANY) RFP 16-12821-TF - Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs Page Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS Pale Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. Abilene Electric Abilene, TX Electrical ° 2. Colorado Engr & Instr. Arvada, CO Piezometer installation ® ° 3. ❑ ❑ 4. ❑ ❑ 5. ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ 8. ° ° _ 9. ❑ ❑ 10. ❑ ❑ 11. ° ° 12. ° ° 13. ° ° 14. ❑ ❑ { 15. ° ° 4 16. ❑ ❑ SUBMITTED BY: MH CIVIL CONSTRUCTORS, INC. (PRINT NAME OF COMPANY) f THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS f-, DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP 16-12821-TF - Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs __' Paae Intentionally Left Blank I I PAYMENT BOND 'I Paae Intentionally Left Blank 9 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that MH Civil Constructors, Inc. (hereinafter called the Principal(s), as Principal(s), and Merchants Bonding Company (Mutual) (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 Two Hundred Fifty -Nine Thousand Seven Hundred Forty -Four Dollars $2( 59744) 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 28th day of July, 2016, to RFP 16-12821-TF Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were length at copied h herein. p � IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 2!R day of .1y(q 2016. Merchants Bonding Company (Mutual) Surety *By._ ( le Cory B. Bentley, attorney -in -fact Mk C41 (OAQC�fs, 1n('- (Company Name) I: Gay` (�. "eve'4' 1, Printed Name) (Signature) l 6.1w' ` h Gv1a�d� (Title) Page Intentionally Left Blank MERCHANTS Bond No. TXC-608106 BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint, individually, Brandy Brown; Cory B Bentley; Fredia N Allen; Lauren Freeman; Robert B Bentley; Ronald McQueen Hudson; Tracy Velasquez of Amarillo and State of Texas their true and lawful Attorney -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of - TEN MILLION ($10,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 13thday of August , 2014. y f. 0S STATE OF IOWA COUNTY OF POLK ss. ;�O.�EIPOA •.50. q . 10 • a: 1933 • • d, A MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. By /-0C--7r 774— President On this 13thday of August . 2014, before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. �VVA<S WENDY WOODY o q Commission Number 784654 My Commission Expires June 20, 2017 ua D��Qo:� Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner, Jr„ Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the dbove and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 28th day of Julv . 2016 Secretary POA 0014 (7/14) No Text The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an"MF-ifan agent resident in Lubbock County to whom any requisite notices may be delivered an on wMi7oin j"' of process maybe had in matters arising out of such suretyship. Approved as to form: City of Lubbock Merchants Bonding Company (M, rt� ��n Surety * By; I Cory B. Bentley, By yA * Note: ed 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. 2 No Text PERFORMANCE BOND Pate Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that MH Civil Constructors, Inc. (hereinafter called the Principal(s), as Principal(s), and Merchants Bonding Company (Mutual) (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 Two Hundred Fifty -Nine Thousand Seven Hundred Forty -Four Dollars $259744) 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 28th day of July, 2016, to RFP 16-12821-TF Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 2 day of v`2016. Merchants Bonding Company (Mutual) ' Q4 Ca jhc ' Im . Surety *By. — <Z'�� - (Title Cory B. Bentley, attorney- -fact (Company Name) By: S�,vl (� . �cdvl'V cz- ()? inted Name) (Signature) t (,ow .� iA&ne.A�r (Title) No Text '40 MERCHANTS Bond No. TXC-608106 BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint, individually, Brandy Brown; Cory B Bentley; Fredia N Allen; Lauren Freeman; Robert B Bentley; Ronald McQueen Hudson; Tracy Velasquez of Amarillo and State of Texas their true and lawful Attorney -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: TEN MILLION ($10,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 13thday of August , 2014. '•,,," ,W$00 STATE OF IOWA COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. By /-0e--7" 774— President On this 13thday of August 2014, before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. �PR�Ls WENDY WOODY o v Commission Number 784654 My Commission Expires �o P June 20, 2017 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 28th day of July 2016 F .�: :3• x•� • a 1933 ; C • secretary :ti•. • ti: POA 0014 (7/14) '.s► •.. .• ;rt,�= ••6dW \•\�•• a9: The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates r-nr.v R Bantlgf nttarAPA in fart 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. �2 Approved as to Form City of Lubbock I. By: Merchants Bonding Company (Mutual) Surety *By: Cory B. Bentley, att rney-in-fact * Note:�ated by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing' is erson has authori to si such obli ation. If si ed b an Attorne in Fact, we must have gp authority g �► Y Y copy of power of attorney for our files. 2 W � 4 Page Intentionally Left Blank CERTIFICATE OF INSURANCE Page Intentionally Left Blank ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 8/30/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements . PRODUCER NTA T NAME:Lauren Freeman Upshaw Insurance 801 S. Fillmore, Suite 300 Amarillo TX 79105 PHONE FAX c -4 - 4 A/c No : - 8- 4 50 AD RIESS:) r of h w-in r n om INSURERS AFFORDING COVERAGE NAIC # INSURER A.ArfteriSUre Mutual Ins. CO 23396 INSURED MHCIV-2 INSURERB-Amerisure Insurance CO 9488 INSURER C:Mid Continent18 MH Civil Constructors, Inc INSURER D: ntin n I Casualty Company 044 Saul Hernandez 4200 Ridgecrest Circle, Ste 11 Amarillo TX 79109 INSURER E: r ProCasualty1 1 =RF-.UCPM EnvironmentalInsurance COVERAGES CERTIFICATE NUMBER: 1874149119 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A GENERAL LIABILITY Y Y CPP20820490402 4/16/2016 4/16/2017 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE T RENTED PREMISES Ea occurrence $100,000 CLAIMS -MADE 1XI OCCUR MED EXP (Any one person) $5,000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2,000,000 POLICY X PRO LOC $ A AUTOMOBILE LIABILITYINED Y Y CA20820470402 4/16/2016 4/16/2017 SINGLE LIMIT Ea accident) $1,000,000 x BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ NON -OWNED HIRED AUTOS AUTOS B E X UMBRELLA LIAB EXCESS LIAR X OCCUR CLAIMS -MADE Y Y CU20820500402 ZUP15S844445-16 4/16/2016 4/16/2016 4/16/2017 4/16/2017 EACH OCCURRENCE $5,000,000 X AGGREGATE $5,000,000 DED I X I RETENTION $0 $ A WORKERS COMPENSATION AND EMPLOYERS LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE Y WC208205106 4/16/2016 4/16/2017 X WC STATU- OTH- mis E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? ❑ N / A E.L. DISEASE - EA EMPLOYEd $1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1 $1,000,000 F C D Pollution RailRoad Protective Equipment TBD 04RR000001884 6012815196 5/6/2016 6/18/2016 4/16/2016 4/16/2017 6/18/2017 4/16/2017 Each/Agg $1 Mil / $2Mil RR Occ/Aggregate $2Mil / $6Mil DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) Endorsements shown apply only if there is a written contract between the named insured & certificate holder that requires such coverage. GL,AU: Policies include a blanket additional insured endorsement (GL per attached CG7085(09/13)) with Primary & Non -Contributory Language and on -going and Completed Operations). UM: Follows form on underlying policies. GL,AU,WC: Policies include a blanket waiver of subrogation endorsement. WC: Saul Hernandez is excluded. 30 days Notice of Cancellation applies except 10 days for non -pay. Re: Lake Alan Henry Intake Structure and Montford Dam Instrumentation and repairs. #92221.9242.3000 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Lubbock c/o Purchasing & Contract Mgmt THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1625 13th Street, Room 204 ACCORDANCE WITH THE POLICY PROVISIONS. Lubbock TX 79401 AUTHORIZED ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Policy Number Agency Number Policy Effective Date CPP20820490402 04/16/2016 Policy Expiration Date Date Account Number 04/16/2017 Named Insured Agency Issuing Company MH Civil Constructors, Inc. Upshaw Insurance Agency Amerisure Insurance Co. 1. a. SECTION II - WHO IS AN INSURED is amended to add as an insured any person or organization: Whom you are required to add as an additional insured on this policy under a written contract or written agreement relating to your business. b. The written contract or written agreement must: (1) Require additional insured status for a time period during the term of this policy; and (2) Be executed prior to the "bodily injury", "property damage", or "personal and advertising injury" leading to a claim under this policy. C. If, however: (1) "Your work" began under a letter of intent or work order; and (2) The letter of intent or work order led to a written contract or written agreement within 30 days of beginning such work ;and (3) Your customer's customary contracts require persons or organizations to be named as additional insureds; we will provide additional insured status as specified in this endorsement. However, if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured, the insurance afforded to such person(s) or organization(s) only applies to the extent permitted by Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. 2. SECTION II - WHO IS AN INSURED is amended to add the following: If the additional insured is: a. An individual, their spouse is also an additional insured. b. A partnership or joint venture, members, partners, and their spouses are also additional insureds. c. A limited liability company, members and managers are also additional insureds. d. An organization other than a: (1) Partnership; (2) Joint venture;or Includes copyrighted material of Insurance Services Office, Inc. CG 70 85 09 13 Page 1 of 3 (3) Limited liability company; executive officers and directors of the organization are also additional insureds. Stockholders are also additional insureds, but only with respect to their liability as stockholders. e. A trust, trustees are also insureds, but only with respect to their duties as trustees. 3. The insurance provided under this endorsement is limited as follows: a. That person or organization is an additional insured only with respect to liability arising out of: (1) Premises you: (a) Own; (b) Rent; (c) Lease; or (d) Occupy; or (2) Ongoing operations performed by you or on your behalf. If, however, the written contract or written agreement also requires completed operations coverage, we will also provide completed operations coverage for that additional insured. b. Premises, as respects paragraph 3,a.(1) above, include common or public areas about such premises if so required in the written contract or written agreement. c. Additional insured status provided under paragraphs 3.a.(1)(b) or 3.a.(1)(c) above does not extend beyond the end of a premises lease orr rental agreement. - d. Ongoing operations, as respects paragraph 3.a (2) above, does not apply to "bodily injury' or "property damage" occurring after: (1) All work to be performed by you or on your behalf for the additional insured(s) at the site of the covered operations is complete including related materials, parts or equipment (other than service, maintenance or repairs); or (2) That portion of "your work" out of which the injury or damage arises is put to its intended use by any person or organization other than another contractor working for a principal as a part of the same project. e. The limits of insurance that apply to the additional insured are the least of those specified in the; (1) Written contract; (2) Written agreement; or (3) Declarations of this policy. The limits of insurance are inclusive of and not in addition to the limits of insurance shown in the Declarations. The insurance provided to the additional insured does not apply to "bodily injury", "property damage", or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of, or failure to render, any professional services, including but not limited to: (1) The preparing, approving, or failing to prepare or approve: (a) Maps; (b) Drawings; (c) Opinions; (d) Reports; (e) Surveys; Includes copyrighted material of Insurance Services Office, Inc. CG 70 86 09 13 Page 2 of 3 (f) Change orders; (g) Design specifications; and (2) Supervisory, inspection, or engineering services. g. SECTION IV— COMMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4. Other Insurance is deleted and replaced with the following: 4. Other Insurance. Coverage provided by this endorsement is excess over any other valid and collectible insurance available to the additional insured whether: a. Primary; b. Excess; c. Contingent; or d. On any other basis; unless the written contract or written agreement requires this insurance be primary. In that case, this insurance will be primary without contribution from such other insurance available to the additional insured. h. If the written contract or written agreement as outlined above requires additional insured status by use of CG 20 10 11 85, then the terms of that endorsement, shown below, are incorporated into this endorsement, to the extent such terms do not restrict coverage otherwise provided by this endorsement: ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Blanket Where Required by Written Contract or Agreement that the terms of CG 20 10 11 85 apply. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. Copyright, Insurance Services Office, Inc., 1984 CG 20 10 11 85 If the written contract or written agreement as outlined above requires additional insured status by use of an Insurance Services Office (ISO) endorsement, then the coverage provided under this CG 70 85 endorsement does not apply. Additional insured status is limited to that provided by the ISO endorsement. Includes copyrighted material of Insurance Services Office, Inc. CG 70 86 09 13 Page 3 of 3 r CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this ' certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this companv, the further hereinafter described. Excentions to standard policv noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ Ej Occurrence Personal & Adv. Injury $ i Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY v Any Auto Combined Single Limit $ E. All Owned Autos Bodily Injury (Per Person) $ u Scheduled Autos Bodily Injury (Per Accident) $ u Hired Autos Property Damage $ 11 Non -Owned Autos D GARAGE LIABILITY J. Any Auto Auto Only - Each Accident $ Other than Auto Only: Each Accident $ Aggregate $ G BUILDER'S RISK t0 100% of the Total Contract Price $ INSTALLATION FLOATER $ EXCESS LIABILITY E Umbrella Form Each Occurrence $ Aggregate $ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ 11 Included Statutory Limits Partners/Executive 11 Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER 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 as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRA°CTORCHECKLIST 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; i (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage -i 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 (13) 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 3 during the duration of the project; pi (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 1_J 6 notify the governmental entity in writing b certified mail or personal delivery, within ten (10) days after t () fY g tY � g Y P rY, the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are - required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARITCULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBLITY TO PROVIDE OT THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. f- REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the proj ect; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. Page Intentionally Left Blank CONTRACT Page Intentionally Left Blank a Contract 12821 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 28" day of July, 2016 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 MH Civil Constructors Inc. of the City of Amarillo, County of Randall and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: , RFP 16-12821-TF Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 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. MH Civil Constructors Inc.'s proposal dated June 14, 2016 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: MH Civil Constructors, Inc. By: I., B. PRINTED NAME: 5av I V,. *[Oqn AQ1 P• . TITLE: �WeUA NlAutkRs� COMPLETE ADDRESS: Company OA cwl w 4ar1,11( Address -0. ' � IISIA City, State, Zip s ,), ►X ~`� I b ATTEST: Corporate Secretary CITY OF LUBBOC , TEXAS (OWNER): By: Daniel M. Pope, Maydy ATTEST: RRebea Garza, City Secretary APPROVED AS TOACONTENT: Turpin, P:S., W9.f,Water Utilities Engineer Woofifranldin, P.E. Director of Public Works µ k Page Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY This questionnaire reflects changes made to law by H.B. 23, 80 Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a).- By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later than the 7th business day after the date the vendor becomes aware of the facts that require the statement to be -3 filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1625 13th Street, Room 206 Lubbock, TX 79401 Questionnaire is available at http://www.ci.lubbock.tx.us/departmentalwebsites/ departments/purchasing/vendor-information 1 CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES Texas Government Code 2252.908 Disclosure of Interested Parties Form 1295 House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. §2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. An interested party is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, notarizing and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will complete the form for the contract with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: https://www.ethics.state.tx.us/whatsnew/elf info forml295.htm 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 MH Civil Constructors, Inc., 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, John Turpin, P.E, Chief Water Utilities Engineer, 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 4 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. i 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, 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. The pipeline must be backfilled, tested, final grading and seeding performed for substantial completion. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no i extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and j place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. 15. 16. 17 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. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 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. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. 18 19 20. 21 Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's 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. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution J 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. qp The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be - approved by the Owner's Representative and their use shall be strictly enforced. t. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the 1 requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy y 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 3 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. t 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and f insurance costs; or (2) the amount that would have been charged by a reasonable and �I prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven (7) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. a. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED X - ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED ON A PRIMARY AND NON CONTRIBUTORY BASIS ON AUTO/GENERAL LIABILITY AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE e- DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Heavy Equipment B. Owner's and Contractor's Protective Liability Insurance. — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required)` The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned - and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance. — NOT REQUIRED E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $4,000,000 per occurrence on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverage's. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with t, the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person [ providing services on the project, for the duration of the project; I L 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; I_< (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; t (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. 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 of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www tdi.state.txus) to receive information of the legal requirements for (h) coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll '. amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of y classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; v obtain from each other person with whom it contracts, and provide to the () p Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, } within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. t ( i 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. i; 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $25 PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. m It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God 1' 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. t 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, - payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the i contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of 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. F-1 Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent LJ standard retainage until actually incorporated into the project. 7 _, 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 k 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 after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48 NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of 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 be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or L -I 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 t notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived i from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. INDEPENDENT CONTRACTOR IContractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority !L 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 I t_, s effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION ° The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek - judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). j 60. HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES A_ House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: ht_pt ://www.ci.lubbock.tx.us/departmental-websites/departments/purchasing/vendor-information Page Intentionally Left Blank DAVIS-BACON WAGE DETERMINATIONS Page Intentionally Left Blank EXHIBIT A General Decision Number: TX160007 01/08/2016 TX7 Superseded General Decision Number: TX20150007 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. t' ` HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an __ hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis - Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ...................... $ 20.96 f FORM BUILDER/FORM SETTER Paving & Curb ............... $ 12.36 Structures ..................$ 13.52 I M : • ' Asphalt Raker ...............$ 12.28 Flagger.....................$ 9.30 Laborer, Common ............. $ 10.30 Laborer, Utility ............ $ 11.80 Work Zone Barricade Servicer.................... $ 10.30 POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 Asphalt Paving Machine ...... $ 13.40 Broom and Sweeper ........... $ 11.21 Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or less ............... Front End Loader Operator, Over 3 CY................... $ 12.77 Front End Loader, 3CY or less............ Loader/Backhoe.............. $ 14.18 Mechanic .................... $ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 Roller, Asphalt .............$ 10.95 Roller, Other ...............$ 10.36 Scraper ..................... $ 10.61 Spreader Box ................ $ 12.60 Servicer .........................$ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER 113.46 .....$ 12.28 Lowboy -Float ................ $ 14.46 Single Axle ................. $ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................ $ 12.49 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198- 005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in t which the survey was conducted because those Regional Offices have responsibility for the Davis - Bacon survey program. If the response from this i_ initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. _: END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS PaEe Intentionally Left Blank DIVISION 01 General Requirements Page Intentionally Left Blank 01005 DEFINITIONS AND TERMINOLOGY 1.00 GENERAL 1.01 SPECIFICATION TERMINOLOGY A. "Engineer" or "Architect" or "Owners Project Team (OPT)" or "Project Construction Manager (PCM)" means Freese and Nichols, Inc., Architects and Engineers, 4055 International Plaza, Ste. 200, Fort Worth, Texas 76109-4895, or its designated representative. B. "Furnish" means to supply, deliver and unload materials and equipment at the project site ready to install. C. "Install" means the operations at the project site including unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, training and similar operations required to prepare the materials and equipment for use, verify conformance with Contract Documents and prepare for acceptance and operation by the Owner. D. "Provide" means to furnish and install materials and equipment. E. "Perform" means to complete the operations necessary to comply with the Contract Documents. F. "Indicated" means graphic representations, notes, or schedules on drawings, or other requirements in Contract Documents. Words such as "shown", "noted", "scheduled", are used to help locate the reference. No limitation on the location is intended unless specifically noted. G. "Specified" means written representations in the bid documents or the technical specifications. H. "Regulation" means laws, statutes, ordinances, and lawful orders issued by authorities - having jurisdiction, as well as, rules, conventions, and agreements within the construction industry that control performance of work, whether they are lawfully imposed by authorities having jurisdiction or not. I. "Installer" means an entity engaged by Contractor, either as an employee, subcontractor, or sub subcontractor to install materials and/or equipment. Installers are to have successfully completed a minimum of five projects similar in size and scope to this project, have a ' minimum of five years of experience in the installation of similar materials and equipment, and comply with the requirements of the authority having jurisdiction. J. "Manufacturer" means an entity engaged by Contractor, as a subcontractor, or sub subcontractor to furnish materials and/or equipment. Manufacturers are to have a -- minimum of five years' experience in the manufacture of materials and equipment similar in size, capacity and scope to the specified materials and equipment. K. "Project site" means the space available to perform the work, either exclusively or in conjunction with others performing construction at the project site. L. "Testing laboratory" means an independent entity engaged to perform specific inspections t or tests, either at the project site or elsewhere, and to only report the results of those inspections or tests. r. 1 i. . Definitions and Terminology 01005-1 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs M. "Listed" means equipment is included in a list published by a nationally recognized laboratory which makes periodic inspection of production of such equipment and states that such equipment meets nationally recognized standards or has been tested and found safe for use in a specified manner. N. "Labeled" means equipment that embodies a valid label, symbol, or other identifying mark of a nationally recognized testing laboratory such as Underwriters Laboratories, Inc., and production is periodically inspected in accordance with nationally recognized standards or tests to determine safe use in a specified manner. O. "Certified" used in context with materials and equipment means the material and equipment has been tested and found by a nationally recognized testing laboratory to meet specification requirements, or nationally recognized standards if requirements are not specified, and is safe for use in the specified manner. Production of the equipment must be periodically inspected by a nationally recognized testing laboratory and the equipment must bear a label, tag, or other record of certification. "Certified" used in context with labor performance or ability to install materials and equipment means that the abilities of the proposed installer have been tested by an representative of the specified testing agency authorized to issue certificates of competency and has met the prescribed standards for certification. "Certified" used in context with test reports, payment requests or other statements of fact means that the statements made on the document are a true statement as attested to by the certifying entity. 1.02 SPECIFICATION SENTENCE STRUCTURE A. Specifications are written in modified brief style. Requirements apply to all work of the same kind, class, and type even though the word "all" is not stated. B. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words "furnish", "install", "provide", or similar words include the meaning of the phrase "The Contractor shall..." before these words. C. It is understood that the words "directed", "designated", "requested", "authorized", "approved", "selected", or similar words include the meaning of the phrase "by the Engineer" after these words unless otherwise stated. Use of these words does not extend the Engineer's responsibility for construction supervision or responsibilities beyond those defined in the General Conditions. D. "At no additional cost to Owner", "With no extra compensation to Contractor", "At Contractor's own expense", or similar words mean that the Contractor will perform or provide specified operation of work without any increase in the Contract Amount. It is understood that the cost for performing all work is included in the amount bid and will be performed at no additional cost to the Owner unless specifically stated otherwise. 1.03 DOCUMENT ORGANIZATION A. The contract requirements described in the General Conditions, Supplementary Conditions and Division 1 apply to each and all specification sections unless specifically noted otherwise. Definitions and Terminology 01005-2 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs r B. Organization of Contract Documents is not intended to control or to lessen the responsibility of the Contractor when dividing work among subcontractors, or to establish the extent of work to be performed by any trade, subcontractor or vendor. Specifications or details do not need to be indicated or specified in each specification or drawing. Items shown in the contract documents are applicable regardless of location in the Contract Documents. C. Standard paragraph titles and other identifications of subject matter in the specifications are intended to aid in locating and recognizing various requirements of the specifications. Titles do not define, limit, or otherwise restrict specification text. D. Capitalizing words in the text does not mean that these words convey special or unique meanings or have precedence over other parts of the Contract Documents. Specification text governs over titling and it is understood that the specification is to be interpreted as a whole. E. Drawings and specifications do not indicate or describe all of the work required to complete the project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Engineer. Provide any work, materials or equipment required for a complete and functional system even if they are not detailed or specified. 1.04 INTERPRETATIONS OF DOCUMENTS A. Comply with the most stringent requirements where compliance with two (2) or more standards is specified, and they establish different or conflicting requirements for minimum quantities or quality levels, unless Contract Documents indicate otherwise. 1. Quantity or quality level shown or indicated shall be minimum to be provided or performed in every instance. 2. Actual installation may comply exactly with minimum quality indicated, or it may exceed that minimum within reasonable limits. 3. In complying with these requirements, indicated numeric values are minimum or maximum values, as noted, or appropriate for context of requirements. 4. Refer instances of uncertainty to the Engineer for a decision before proceeding. B. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the drawings but are not included in the specifications. 1.05 REFERENCE STANDARDS A. Comply with applicable construction industry standards as if bound or copied directly into the Contract Documents regardless of lack of reference in the Contract Documents. Apply provisions of the Contract Documents where Contract Documents include more stringent requirements than the referenced standards. 1. Standards referenced directly in the Contract Documents take precedence over standards that are not referenced but recognized in the construction industry as applicable. Definitions and Terminology 01005-3 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 2. Comply with standards not referenced but recognized in the construction industry as applicable for performance of the work except as otherwise limited by the Contract Documents. The Engineer determines whether code or standard is applicable, or which }; of several are applicable. g Consider a referenced standard to be the latest edition with supplements or amendments when a standard is referred to in an individual specification section but is not listed by title and date. C. Trade association names and title of general standards are frequently abbreviated. Acronyms or abbreviations used in the Contract Documents mean the recognized name of trade association, standards generating organization, authority having jurisdiction, or other entity applicable in the context of the Contract Documents. Refer to "Encyclopedia of Associations," published by Gale Research Company. D. Make copies of reference standards available as requested by Engineer or Owner. 1.06 SUBSTITUTIONS AND EQUAL PRODUCTS Provide materials and equipment manufactured by the entities specifically listed in each technical specification section. Submit a Contractor's Modification Request per Section 01300, SUBMITTALS for substitution of materials and equipment of manufacturers not specifically listed or for materials and equipment that does not strictly comply with the Contract Documents. END OF SECTION Definitions and Terminology 01005-4 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 011100 SUMMARY OF WORK L 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. Provide the civil, architectural, structural, mechanical, electrical, instrumentation and all other Work required for a complete and operable Project. 4. Test and place the completed Project in operation. 5. Provide the special tools, spare parts, lubricants, supplies, or other materials as indicated in Contract Documents for the operation and maintenance of the Project. 6. Install Owner provided products and place in operation. 7. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the PCM. 1.02 JOB CONDITIONS A. The General Conditions, the Supplementary Conditions, and General Requirements apply to each Section of the Specifications. B. Comply with all applicable state and local codes and regulations pertaining to the nature and character of the Work being performed. 1.03 DESCRIPTION OF WORK A. Intake Tower and Bridge: 1. Work for the Intake Tower and Bridge is described in general, non -inclusive terms as: a. Installation of bridge abutment plate. b. Repairs of spalled concrete at abutment beam ends. c. Construction of temporary scaffolding, swing -stage, or other contractor selected „* method to provide access to work areas. d. Installation of tiltmeters on the bridge substructure, housing enclosure panels and conduit. e. Repairs to existing conduit bridge conduits. f. Installation of one instrumentation terminal panel and conduit in existing tower control room. g. Repainting of tower control room Summary of Work 01 1100 -1 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs h. Restoring the project area upon completion of the construction. , B. Montford Dam: 1. Work for the Montford Dam is described in general, non -inclusive terms as: a. Excavation, earthwork, and site grading required to install instrumentation and appurtenances, including temporary pads for slope access. b. Installation of 9 piezometer instruments from 3 locations along the dam crest. c. Construction of 3 instrumentation terminal panels with conduit and surface pads along dam crest. d. Cleaning and development of existing downstream toe open -riser piezometers._ e. Restoring the project area upon completion of the construction. 1.04 WORK BY OWNER A. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Power and Electrical Services: 1. Pay for temporary power, including but not limited to construction cost, meter connection, fees and permits. 2. Contractor may use the permanent power source in lieu of temporary power source when permanent power is available at the Site. a. Notify PCM and Owner of intent to use the permanent power source. b. Arrange with the power utility and pay the charges for connections and monthly charges for use of this power. 3. Pay for the power consumed until the Project has been accepted as substantially complete, unless noted otherwise. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after [ l notifying the Contractor of its intent to do so.' B. Testing of equipment and appurtenances including specified training does not constitute acceptance for operation. l C. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. 1` D. Provide an endorsement from the insurance carrier permitting use of the Project during the remaining period of construction. E. Conduct operations to insure the least inconvenience to the Owner and general public. Summary of Work 01 1100 - 2 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs t 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials and products per the individual Sections of the Specifications. 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work 011100 - 3 LUB1248S — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs Page Intentionally Left Blank p 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Commissioning, start-up, training and initial maintenance and operation for new installed instrumentation; 3. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 4. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 5. Professional services including design fees, legal fees, and other professional services; 6. Bonds and insurance; 7. Permits, licenses, patent fees, and royalties; 8. Taxes; 9. Providing all documents and Samples required by the Contract Documents; 10. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor's use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 11. Products, materials, and equipment stored at the Site or other suitable location; 12. Products, materials, and equipment permanently incorporated into the Project; 13. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment, 14. Temporary facilities for managing environment conditions and Constituents of Concern; r Application for Payment Procedures 0129 00 -1 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 15. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, I storage facilities, working areas, and other facilities required for construction of the Project; g.. 16. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 17. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 18. Products, materials, and equipment consumed during the construction of the Project; 19. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 20. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 21. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 22. Contractor's safety programs, including management, administration, and training; 23. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 24. Providing warranties, extended or special warranties, or extended service agreements; 25. Cleanup and disposal of any and all surplus materials; and 26. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. PCM may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per Section 0133 04 "Construction Progress Schedule." 2. Project photographs per Section 0133 05 "Video and Photographic Documentation." 3. Record Documents per Section 0131 13 "Project Coordination." 1.02 SCHEDULE OF VALUES A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the PCM/Engineer. Application for Payment Procedures 0129 00 - 2 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs D. Use each unit price line item in the Agreement as a unit price line item in the Schedule of Values. E. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule of Values into smaller components to allow more accurate determination of the earned value for each item. 1. Provide adequate detail to allow a more accurate determination of the earned value expressed as a percentage of Work completed for each item. Line items may not exceed $50,000.00, unless they are for products, materials, or equipment permanently incorporated into the Project that cannot be subdivided into units or subassemblies. 3. Lump sum items may be divided into an estimated number of units to determine earned value. a. The estimated number of units, times the cost per unit, must equal the lump sum amount for that line item. b. Contractor will receive payment for the lump sum for the line item, regardless of the number of units installed, unless an adjustment is made by Change Order. 4. Include Contractor's overhead and profit in each line item in proportion to the value of the line item to the Contract Price. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. These line items may be used to establish the value of Work to be added or deleted from the Project. 7. The sum of all values listed in the schedule must equal the total Contract Price. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second component is all other cost associated with the item in the Agreement. The sum of the two components must equal the value of the line item in the Schedule of Values. G. Where a percentage of the line value is allowed for a specified stage of completion, show the value for each stage of completion as a component of that line item cost. 1.03 SCHEDULE OF ANTICIPATED PAYMENTS AND EARNED VALUE A. Submit a schedule of the anticipated Application for Payments showing the application numbers, submission dates, and the anticipated amount to be requested. Incorporate retainage into the development of this schedule of anticipated payments. B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to create a graphic (curve) representation of the anticipated progress on the Project each month. Adjust this table and curve to incorporate Modifications. Use this curve to compare actual progress on the Project each month by comparing the anticipated cumulative Total Earned Value of Fees, Work, and Materials to the actual Total Earned Application for Payment Procedures 0129 00 - 3 IUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs Value of Fees, Work, and Materials each month. Use the comparison of values to determine performance on budget and schedule. C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 BASIS FOR PAYMENTS A. Lump Sum Contracts: 1. Payment will be made for the earned value of Work completed during the payment period expressed as a percentage of Work completed for each line item during the payment period per the Contract Documents. 2. Payment amount is the value of Work completed per the Contract Documents multiplied by the percentage of Work completed. 3. Payment for lump sum items divided into an estimated number of units to determine earned value per Paragraph 1.02.E.3 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 1.05. B. Unit Price Contracts: 1. Payment will be made for the actual quantity of Work completed during the payment period and for materials and equipment stored during the payment period per the Contract Documents. 2. Payment amount is the Work quantity measured per the Contract Documents multiplied by the unit prices for that line item in the Agreement. 3. Payment for stored materials and equipment will be made per Paragraph 1.05. 4. Measure the Work described in the Agreement for payment. Payment will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT. A. Store materials and equipment properly at the Site. 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment show in the Application for Payment on Attachment A or Attachment B - Tabulation of Work on Approved Contract Modifications will be made for the invoice amount, up to the value show in the Schedule of Values for that line item. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be added to other line items. 3. Payment will be made in full for the value shown in the line item for products and materials if invoices for materials and equipment are less than the amount shown in Application for Payment Procedures 0129 00 - 4 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs u the line item and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item. 4. Provide invoices at the time materials are included on Attachment D - Tabulation of Values for Materials and Equipment. Include invoice numbers on Attachment D so that a comparison can be made between invoices and amounts included on Attachment D. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the tabulation of materials and equipment if this documentation is not provided. Payment will not be made for material and equipment without documentation of payment. C. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest. D. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor's obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until accepted in accordance with the General Conditions. E. Payment for materials and equipment does not constitute acceptance of the product. 1.06 RETAINAGE AND SET -OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. B. Reduce payments for set -offs per the General Conditions. Include Attachment C — Tabulation of Set -Offs in the Application for Payment. 1.07 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the PCM each month at least 20 days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the PCM to determine concurrence with: 1. The earned value for each lump sum item including the value of properly stored and documented materials and equipment for each item in the original Contract. 2. The quantity of Work completed for each unit price item. 3. Set -offs included in the Application for Payment. 4. Values requested for materials and equipment consistent with invoices for materials and equipment. B. Submit Applications for Payment monthly through the PCM after agreement has been reached on the draft Application for Payment. 1. Number each application sequentially and include the dates for the application period. - Application for Payment Procedures 0129 00 - 5 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 2. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage, and set- offs. Show total amounts that correspond to totals indicated on the attached tabulation for each. 3. Include Attachment A to show the earned value on each line item in the Schedule of Values for Work shown in the original Contract. 4. Include Attachment B to show the earned value on line item for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set -offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the Set off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.08 RESPONSIBILITY OF PCM A. PCM will review draft Application for Payment with Contractor to reach an agreement on the values that will be recommended for payment by the PCM. B. PCM will review Application for Payment submitted by Contractor to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. PCM is to either recommend payment of the Application for Payment to Owner or notify the Contractor of the OPT's reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment if it is not recommended within 10 days after receipt of the notice. PCM will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. Application for Payment Procedures 0129 00 - 6 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs f D. PCM's recommendation of the Application for Payment constitutes a representation by OPT that based on their experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT's review of Contractor's Work for the purposes of recommending payments nor PCM's recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.09 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set -offs, and 7. Other adjustments if needed. Application for Payment Procedures 0129 00 - 7 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs B. PCM will prepare a final Change Order reflecting the approved adjustments to the Contract i Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the Final Application for Payment: 1. Evidence of payment or release of liens on the forms provided and as required by the g General Conditions. 2. Consent from Surety to Final Payment. 1.10 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the PCM's recommended Application for Payment. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures 0129 00 - 8 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 013100 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with Section 0133 00 "Submittal Procedures." 1. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 STANDARDS A. Perform Work to comply with Laws and Regulations. 1.05 PERMITS A. Obtain environmental permits required for construction at the Site. B. Provide required permits for transporting heavy or oversized loads. C. Provide other permits required to conduct any part of the Work. D. Arrange for inspections and certification by agencies having jurisdiction over the Work. E. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. F. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination 013100 -1 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs e : t 1.06 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. $' r D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the PCM as Record Data per Section 0133 03 "Record Data." 1.07 COORDINATION A. Coordinate the efforts of various trades having interdependent responsibilities for Work. B. Conceal ducts, pipes, wiring, and other non -finish items in finished areas, except as otherwise shown. Coordinate locations of concealed items with finish elements. Install access panel or doors where units requiring access for maintenance or operation are concealed behind finished surfaces. C. Coordinate the installation of items to be installed later, including: 1. Accepted alternates. 2. Products purchased using allowances. 3. Work by others. D. Sequence, coordinate, and integrate the various elements of other systems, materials, and equipment. Comply with the following requirements: 1. Verify all dimensions by field measurements. 2. Arrange for chases, slots, and openings in other building components during progress of construction. 3. Coordinate the installation of required supporting devices, sleeves, embedded items, and other structural components to be set in concrete before concrete is placed. 4. Install systems, materials, and equipment to provide the maximum headroom possible where mounting heights are not detailed or dimensioned. 5. Coordinate the connection of systems with exterior underground and overhead utilities and services. Comply with the Laws and Regulations and requirements of franchise service companies. Provide required connection for each service. 6. Install systems, materials, and equipment to conform with approved document data, including coordination drawings, to the greatest extent possible. Conform to arrangements indicated by the Contract Documents, recognizing that portions of the Work are shown only in diagrammatic form. Adjust routing of piping, ductwork, utilities, and location of equipment as needed to resolve spatial conflicts between the various trades. Document changes in the indicated routings on the Record Drawings. Project Management and Coordination 013100 - 2 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs a g 7. Install systems, materials, and equipment level and plumb, parallel and perpendicular to other systems and components. 8. Install systems, materials, and equipment to facilitate servicing, maintenance, and repair or replacement of components. 9. Install systems, materials, and equipment giving right-of-way priority to systems required to be installed at a specified slope. 1.08 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per Section 0133 03 "Record Data." 1.09 CONTRACTOR'S USE OF SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the PCM. Coordinate the use of the premises with the PCM. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park employees' vehicles in designated areas only. E. Obtain written permission of the Owner before entering privately -owned land outside of the Owner's property, rights -of -way, or easements. F. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. G. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn -- on the Project. H. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. - Project Management and Coordination 013100 - 3 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 1. No fishing or hunting is allowed. 1.10 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the PCM before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per Section 0135 00 "Special Procedures." Coordinate Work with local utility company and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the PCM. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect grass and landscaping at the Site. F. Protect buildings from damage when handling material or equipment. Protect finished surfaces, including floors, doors, and jambs. Remove doors and install temporary wood protective coverings over jambs. 1.11 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves, operators, or electrical panels. 2. Do not store material or products inside structures. 3. Limit operations to the minimum amount of space needed to complete the specified Work. 4. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action in accordance with Section 0135 00 "Special Procedures" if facilities must be taken out of operation. 1.12 FIELD MEASUREMENTS A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. Project Management and Coordination 013100 - 4 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Verify pipe class, equipment capacities, existing electrical systems, and power sources for existing conditions. D. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. E. Include field measurements in Record Drawings as required in Section 01 31 13 "Project Coordination." 1.13 REFERENCE DATA AND CONTROL POINTS A. The OPT will provide the following control points: 1. Benchmarks for horizontal and vertical control. r B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the PCM. Notify PCM when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. 1.14 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. C. Assume full responsibility for the protection and safekeeping of products stored at the Site. D. Store products at locations acceptable to the PCM and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier's storage instructions immediately upon delivery. Leave seals and labels intact. Arrange storage to allow access for maintenance of stored items and for inspection. Store unpacked and loose products on shelves, in bins, or in neat of like items. groups F. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather -tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, Project Management and Coordination 013100 - 5 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs humidity control, and ventilation within the ranges stated in the Supplier's instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Protect and maintain mechanical and electrical equipment in storage. 1. Provide Supplier's service instructions on the exterior of the package. 2. Service equipment on a regular basis as recommended by the Supplier. Maintain a log of maintenance services. Submit the log as Record Data when Owner assumes responsibility for maintenance and operation. J. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier's required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. K. Replace any stored item damaged by inadequate protection or environmental controls. L. Payment may be withheld for any products not properly stored. Project Management and Coordination 013100 - 6 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 1.15 TRANSFER OF SPARE PARTS A. Develop a list of all spare parts and special equipment to be provided as part of this Contract using the Spare Parts Inventory form provided. Submit to PCM in accordance with Section 0133 02 "Shop Drawings." List spare parts by Specification Section and paragraph. B. Provide spare parts as listed in the Specification Sections and those listed as recommended spare parts in the final version of the Operations and Maintenance Manuals. In the event of a conflict between the number of recommended spare parts, provide the greater P ' number required by either document. C. Spare parts should be in new condition in original packaging with part numbers clearly labeled as required by the Contract Documents. Damaged parts will not be accepted. D. Parts that have not been properly stored will only be accepted if restored to "as new" condition and packaged "as new" with part identification as required by the Contract Documents and as determined by the PCM. E. Transfer all of the spare parts for each specified equipment package or system at the same time. No partial transfer of spare parts will be accepted. 1. Provide notice to PCM that spare parts are ready to transfer to Owner. 2. Meet with the Owner at the designated time and location to inspect the parts and inventory the items transferred. Open boxes or crates to count parts, compare to the inventory form, and inspect for damage. 3. Note discrepancies in the number or recommended parts and inspect for damage. Submit a Defective Work Notice to report any damaged or missing spare parts. 4. Owner will acknowledge receipt of spare parts. F. Document the transfer of spare parts using the Transfer of Spare Parts form provided. Transfer to the area designated b the Owner, or area constructed as art of the Project for g Y P 1 the storage of spare parts. This area is to be locked and under the control of the Owner. G. Replace any spare parts that are removed from the spare parts inventory to make repairs prior to Final Completion. Note the spare parts that are removed from inventory using the Spare Parts Transfer form provided. Verify that inventory is complete as part of the closeout process per Section 0170 00 "Execution and Closeout Requirements." 1.16 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air -borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws.and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private disposal facilities. Project Management and Coordination 013100 - 7 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 1.17 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS ' A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. B. Submit a Notification by Contractor for Owner's approval of a street closing. The request i shall state: 1. The reason for closing the street. i 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. 1.18 AREA ACCESS AND TRAFFIC CONTROL A. Provide traffic control measures to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Provide all-weather access to all residents and businesses at all times during construction. Provide temporary driveways and/or roads of approved material during wet weather. Maintain a stockpile of suitable material on the Site to meet the demands of inclement weather. B. Schedule operations to minimize adverse impact on the accessibility of adjoining properties. Sequence construction to build driveways in half widths, construct temporary ramps, or any other measure required to maintain access to adjoining properties. C. Comply with the Owner's Uniform Barricading Standards and Practices. Copies of this document are available through the Owner's Traffic Engineering Department. Secure required permits from the Owner's Traffic Engineering Department. 1.19 OVERHEAD ELECTRICAL WIRES A. Comply with OSHA safety requirements regarding construction equipment working beneath overhead electrical wires. Prevent and pay for repairs for damage to existing overhead electrical wires or facilities. B. Provide for adequate safety with regard to overhead lines whether overhead lines are or are not shown in the Contract Documents. 1.20 BLASTING A. Blasting is not allowed for any purpose. Project Management and Coordination 013100 - 8 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 1.21 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the PCM and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 1.22 CUTTING AND PATCHING A. Perform cutting, fitting, and patching required to complete the Work or to: 1. Uncover Work to provide for installation of new Work or the correction of Defective Work. 2. Provide routine penetrations of non-structural surfaces for installation of mechanical, electrical, and plumbing Work. 3. Uncover Work that has been covered prior to observation by the PCM. B. Submit Notification by Contractor in accordance with Section 013113 "Project Coordination" to the PCM in advance of performing any cutting which affects: 1. Work of any other Contractor or the Owner. 2. Structural integrity of any structure or system of the Project. 3. Integrity or effectiveness of weather exposed or moisture resistant structure or systems. 4. Efficiency, operational life, maintenance, or safety of any structure or system. -- Project Management and Coordination 013100 - 9 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 5. Appearance of any structure or surfaces exposed occasionally or constantly to view. C. Include in request: 1. Identification of the Project. 2. Location and description of affected Work. 3. Reason for cutting, alteration, or excavation. 4. Effect on the Work of any separate contractor or Owner. 5. Effect on the structural or weatherproof integrity of the Project. 6. Description of proposed Work, including: a. Scope of cutting, patching, or alteration. b. Trades that will perform the Work. c. Products proposed for use. d. Extent of refinishing to be performed. e. Cost proposal, when applicable. 7. Alternatives to cutting and patching. 8. Written authorization from any separate Contractor who's Work would be affected. 9. Date and time Work will be uncovered or altered. D. Inspect existing conditions prior to starting the Work, including elements subject to damage or movement during cutting and patching. Uncover elements where required for an adequate inspection. Notify the PCM of any conditions that negatively impacts the ability to perform cutting and patching. Contractor is deemed to have accepted the existing conditions and assumed the risk associated with completing the Work when cutting or patching is started after the inspection. E. Provide adequate support to maintain the structural integrity of facilities, structures, or elements that could be affected by cutting, patching, or installing new Work. Provide devices and methods to protect facilities, structures, or elements from damage that could be affected by Contractor's efforts. Provide protection from the weather for portions of the Project that may be exposed by cutting and patching. F. Make cuts or penetrations using methods that prevent damage to other work and provide proper surfaces for patching and repairs. G. Fit and adjust installed products to comply with specified products, functions, tolerances, and finishes. H. Patch or repair facilities, structures, or elements to provide completed Work per the Contract Documents. I. Fit Work air -tight to pipes, sleeves, ducts, conduit, and other penetrations through the surfaces. Where fire rated separations are penetrated, fill the space around the pipe or insert with materials with physical characteristics equivalent to fire resistance requirements of penetrated surface. Project Management and Coordination 013100 -10 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs ,r " ., J. Patch finished surfaces and building components using new products specified for the original installation. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes: 1. For continuous surfaces, refinish to the nearest intersection. 2. For an assembly, refinish the entire unit. 1.23 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the PCM if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the PCM. 1.24 COOPERATION WITH PUBLIC AGENCIES A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. 2.00 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials in accordance with the requirements of the individual sections. 3.00 EXECUTION 3.01 PERFORMANCE OF WORK A. Provide resources to incorporate the requirements of this section into the work. END OF SECTION : i Project Management and Coordination 013100 -11 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs Page Intentionally Left Blank 013113 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with Section 0133 00 "Document Management." B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre -construction conference. 1.03 COMMUNICATION DURING THE PROJECT A. The PCM is to be the first point of contact for all parties on matters concerning this Project. B. The PCM will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. C. The PCM will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the PCM at the address indicated at the pre -construction conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. E. Submit communications on the forms referenced in this Section or in Section 0133 00 "Document Management." i --- Project Coordination 013113 -1 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 1.04 PROJECT MEETINGS A. Pre -Construction Conference: 1. Attend a pre -construction conference. 2. The location of the conference will be determined by the PCM. 3. The time of the meeting will be determined by the PCM but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per Section 0133 04 "Construction Progress Schedule." b. Schedule of Values and anticipated Schedule of Payments per Section 0129 00 "Application for Payment Procedures." c. List of Subcontractors and Suppliers. d. Contractor's organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the PCM and Owner. a. Meet on a monthly basis or as requested by the PCM to discuss the Project. b. Meet at the Site or other location as designated by the PCM. c. Contractor's superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the PCM of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the PCM or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor's detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. Project Coordination 0131 13 - 2 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. PCM will prepare minutes of meetings. Review the minutes of the meeting and notify the PCM of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre- Submittal and Pre -Installation Meetings: 1. Conduct pre -submittal and pre -installation meetings as required in the individual technical Specifications or as determined necessary by the PCM (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the minutes of the meeting and notify the Contractor of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in a revised set of meeting minutes. 1.05 REQUESTS FOR INFORMATION A. Submit a separate Request for Information for each item on the form or in the PMIS workflow provided by the PCM. 1. Attach adequate information to permit a written response without further clarification. PCM will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 2. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. t C. PCM will initiate a Request for a Change Proposal (RCP) per Section 013114 "Change Management" if the RFI indicates that a Contract Modification is required. i D. Use the Project Issues Log to document decisions made at meetings and actions to be taken in accordance with Paragraph 1.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 1.06. Project Coordination 0131 13 - 3 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 1.06 DECISION AND ACTION ITEM LOG A. PCM will maintain a Project Decision Log to document key decisions made at meetings, telephone conversation or Site visits using the format provided: 1. Review the log prior to each regular meeting. 2. Report any discrepancies to the PCM for correction or discussion at the next monthly meeting. B. PCM will maintain an Action Item log in conjunction with the Project Decision Log to track assignments made at meetings, telephone conversation, or Site visits using the format provided: 1. Review the Action Item Log prior to each regular meeting. 2. Report actions taken subsequent to the previous progress meeting on items in the log assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the PCM. Report on status of progress 1 week prior to each progress meeting established in Paragraph 1.04 to allow PCM to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. C. Decisions or action items in the log that require a change in the Contract Documents will have the preparation of a Modification as an action items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 NOTIFICATION BY CONTRACTOR A. Notify the PCM of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. 5. Required observation by PCM, Designer, or inspection agencies prior to covering Work. 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use "Notification by Contractor" form provided. 1.08 RECORD DOCUMENTS A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. f 2. Specifications. 3. Addenda. Project Coordination 013113 - 4 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 5 4. Modifications. 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test and Calibration Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor's field office. 1. Record Documents are to remain separate from documents used for construction. T2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in the PMIS in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in the PMIS in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. c. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Equipment and control devices requiring periodic maintenance or repair. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. x' Project Coordination 013113 - 5 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self -performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the PCM to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with Section 0133 02 "Shop Drawings." 1.03 PCM WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. PCM will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. PCM will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON SPECIFIED PRODUCTS A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase C "or equal" or "or approved equal." 1. Submit a Shop Drawing as required by Section 0133 02 "Shop Drawings" to document that the proposed product is equal or superior to the specified product. I I. 2. Prove that the product is equal. It is not the OPT's responsibility to prove the product is not equal. Change Management 013114 - 2 �.. LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs (i `n a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by Section 0133 02 "Shop Drawings" to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer's responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. _a C. Provide a written certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. Change Management 013114 - 3 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. ti 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with Section 0133 02 "Shop Drawings." t: 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION l Change Management 013114 - 4 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs f 013300 SUBMITTAL PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Review documents prior to submitting. Make certifications as required by the Contract Documents and as indicated on forms provided. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the PCM for review, and proposed dates that documents must be returned to comply with the Project schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by SECTION 0133 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14 day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by PCM and Contractor. 3. Schedule submittal of documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. 1.04 FORMS AND WORKFLOWS A. Use the forms provided by the PCM for Project documentation. A digital copy of the required forms will be available to the Contractor on the Project Website. B. Selected documentation processes are conducted directly in the Owners Project Management Information System (PMIS) as Workflows. Enter data directly into the web based forms online and attached backup information as indicated. 1.05 DOCUMENT SUBMITTAL PROCEDURES i A. Submit documents through the PMIS. Send all documents in digital format for processing. 1. Provide all information requested using the PMIS workflow for each type of document. If information is not applicable, enter NA in the space provided. Submittal Procedures 0133 00 - 1 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs t �f 2. The Document Transmittal form is to be the first page in the document submitted. 3. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. f b. Create PDF documents from native format files unless files are only available from ,{ scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor {€ screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to .: allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the document. gj f. Create or convert documents to allow text to be selected for comments or 1 searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size L Add footers to each document with the Project name. 1.06 DOCUMENT REQUIREMENTS A. Furnish documents as indicated in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document,Type Specification Section Application for Payment 012900 Change Proposal 01 31 14 Certified Test Report 0133 02 for approval of product 0140 00 to demonstrate compliance Equipment Installation Report 017500 Notification by Contractor 01 31 13 Operation & Maintenance Manuals 01 33 06 Photographic Documentation 013305 Progress Schedules 01 33 04 Record Data 01 33 03 Submittal Procedures 0133 00 - 2 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 7 Request for Information 013113 Shop Drawing 013302 Schedule of Values 012900 Substitutions 013114 Suppliers and Subcontractors 013113 and 0133 03 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Submittal Procedures 0133 00 - 3 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs Pate Intentionally Left Blank 0133 00.01 TABLE OF REQUIRED SUBMITTALS 1.00 GENERAL 1.01 REQUIRED SUBMITTALS A. The following tabulation lists the submittals required for each Submittal Section. Each Specification section may provide more detailed information regarding the data to be provided for each product, materials, equipment or component required by the specification. Provide additional documentation as required by the Contract Documents in accordance with Section 0133 00 "Submittal Procedures" and each Specification section and as reasonably requested by the Owner, Construction Manager and Engineer. 013100 Project Management and Coordination X X 013113 Project Coordination X X 013304 Construction Progress Schedule X 013305 Video and Photographic Documentation X 013306 Operation and Maintenance Data X 017423 Final Cleaning X 03 30 53 Misc. Cast -In -Place Concrete X X X 35 13 53.01 Instrumentation X X X X X B. Incorporate each submittal in the Construction Schedule and Indicate the date each submittal is anticipated to be submitted. 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION (NOT APPLICABLE) END OF SECTION Table of Required Submittals 0133 00.01-1 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs }, 013302 SHOP DRAWINGS i 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the ' document submittal. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Furnish Shop Drawings for products as indicated in Section 0133 01 "Document Register" or in individual Specification Sections. B. Include Shop Drawings in the Schedule of Documents required by Section 0133 00 "Submittal Procedures" to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the PCM for review and proposed dates that the product will be incorporated into the Project. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by Section 0133 04 "Construction Progress Schedule." 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of Shop Drawings when preparing the Progress Schedule. Include time for making revisions to the Shop Drawings and resubmitting Shop Drawings 0133 02 -1 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs g; the Shop Drawing for a least a second review. Assume a 14 day review cycle for each 1 time a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. ' { Schedule document submittals to provide all information for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawing; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the PCM; 4. Shop Drawing are complete for their intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the PCM. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Designer's attention on an attached Shop Drawing Deviation Request form in accordance with ` } Paragraph 1.10. °# G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Defective products may be rejected at the Owner's option. ; >. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. Shop Drawings 0133 02 - 2 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs t 1.04 SHOP DRAWING REQUIREMENTS A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. Performance characteristics, capacities, engineering data, motor curves, and other information necessary to allow a complete evaluation of mechanical components; 4. All applicable standards such as ASTM or Federal specification numbers; 5. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 6. Wiring and piping diagrams and related controls; 7. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 8. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. D. Submit information for all of the components and related equipment required for a complete and operational system in one Shop Drawing. 1. Include electrical, mechanical, and other information required to indicate how the various components of the system function together as a system. 2. Provide certifications, warranties, and written guarantees and service contracts with the document submittal package for review when these are required. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: Shop Drawings 0133 02 - 3 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs i_ 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. x 2. Certification of Applicator/Subcontractor (CSQ): A certified letter stating that the Applicator or Subcontractor proposed to perform a specified function is duly designated as factory authorized and trained for the application of the specified' product. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Include an additional copy of equipment warranties in Operation and Maintenance Manuals. D. Provide a copy of all warranties in a separate document in accordance with Section 0170 00 "Execution and Closeout Requirements." 1.07 SERVICE AGREEMENTS A. Provide Extended Service Agreement (ESA) and related documents with the Shop Drawing. An Extended Service Agreement is a contract between the Owner and an approved Subcontractor or Supplier to provide service and or maintenance beyond that required to fulfill requirements for warranty repairs, or to perform routine maintenance for a definite period beyond the 1 year correction period specified in the General Conditions. B. Requirements for the Extended Service Agreement are described in the Specification Sections for each piece of equipment or system requiring an Extended Service Agreement. C. Enter into a contract with the service provider and assign the service contract to the Owner on the date of acceptance of the Work by the Owner. Once assigned to the Owner, Contract requirements for the Extended Service Agreement will be complete and will not extend the Contract between the Owner and Contractor. D. Owner may require that a performance bond be provided for the Extended Service Agreement. Provide a separate bond meeting the same requirements as those for the Contractor's performance bond if required. The bond will be in the amount of the Extended Service Agreement. E. Include an additional copy of Extended Service Agreements in Operation and Maintenance Manuals. i f i Shop Drawings 0133 02 - 4 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs } r F. Provide a copy of Extended Service Agreements in a separate document in accordance with Section 0170 00 "Execution and Closeout Requirements." 1.08 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings through the PCM. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. rj 2. Submit all documents in Portable Document Format (PDF). ( a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam } Revu software. b. Create PDF documents from native format files unless files are only available from ` scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.09.A. 1, f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. a h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. i. Add footers to each document with the Project name. 3. Submit each specific product, class of material, or equipment system separately so these can be tracked and processed independently. Do not submit Shop Drawings for ' more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are t part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. _,. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. Shop Drawings 0133 02 - 5 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs l' c. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, i� d. Schedule references, e. System into which the product is incorporated, and p' f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier's standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per Section 013114 "Change Management" to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. D. Designate a Shop Drawing as requiring priority treatment in the comment section of the Shop Drawing submittal form to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings for this Project already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted, pushing the processing of Shop Drawings beyond the 14 day target. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. E. Complete the certification required by Paragraph 1.03. Shop Drawings 0133 02 - 6 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs ii__. 1.09 SAMPLE SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the PCM that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the PCM. At Owner's option, Samples will become the property of the Owner. 1.10 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit requests for deviation using the Shop Drawing Deviation Request form provided. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will result in a change in Contract Price or Contract Times. E. A Modification must be issued by the PCM for approval of a deviation. Approval of a requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. Shop Drawings 0133 02 - 7 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs . i 1.11 PCM AND DESIGNER RESPONSIBILITIES A. Shop Drawings will be received by the PCM. PCM will log the documents and forward to the Designer for review per this Section for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor's markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. C. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per Section 0133 03 "Record Data." c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised Shop Drawings 0133 02 - 8 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the PCM for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires as change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 1.11.E that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be Shop Drawings 0133 02 - 9 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs fi deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.12 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the documents required by the Designer and resubmit to the PCM until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in Section 00 73 00 "Supplementary Conditions." 4. A Set-off will be included in each Application for Payment to pay cost for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. Need for more than one resubmission or any other delay of obtaining Designer's review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. Shop Drawings 0133 02 -10 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs i 2.00 PRODUCTS (NOT USED) I 3.00 EXECUTION (NOT USED) END OF SECTION Shop Drawings 0133 02 -11 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs Page Intentionally Left Blank 013303 RECORD DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing or and/or Operation and Maintenance Manuals are required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents required be submitted for record purposes. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Furnish Record Data for products as indicated in Section 0133 01 "Document Register" or in individual Specification Sections. B. Include Record Data in the Schedule of Documents required by Section 0133 00 "Submittal Procedures" to indicate the Record Data to be submitted, the dates on which documents are to be sent to the PCM for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and Record Data 0133 03 -1 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 4. Determine and verify information relative to Contractor's responsibilities for means, 4 i methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. D. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Record Data; 2. Location of existing structures, utilities, and equipment related to the Record Data have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the PCM; 4. Record Data are complete for their intended purpose; and 5. Conflicts between the Record Data related to the various Subcontractors and Suppliers have been resolved. E. Review Record Data prior to submitting to the Designer. Certify that all Record Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Record Data. 1.04 RECORD DATA REQUIREMENTS A. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. Performance characteristics, capacities, engineering data, motor curves, and other information necessary to allow a complete evaluation of mechanical components; 4. All applicable standards such as ASTM or Federal specification numbers; 5. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 6. Wiring and piping diagrams and related controls; 7. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 8. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. B. Submit information for all of the components and related equipment required for a complete and operational system in one Record Data. Include electrical, mechanical, and other information required to indicate how the various components of the system function together as a system. Record Data 0133 03 - 2 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs ' i 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. 2. Certification of Applicator/Subcontractor (CSQ): A certified letter stating that the Applicator or Subcontractor proposed to perform a specified function is duly designated as factory authorized and trained for the application of the specified g , product. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with Section 0170 00 "Execution and Closeout Requirements." 1.07 SERVICE AGREEMENTS A. Provide Extended Service Agreement (ESA) and related documents with the Record Data. An Extended Service Agreement (ESA) is a contract between the Owner and an approved Subcontractor or Supplier to provide service and or maintenance beyond that required to fulfill requirements for warranty repairs, or to perform routine maintenance for a definite period beyond the 1 year correction period specified in the General Conditions. B. Requirements for the Extended Service Agreement are described in the Specification Sections for each piece of equipment or system requiring an Extended Service Agreement. C. Enter into a contract with the service provider and assign the service contract to the Owner on the date of acceptance of the Work by the Owner. Once assigned to the Owner, Contract requirements for the Extended Service Agreement will be complete and will not extend the Contract between the Owner and Contractor. 5 D. Owner may require that a performance bond be provided for the Extended Service Agreement. Provide a separate bond meeting the same requirements as those for the Contractor's performance bond if required. The bond will be in the amount of the Extended Service Agreement. Record Data 0133 03 - 3 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs II E. Provide a copy of Extended Service Agreements in a separate document in accordance with I i Section 0170 00 "Execution and Closeout Requirements." 1.08 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the PCM. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Record Data. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. Add footers to each document with the Project name. 3. Submit each specific product, class of material, or product separately so these can be tracked and processed independently. Do not submit Record Data for more than one system in the same Record Data. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Record Data. a. Use terms and symbols in Record Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Record Data. c. Provide a legend for symbols used on Record Data. Record Data 0133 03 - 4 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 1 6. Mark Record Data to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Submit a Change Proposal per Section 013114 "Change Management" to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 1.03. 1.09 PCM'S RESPONSIBILITIES A. Record Data will be received by the PCM, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 1.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. -, B. PCM may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be given the status of "Filed as Received" and not further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Drawing. The Record Data will be marked "Rejected" and "Submit Shop Drawing." No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per Section 0133 02 "Shop Drawings." b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and Record Data 0133 03 - 5 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Required." No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data 0133 03 - 6 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 013304 CONSTRUCTION PROGRESS SCHEDULE �._. 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of Section 0135 00 "Special Procedures" into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with Section 0133 00 "Submittal Procedures." B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre -construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years' minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. Construction Progress Schedule 0133 04 -1 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. S. Allow analysis of the Contractor's program for the completion of the Project. 6. Permit schedules to be revise when the existing schedule is not achievable. --, 7. Log the progress of the Work as it actually occurs. D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its start and stop dates. 1. Develop Milestone dates and Project completion dates to conform to time constraints, sequencing requirements and Contract completion date. 2. Use calendar day durations while accounting for holidays and weather conditions in the projection of the duration of each activity. 3. Clearly indicate the critical path for Work to complete the Project. E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; S. The activity duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. F. Provide a schedule incorporating the Schedule of Documents provided in accordance with Section 0133 00 "Submittal Procedures" indicating: 1. Specific dates each document is to be delivered to the PCM. 2. Specific dates each document must be received in order to meet the proposed schedule. 3. Allow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. Construction Progress Schedule 0133 04 - 2 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs s 4. Allow time for re -submission of the each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous documents and for time lost when documents are submitted for products that do not meet Specification requirements. 1.04 SCHEDULE REVISIONS A. Revise the schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a written report if the schedule indicates that the Project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule; b. Narrative description of the steps to be taken to bring the Project back on schedule; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the schedule to indicate any adjustments in Contract Times approved by Modification. 1. Include a revised schedule with Change Proposals if a change in Contract Times is requested. 2. OPT will deem any Change Proposal that does not have a revised schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Project schedule to reflect actual progress is not considered a revision to the Project schedule. D. Applications for Payment may not be recommended for payment without a revised schedule and if required, the report indicating the Contractor's plan for bringing the Project back on schedule. 1.05 FLOATTIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. E. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. Construction Progress Schedule 0133 04 - 3 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule 0133 04 - 4 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs i s i 013305 VIDEO AND PHOTOGRAPHIC DOCUMENTATION g 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including but not limited to streets, curb and gutter, utilities, driveways, fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide three (3) copies of the recording, dated and labeled to the PCM before the start of construction. Provide additional recording as directed by the PCM if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the project site monthly to clearly depict the progress of construction from the last time photographs were taken. 1. Provide a minimum of 20 different views. 2. Photograph significant areas of construction progress. 3. Submit photographs with the monthly pay request. C. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. Provide monthly photographs with each pay request. 1. Provide a minimum of 20 different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the PCM to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. D. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 1.02 QUALITY ASSURANCE A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. Video and Photographic Documentation 0133 05 -1 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 1.03 DOCUMENT SUBMITTAL t A. Submit photographic documentation as Record Data in accordance with Section 0133 00 ,--, "Submittal Procedures." !' t B. Submit two DVDs of the video recording as Record Data in accordance with Section 0133 00 "Submittal Procedures." t_ ` 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the PCM. C. Provide three (3) color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8-by-10-inch glossy color prints for each of ten photographs selected by the PCM. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video resolution shall be 1080p. D. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. E. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. F. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. G. Pump stations, ground storage tanks, water treatment plants, and other Site components shall be video recorded in an organized sequential order with major components identified. Video and Photographic Documentation 0133 05 - 2 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 1-i 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation 0133 05 - 3 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs Page Intentionally Left Blank q l_ 013306 OPERATION AND MAINTENANCE DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Prepare a complete and detailed Operation and Maintenance (O&M) Manual for each type and model of equipment or product furnished and installed under this Contract. Provide information specifically written for the exact model of equipment or product furnished. B. Prepare the manuals in the form of an instruction manual for the Owner. The manuals are to be suitable for use in providing operation and maintenance instructions as required by Section 0178 35 "Training of Operation and Maintenance Personnel." C. Provide manuals in addition to information packed with or attached to the product when delivered. Take information packed with or attached to the product and provide it as an attachment to the manual. D. Include cost for O&M Manuals provided by Suppliers and Subcontractors as described in this Section in the Cost of Work for the equipment package. 1.02 DOCUMENT SUBMITTAL A. Submit manuals in accordance with Section 0133 00 "Submittal Procedures." Attach a copy of the Operation and Maintenance Manual Review Report form with pertinent information completed to each manual. B. Provide one preliminary electronic copy of the O&M Manual to the Owner/Engineer for approval within 15 days after approval of any equipment document submittal by the Owner. C. Final O&M Manual: 1. Complete the final O&M Manuals after the preliminary manual information has been approved, all field test records have been provided, and Record Document information has been completed by the Contractor. Incorporate this information in the final O&M Manual. 2. Provide one electronic copy and three printed copies of the Final O&M Manual after approval of the final O&M Manual 1.03 GUARANTEES A. Provide copies of the Manufacturer's warranties, guarantees, or service agreements in accordance with Section 0170 00 "Execution and Closeout Requirements." 2.00 PRODUCTS 2.01 MATERIALS A. Provide digital files for each manual. — 1. Provide final documents in Portable Document File (PDF) format in accordance with the requirements of Section 0133 00 "Submittal Procedures." Operation and Maintenance Data 0133 06 -1 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 2. Provide manual text in Microsoft Word and drawing files in their native format to allow future editing. All files shall be compatible with the latest software version available. 3. Use filenames that correspond to the equipment designation shown in the Contract Documents or other equipment designations provided by the OPT. B. Provide three printed copies of the final manual. 1. Print manuals on 8-1/2 x 11 or 11 X 17, bright white, 24# text quality paper. a. Reduced drawings and diagrams must be legible and fonts must be equivalent to 10 point font after reduction. b. Fold 11 x 17 drawings using a tri-fold to equate to 8-1/2 x 11 size when folded. c. Fold drawings larger than 11 x 17 and place each drawing in a separate clear, super heavy weight, top loading polypropylene sheet protector designed for ring binder use. Provide a printed identification label on each sheet protector. d. Punch paper for standard three-ring binders. 2. Place manuals in heavy duty presentation binders with clear front, back, and spine covers. a. Identify each manual by placing a printed cover sheet in the front cover of the binder and as the first page in the manual. The first page is to be placed in a clear polypropylene sheet protector. The information on first page and the cover page are to include: 1) Name of Owner; 2) Project name; 3) Volume number; and 4) Table of Contents. b. Insert the Project name and volume number into the spine of each manual. c. Provide sheet lifters for each binder. d. Binders must be between 2-inch and 3-inch capacity. Fill binders to only three - fourths of its indicated capacity to allow for addition of materials to each binder by the Owner. 3. Provide index tabs for each section in the manual constructed of heavy-duty paper with a reinforced binding edge for each section of the manual. The designation on each index tab is to correspond to the number and letter assigned in the Table of Contents. 4. Manuals for several products or systems may be provided in the same binder. Correlate the data into related groups when multiple binders are used. a. Sections for each product or system must be included in the same binder. b. Sections must be in numerical order from volume to volume. Operation and Maintenance Data 0133 06 - 2 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 3.00 EXECUTION 3.01 MANUAL ORGANIZATION AND CONTENTS A. Provide a table of contents listing each section of the manual for each product or system. 1. Assign a number to each product or system. The number is to correspond to the Owner's equipment numbering system or other system designated by the OPT. Assign a corresponding number to each section in the manual. 2. Identify each product or system using the nomenclature shown in the Contract Documents. Provide a cross reference to the Owner's numbering system and designations for equipment indicated in the Contract Documents if these are different. B. Include only the information that pertains to the product or system described. Annotate each sheet to: 1. Reference the applicable Specification Section and Drawing sheets for each product or system. Clearly identify the specific products or components installed. 2. Clearly identify the data applicable to the installation using highlighters, clouds or flags. 3. Delete or strike through references to inapplicable information. C. Supplement manual information with drawings as necessary to clearly illustrate relations of component parts of equipment and systems, and control and flow diagrams. 3.02 EQUIPMENT AND SYSTEMS MANUAL CONTENT A. Provide the following information in the manual: 1. A description of the unit and component parts and how it functions. 2. The sequence of operation by the controls manufacturer. Provide control diagrams by the manufacturer, modified to reflect the as -built, as -installed condition. 3. Include detailed information to allow for the proper installation, calibration, testing, and preventative and corrective maintenance procedures in the second section of the manual or of each section of the manual information if the manual covers a multi - component equipment system. 4. Maintenance instructions including assembly, installation, alignment, clearances, tolerances, and interfacing equipment requirements, adjustment, and checking instructions. Include any special rigging required to place the equipment into place, and any special test equipment required to place the equipment in service. 5. Troubleshooting guide. 6. Provide a table showing the schedule of routine maintenance requirements. 7. Schedule of routine maintenance requirements. 8. Parts lists including: a. Part numbers for ordering new parts. Operation and Maintenance Data 0133 06 - 3 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs b. List of the manufacturer's recommended spare parts, current prices with effective date and number of parts recommended for storage. c. Complete list of spare parts, spare equipment, tools, and materials that are turned over to the Owner. B. Provide equipment name plate data installed on equipment and valves and equipment data sheets as required and furnished by the Owner in the sixth section of the manual. C. Provide a copy of warranties and the date the warranty expires for equipment in the seventh section of the manual. 1. Outline, cross-section and assembly drawings, engineering data, test data, and t_ performance curves. 2. Control schematics and point to point wiring diagrams prepared for field installation, including circuit directories of panel boards and terminal strips. 3. Include all necessary diagrammatic piping and wiring diagrams and miscellaneous Contract Drawings and equipment in the third section of the manual or of each section of the manual if the manual covers a multi -component equipment system. 4. List of identification nameplates installed on equipment per the Contract Documents. _ a 5. Other information as may be required by the individual Specification Sections. 3.03 ELECTRICAL AND ELECTRONICS SYSTEMS MANUAL A. Provide all of the information listed in Paragraph 3.02 as appropriate and include the following information: 1. Control schematics and point to point wiring diagrams prepared for field installation. 2. Circuit directories of panel boards and terminal strips and as installed color coded wiring diagrams. 3. Other information as may be required by the individual Specification Sections. 3.04 ARCHITECTURAL PRODUCTS MANUAL A. Provide the following information in the manual: 1. Information required for ordering replacement products. 2. Instructions for care and maintenance. 3. The manufacturer's recommendations for types of cleaning agents and methods. 4. Cautions against cleaning agents and methods that are detrimental to the product. 5. Recommended maintenance and cleaning schedule. B. Other information as may be required by the individual Specification Sections. END OF SECTION Operation and Maintenance Data 0133 06 - 4 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 014000 QUALITY MANAGEMENT ( 1.00 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITIES A. Prepare and submit the Contractor's Quality Control Plan. B. Implement the Contractor's Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have r adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the PCM adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the PCM and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; 5. Document Defective Work though Certified Test Reports and Defective Work Notices. Document that corrective actions have been taken to correct any defects and that corrected Work is in compliance with the Contract Documents. 6. Apply quality control measures to documentation provided for the Project. 7. Implement countermeasures to prevent future Defective Work. C. Perform tests as indicated in this and other Sections of the Specifications. Technical Specifications govern if any testing and inspection requirements of this Section conflict with the testing and inspection requirements of the technical Specifications. D. All verification testing is to be observed by the PCM or designated representative. E. Send test reports to the PCM. Quality Management 0140 00 -1 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs t F. Provide an update on quality control activities at monthly progress meetings required by Section 013113 "Project Coordination." G. Owner will withhold payment for Defective Work, or Work that has not been tested or inspected in accordance with the Contractor's Quality Control Plan, the OPT's Quality Control Program, or the Contract Documents. H. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all cost with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. 1.02 QUALITY MANAGEMENT ACTIVITIES BY THE OPT A. OPT may perform its own quality assurance tests independent of the Contractor's Quality Control Program. Assist the OPT and testing organizations in performing quality assurance activities per Paragraph 1.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 1.07. C. Quality assurance activities of the OPT, through their own forces or through contracts with consultants and materials testing laboratories are for the Owner's purpose. Quality assurance activities or non-performance of quality assurance activities by the OPT do not: 1. Relieve the Contractor of its responsibility to provide Work or furnish products that conform with the requirements of the Contract Documents; 2. Relieve the Contractor of its responsibility for providing adequate quality control measures; 3. Relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT's acceptance; 4. Constitute or imply OPT's acceptance; and 5. Affect the continuing rights of the Owner after OPT's acceptance of the completed Work. D. The cost for re -testing of failed tests shall be paid for by the Contractor. E. Work is subject to OPT's quality assurance observations or testing at anytime. Products which have been tested or inspected and approved by OPT at a supply source or staging area may be inspected or tested again by the OPT before, during or after incorporation into the Work and rejected if products do not comply with the Contract Documents. F. The OPT will perform the following tests as part of its Quality Assurance program: `test Frequency ' Notes' Structural Concrete 4 Cylinders every 50 CY 1.03 CONTRACTOR'S USE OF OPT'S TEST REPORTS A. OPT has prepared a Quality Management Plan that describes, in general, the OPT's anticipated quality assurance testing program for this Project. This testing program will be Quality Management 0140 00 - 2 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs I made available to Offerors during the proposal phase. This plan outlines only the testing in general terms and may not reflect actual testing. Actual testing will depend on the Contractors means, methods and procedures of construction which will not be known until I the Contractor begins Work and submits their own Quality Control Plan for review. There is no guarantee that all testing will be performed. B. Contractor will receive copies of all test reports documenting OPT's quality assurance activities. Contractor is entitled to rely on the accuracy of these tests results and use these as part of their quality control efforts. C. Contractor is to determine additional testing or inspections that may be required to implement the Contractor's Quality Control Plan. Include cost for additional testing and inspections required to meet Contractors quality control obligations, including the cost for correcting Defective Work in the Contract Price. D. Contractor may submit a Change Proposal if OPT's quality assurance testing program deviates significantly from the OPT's Quality Management Plan, and Contractor can demonstrate that additional cost was incurred to implementing the Contractor's Quality Control Plan resulting from these deviations. 1.04 DOCUMENTATION A. Provide documentation which includes: Contractor's Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this plan as a Shop Drawings per Section 0133 02 "Shop Drawings." 2. A Statement of Qualification for any proposed testing laboratories that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Documents or indicate that proposed products do not comply with the Contract Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per Section 0133 02 "Shop Drawings." 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents they are not in compliance and why it does not comply. Submit these test reports on forms provided per Section 0133 00 "Submittal Procedures." 1.05 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) "Recommended Requirements for Independent Laboratory Qualifications." Quality Management 0140 00 - 3 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs B. Perform testing per recognized test procedures as listed in the various Sections of the i Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.06 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, processing test specimens as required by test standard to maintain the integrity of Samples. 1.07 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on Work performed to correct Defective Work to demonstrate that the Work is now in compliance with the Contract Documents. Document that Defective Work has been corrected and verify that the PCM closes the item in the Defective Work Register. B. Pay for verification testing. OPT may perform verification testing as part of their Quality Management Program and impose a Set-off to recover the cost for this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 1.08 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT. These reports must include the following: a. Name of the Owner, Project title and number and Contractor; b. Name of the laboratory, address, and telephone number; c. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; L Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; I. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. Quality Management 0140 00 - 4 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs r' 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the PCM. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to PCM within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 1.09 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the PCM why the Work is not to be corrected immediately and when corrective action will be completed. B. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. 1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; Perform any of the duties of the Contractor; or 4. Direct or stop the Work. 1.11 QUALITY CONTROL PLAN A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per Section 01 33 02 "Shop Drawings." Use Contractor's Quality Control Plan Checklist provided to review the document before submitting and include a copy of the completed checklist with the Contractor's Quality Control Plan. Do not begin Work until the Contractor's Quality Control Plan is approved. Submit an interim plan covering only the portion of Work to be performed if the Contractor plans to begin Work prior to submitting the Contractor's Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor's Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor's Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor's Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; Quality Management 0140 00 - 5 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs i f 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test,- , c. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor's Quality Control Plan, specifically identifying the tests or inspections in Paragraph 1.11.13.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the PCM. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.04. C. The Quality Control Manager must have authority to reject Defective Work and redirect the efforts of the Contractor's Team to prevent or correct Defective Work. D. Notify the PCM of any changes to the Contractor's Quality Control Plan or quality control personnel. E. Meet with the OPT 7 days after Contractor's Quality Control Plan is submitted and before start of construction to discuss the Contractor's Quality Control Plan and expedite its approval. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 IMPLEMENT CONTRACTOR'S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Includes the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be Quality Management 0140 00 - 6 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the PCM. Conduct a meeting attended by the Quality Control Manager, the PCM, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. j. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the PCM at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on -site, or any time acceptable specified quality standards are not being met. Quality Management 0140 00 - 7 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs t t t 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with Contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work one month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and Work phases if: 1. The quality of on -going Work is unacceptable; , 2. Changes are made in applicable quality control staff, on -site production supervision or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. END OF SECTION Quality Management 0140 00 - 8 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs i= t � 016000 PRODUCT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide products for this Project that comply with the requirements of this Section. Specific requirements of the detailed equipment Specifications govern in the case of a conflict with the requirements of this Section. B. Comply with applicable specifications and standards. C. Comply with size, make, type, and quality specified or as modified per Section 013113 "Project Coordination." 1.02 QUALITY ASSURANCE A. Design Criteria: 1. Provide products designed for structural stability and operational capability. 2. Provide members designed to withstand loads imposed by installation, erection, and operation of the product without deformation, failure, or adversely affecting the operational requirements of the product. Size and strength of materials for structural members are specified as minimums only. B. Coordination: 1. Provide coordination of the entire Project, including verification that structures, piping, and equipment components to be furnished and installed for this Project are compatible. 2. Determine that the equipment furnished for this Project is compatible with the Contract Document requirements and with the equipment and materials furnished by others. 3. Provide electrical components for equipment that comply with all provisions of the Contract Documents. 4. Provide protective coatings and paints applied to equipment that are fully compatible with the final coatings to be field applied in accordance with the Contract Documents. C. Adapting Substitute Products 1. Drawings and Specifications are prepared for the specified products. Make modifications to incorporate the products into the Project if a substitution for a product is requested and approved in accordance with Section 013114 "Change Management." Pay costs for substitution of products and changes required to adapt the product for use on this Project. 2. Do not provide a product with a physical size that exceeds the available space. Consideration may be given to the acceptance of these products or equipment if the Contractor assumes all costs necessary to incorporate the item and the Designer approves such revisions. Product Requirements 0160 00 - 1 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 1 3. Coordinate electrical requirements for the products to be installed in the Project, including revisions in electrical equipment components wiring and other elements necessary to incorporate the component. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with Section 0133 00 "Submittal Procedures," including: 1. Certificates of Adequacy of Design. 2. Other documentation as required by detailed equipment Specifications. 1.04 STANDARDS A. The applicable industry standards referenced in the Specifications apply as if written here in their entirety. B. Provide items of equipment that use structural and miscellaneous fabricated steel conforming to the standards of the American Institute of Steel Construction, except where indicated otherwise. 1.05 GUARANTEES AND WARRANTIES A. Guarantee and warrant products furnished by the Contractor against: 1. Faulty or inadequate design. 2. Improper assembly or erection. 3. Defective workmanship or materials. 4. Leakage, breakage, or other failure. B. Guarantee and warrant the products installed under this Contract, including products furnished by the Owner, against leakage, breakage, or other failure due to improper assembly or erection and against improper installation of the equipment. The correction period is as defined in the General Conditions. Individual Specification Sections may have more stringent warranty requirements than stated in the General Conditions. The most stringent warranty will be provided in the event of conflicts. 2.00 PRODUCTS 2.01 MATERIALS A. Design, fabricate, assemble, deliver, store, and install products according to normally accepted engineering and shop practices, except where a higher standard of quality is required by the Contract Documents. B. Manufacture like parts of duplicate units to standard sizes and gages. Like parts are to be interchangeable. C. Two or more items of the same kind are to be identical and made by the same Supplier. D. Provide products suitable for the intended service. Product Requirements 0160 00 - 2 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs �A E. Adhere to the equipment capacities, sizes, and dimensions indicated by the Contract Documents. F. Do not use products for any purpose other than that for which they were designed. G. Provide new products unless previously used products are specifically allowed in the Contract Documents. . H. Provide equipment that has not been in service at any time prior to delivery, except as required for factory tests. I. Provide materials suitable for service conditions. J. Provide tough, close -grained gray iron castings free from blowholes, flaws, or excessive shrinkage that conform to ASTM A48. K. Design and provide structural members that are adequate for shock or vibratory loads. L. Chamfer all steel edges to preclude sharp exposed edges. 2.02 ANCHOR BOLTS A. Provide suitable anchor bolts for each product. B. Provide anchor bolts with templates or setting drawings in time to permit casting the anchor bolts in the concrete when concrete is placed. C. Provide two nuts for each bolt. D. Provide anchor bolts for products mounted on baseplates that are long enough to permit 1- 1/2 inches of grout beneath the baseplate and to provide adequate anchorage into structural concrete. E. Provide stainless steel anchor bolts, nuts, and washers. 2.03 SPECIAL TOOLS AND ACCESSORIES A. Furnish tools, instruments, lifting and handling devices, and accessories necessary for proper maintenance and adjustment that are available only from the product Supplier or are not commonly available. 2.04 EQUIPMENT IDENTIFICATION PLAQUES A. Provide a plaque for each piece of equipment in accordance with process and identification plans and specs 3.00 EXECUTION 3.01 INSTALLATION A. Install equipment including equipment pre -selected or furnished by the Owner. Assume responsibility for proper installation, start-up and making the necessary adjustments so that the equipment is placed in proper operating condition per Section 0175 00 "Starting and Adjusting." Product Requirements 0160 00 - 3 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs F : END OF SECTION Product Requirements 0160 00 - 4 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 1 017000 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENT SUBMITTAL A. Submit certifications and releases on forms provided. 1.03 SUBSTANTIAL COMPLETION A. Notify the PCM that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. PCM will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. PCM will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the PCM when the items of Work in the PCM's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. PCM will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the PCM of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Notify the PCM when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operation and Maintenance Manuals have been provided to the Owner and all operator training has been completed; _. 4. Specified spare parts and special tools have been provided; and 5. Work is complete and ready for final inspection. Execution and Closeout Requirements 0170 00 -1 j LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs t_ f B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. PCM will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the PCM when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. PCM will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph i 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 REINSPECTION FEES A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per Section 01 31 13 "Project Coordination." B. Keys and keying schedule. C. Warranties and bonds. D. Equipment installation reports on equipment. E. Shop Drawings, Record Data, Operation and Maintenance Manuals, and other documents as required by the Contract Documents. F. Specified spare parts and special tools per Section 013100 "Project Management and Coordination." G. Evidence of continuing insurance and bond coverage as required by the Contract Documents. H. Final Photographs per Section 0133 05 "Video and Photographic Documentation." 1.07 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued, final cleaning has been completed per Section 0174 23 "Final Cleaning," and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by Section 0133 02 Shop Drawings or by the individual Specification Sections. Execution and Closeout Requirements 0170 00 - 2 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. 1. Provide a log of all equipment covered under the 1 year correction period specified in the General Conditions and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g below in the tabulation. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name, with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or services agreement; e. Indicate the start date for the correction period specified in the General Conditions for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty bond and service agreement; h. Procedures to be followed in the event of a failure; and i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the PCM for review. E. Submit warranties, bonds and services agreements within 10 days after equipment or components placed in service. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Execution and Closeout Requirements 0170 00 - 3 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs Pate Intentionally Left Blank 017423 FINAL CLEANING f__ 1.00 GENERAL 1.01 WORK INCLUDED A. This Section specifies administrative and procedural requirements for final cleaning at Substantial Completion. B. Perform a thorough cleaning of the Site, buildings, or other structures prior to Owner occupancy of the buildings, and prior to Final Completion. Leave the Project clean and ready for occupancy. 1.02 DOCUMENT SUBMITTAL A. Provide data for maintenance per Section 0133 06 "Operation and Maintenance Data." 1.03 QUALITY CONTROL A. Use experienced workmen or professional cleaners for final cleaning. 2.00 PRODUCTS 2.01 MATERIALS A. Furnish the labor and products needed for cleaning and finishing as recommended by the manufacturer of the surface material being cleaned. B. Use cleaning products only on the surfaces recommended by the Supplier. C. Use only those cleaning products which will not create hazards to health or property and which will not damage surfaces. 3.00 EXECUTION 3.01 FINAL CLEANING A. Thoroughly clean the entire Site and make ready for occupancy. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. B. Clean floors and inspect for damage. Remove oil, grease, paint drippings, and other contaminants from floors, then mop repeatedly until thoroughly clean. Replace damaged flooring. C. Clean wall surfaces to remove dirt or scuff marks. Remove excess adhesive along top edges of wall base. Remove adhesive from surfaces of vinyl wall coverings. Final Cleaning 0174 23 -1 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs r D. Remove dirt, oil, grease, dust, and other contaminants from floors, equipment, and apparatus in mechanical and electrical rooms with vacuum. E. Inspect exterior painted surfaces. Spot paint any damaged surfaces. J F. Clean roof areas of debris; flush roof drainage systems with water until clear. G. Broom clean exterior paved surfaces and rake clean other surfaces of the grounds. H. Clean/vacuum the inside of all electrical gear/equipment. END OF SECTION Final Cleaning 0174 23 - 2 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs DIVISION 03 Concrete Page Intentionally Left Blank 03 30 53 MISCELLANEOUS CAST -IN -PLACE CONCRETE ., 1.00 GENERAL 1.01 SUMMARY A. This Section specifies cast -in -place concrete, including reinforcement, concrete materials, mixture design, placement procedures, and finishes. This section does not specify repairs to spalled concrete. 1.02 SUBMITTALS A. Product Data: For each type of product indicated. B. Design Mixtures: For each concrete mixture. 1. Submit mix design supporting documentation and calculations as required. 1.03 QUALITY MANAGEMENT A. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products and that complies with ASTM C94/C94M requirements for production facilities and equipment. B. Source Limitations: Obtain each type of cement of the same brand from the same manufacturer's plant, obtain aggregate from one source, and obtain admixtures through one source from a single manufacturer. C. Comply with ACI 301, "Specification for Structural Concrete," including the following sections, unless modified by requirements in the Contract Documents: 1. "General Requirements." 2. "Formwork and Formwork Accessories." 3. "Reinforcement and Reinforcement Supports." 4. "Concrete Mixtures." 5. "Handling, Placing, and Constructing." D. Comply with ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." 2.00 PRODUCTS 2.01 FORMWORK A. Furnish formwork and formwork accessories according to ACI 301. 2.02 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A615/A615M, Grade 60, deformed. B. Plain -Steel Welded Wire Reinforcement: ASTM A1064, fabricated from as -drawn steel wire into flat sheets. Miscellaneous Cast -In -Place Concrete 03 30 53 -1 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 2.03 CONCRETE MATERIALS A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source throughout the Project: 1. Portland Cement: ASTM C150, Type 1. 2. Fly Ash: ASTM C618, Class F. No more than 20 percent of the cement may be replaced with fly ash. B. Coarse Aggregate: ASTM C33, graded, uniformly graded, of the size scheduled and as follows: 1. Class: Moderate weathering region, but not less than 3M. C. Fine Aggregate: 1. Washed and screened natural sands or sands manufactured by crushing stones; conforming to ASTM C33. The gradation in ASTM C33 is: Sieve Size Percent Retained Percent Passing ; 3/8" 0 100 #4 0-5 95-100 #8 0-20 80-100 #16 15-50 50-85 #30 40-75 25-60 #50 70-90 10-30 #100 90-98 2-10 2. Fine aggregate shall have not more than 45 percent retained between any two consecutive sieves. Its fineness modulus, as defined in ASTM C125, shall be not less than 2.3 nor more than 3.1. D. Water: ASTM C94/C94M; potable. 2.04 ADMIXTURES A. Air -Entraining Admixture: ASTM C260. B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. Water -Reducing Admixture ASTM C494/C494M, Type A Retarding Admixture ASTM C494/C494M, Type B Water -Reducing and Retarding Admixture ASTM C494/C494M, Type D High -Range, Water -Reducing Admixture ASTM C494/C494M, Type F High -Range, Water -Reducing and Retarding Admixture ASTM C494/C494M, Type G Miscellaneous Cast -In -Place Concrete 03 30 53 - 2 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs Plasticizing and Retarding Admixture ASTM C1017/C1017M, Type II 2.05 RELATED MATERIALS A. Joint -Filler Strips: ASTM D1751, asphalt -saturated cellulosic fiber, or ASTM D1752, cork or self -expanding cork. 2.06 CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film forming; manufactured for application to fresh concrete. B. Absorptive Cover: AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. when dry. C. Moisture -Retaining Cover: ASTM C171, polyethylene film or white burlap -polyethylene sheet. D. Water: Potable. E. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C309, Type 1, Class B. 2.07 CONCRETE MIXTURES A. Comply with ACI 301 requirements for concrete mixtures. B. Normal -Weight Concrete: Prepare design mixes, proportioned according to ACI 301, as follows: Min. 28 lylinimum ` Corripressiv Maximum Ma�cimurrl. r Maximo Sacks of Use Strength Size of Coarse . Water Cement Slump Cement per - .-. (psi) egate Aggr Ratio cubic yard, General 3000 1-1/2" 0.45 5 5.5 Utility 11/2 1500 0.70 4 4.0 encasement Size No. 467 1. Air Content: Maintain within range permitted by ACI 301. Do not allow air content of floor slabs to receive troweled finishes to exceed 3 percent. 2.08 CONCRETE MIXING A. Ready -Mixed Concrete: 1. Measure, batch, mix, and deliver concrete according to ASTM C94/C94M, and furnish batch ticket information. 2. When air temperature is above 90 F, reduce mixing and delivery time to 60 minutes. 3.00 EXECUTION 3.01 FORMWORK A. Design, construct, erect, brace, and maintain formwork according to ACI 301. Miscellaneous Cast -In -Place Concrete 03 30 53 - 3 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs i { 3.02 STEEL REINFORCEMENT l A. Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting t_ reinforcement. i 3.03 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Locate and install so strength and appearance of concrete are not impaired. C. Isolation Joints: Install joint -filler strips at junctions with slabs -on -grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. D. Extend joint fillers full width and depth of joint, terminating flush with finished concrete surface, unless otherwise indicated. 3.04 CONCRETE PLACEMENT A. Comply with ACI 301 for measuring, batching, mixing, transporting, and placing concrete. B. Do not add water to concrete during delivery, at the Site, or during placement. C. Consolidate concrete with mechanical vibrating equipment. 3.05 FINISHING FORMED SURFACES A. After forms are removed, repair or patch tie holes and defects. Otherwise, no additional finish is required. Apply to surfaces which are not visible from the inside or outside of the completed structure or less than 12 inches below finish grade (i.e. back of retaining walls below embankment, etc.). 3.06 FINISHING UNFORMED SURFACES A. General: Comply with ACI 302.113 for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Screed surfaces with a straightedge and strike off. Begin initial floating using bull floats or darbies to form a uniform and open -textured surface plane before excess moisture or bleedwater appears on surface. Do not further disturb surfaces before starting finishing operations. C. Nonslip Broom Finish: Apply a nonslip broom finish to exterior concrete traffic surfaces. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber - bristle broom perpendicular to crest road direction. 3.07 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and with ACI 301 for hot - weather protection during curing. Miscellaneous Cast -In -Place Concrete 03 30 53 - 4 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs i B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb./sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, 4 and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete but not before free water has disappeared from concrete surface. D. Curing Methods: 1. Cure formed and unformed concrete for at least 7 days by one or a combination of the following methods: a. Moisture Curing: 1). Keep surfaces continuously moist for not less than 7 days with the following materials: a). Water. b). Continuous water -fog spray. c). Absorptive cover, water saturated and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than 7 days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. c. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.08 FIELD QUALITY CONTROL A. Testing Agency: Contractor will engage a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during concrete placement according to requirements specified in this Article. B. Tests: Perform according to ACI 301. 1. Testing Frequency: One composite Sample shall be obtained for each day's pour of each concrete mix exceeding 5 cubic yards but less than 25 cubic yards, plus one set for each additional 50 cubic yards or fraction thereof. Collect 4 specimens per sample and test one at 7 days, two at 28 days, and one hold. 3.09 REPAIRS A. Remove and replace concrete that does not comply with requirements in this Section. END OF SECTION !_ f Miscellaneous Cast -In -Place Concrete 03 30 53 - 5 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs Page Intentionally Left Blank DIVISION 09 Finishes Page Intentionally Left Blank 09 0190.52 - MAINTENANCE REPAINTING 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes maintenance repainting as follows: 1. Removing loose existing paint. 2. Patching substrates. 3. Repainting. B. Related Requirements: 1.03 DEFINITIONS A. Gloss Level 1: Not more than 5 units at 60 degrees and 10 units at 85 degrees, according to ASTM D 523. B. Gloss Level 2: Not more than 10 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D 523. C. Gloss Level 3: 10 to 25 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D 523. D. Gloss Level 4: 20 to 35 units at 60 degrees and not less than 35 units at 85 degrees, according to ASTM D 523. E. Gloss Level 5: 35 to 70 units at 60 degrees, according to ASTM D 523. F. Gloss Level 6: 70 to 85 units at 60 degrees, according to ASTM D 523. G. Gloss Level 7: More than 85 units at 60 degrees, according to ASTM D 523. H. Low -Pressure Spray: 100 to 400 psi (690 to 2750 kPa); 4 to 6 gpm (0.25 to 0.4 L/s). I. Medium -Pressure Spray: 400 to 800 psi (2750 to 5510 kPa); 4 to 6 gpm (0.25 to 0.4 L/s). 1.04 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.05 SEQUENCING AND SCHEDULING A. Perform maintenance repainting in the following sequence, which includes work specified in this and other Sections: 1. Dismantle existing surface -mounted objects and hardware except items indicated to remain in place. Tag items with location identification and protect. 2. Verify that temporary protections have been installed. Maintenance Repainting 09 0190.52 - 1 l LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 3. Examine condition of surfaces to be painted. 4. Remove existing paint to the degree required for each substrate and surface condition of existing paint. 5. Apply paint system. 6. Reinstall dismantled surface -mounted objects and hardware unless otherwise indicated. C 1.06 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include recommendations for product application and use. 2. Include test data substantiating that products comply with requirements. B. Samples: For each type of paint system and each pattern, color, and gloss; in sizes indicated below. 1. Include stepped Samples defining each separate coat, including fillers and primers. Resubmit until each required sheen, color, and texture is achieved. 2. For each painted color being matched to a standardized color -coding system, include the color chips from the color -coding -system company with Samples. 3. Include a list of materials for each coat of each Sample. 4. Label each Sample for location and application. 5. Sample Size: a. Painted Surfaces: 4-by-8-inch (100-by-200-mm) Samples for each color and material, on hardboard. C. Product List: For each paint product indicated, include the following: 1. Cross-reference to paint system and locations of application areas. Use same designations indicated on Drawings and in schedules. 2. Printout of current "MPI Approved Products List" for each MPI-product category specified in paint systems, with the proposed product highlighted. 3. VOC content. 1.07 INFORMATIONAL SUBMITTALS A. Color Matching Certificate: For computer -matched colors. 1.08 QUALITY ASSURANCE A. Mockups: Prepare mockups of maintenance repainting processes for each type of coating system and substrate indicated and each color and finish required to demonstrate aesthetic effects and to set quality standards for materials and execution. Duplicate appearance of approved Sample submittals. 1. Locate mockups on existing surfaces where directed by Engineer. 2. Surface -Preparation Mockups: On existing surfaces using applicable specified methods of cleaning and other surface preparation, provide mockup sample of at least 10 sq. ft.. Maintenance Repainting 09 0190.52 - 2 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 3. Coating Mockups: Two surfaces of at least 10 sq. ft. to represent surfaces and conditions for application of each type of coating system under same conditions as the completed Work. 4. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Engineer specifically approves such deviations in writing. 5. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.09 PRECONSTRUCTION TESTING A. Preconstruction Testing Service: Engage a qualified testing agency to perform preconstruction testing of cleaning materials, compatibility of paint coatings and systems for each indicated type of painted surface. 1. Use test areas as indicated and representative of proposed materials and existing construction. (4 2. Propose changes to materials and methods to suit Project. 1.10 DELIVERY, STORAGE, AND HANDLING A. Store materials not in use in tightly covered containers in well -ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F (7 deg Q. 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste daily. 1.11 FIELD CONDITIONS A. Weather Limitations: Proceed with maintenance repainting only when existing and forecasted weather conditions are within the environmental limits set by each manufacturer's written instructions and specified requirements. B. Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 95 deg F (10 and 35 deg C). C. Do not apply paint in snow, rain, fog, or mist; when relative humidity exceeds 85 percent; at temperatures less than 5 deg F (3 deg C) above the dew point; or to damp or wet surfaces. 1. Painting may continue during inclement weather if surfaces and areas to be painted are enclosed and heated within temperature limits specified by manufacturer for surface preparation and during paint application and drying periods. 2.00 PRODUCTS 2.01 PREPARATORY CLEANING MATERIALS A. Water: Potable. B. Hot Water: Water heated to a temperature of 140 to 160 deg F (60 to 71 deg C). Maintenance Repainting 09 0190.52 - 3 ' LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs C. Detergent Solution: Solution prepared by mixing 2 cups (0.5 L) of tetrasodium pyrophosphate (TSPP), 1/2 cup (125 mL) of laundry detergent that contains no ammonia, 5 quarts (5 L) of 5 percent sodium hypochlorite bleach, and 15 quarts (15 L) of warm water for every 5 gal. (20 L) of solution required. i D. Mildewcide: Commercial proprietary mildewcide or a job -mixed solution prepared by mixing 1/3 cup (80 mL) of household detergent that contains no ammonia, 1 quart (1 L) of 5 percent sodium hypochlorite bleach, and 3 quarts (3 L) of warm water. 2.02 PAINT, GENERAL A. Material Compatibility: 1. Provide materials for use within each paint system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. For each coat in a paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated. B. Colors: As selected by Engineer from full range of industry colors. 2.03 PAINT MATERIALS, GENERAL A. MPI Standards: Provide products that comply with MPI standards indicated and that are listed in its "MPI Approved Products List." B. Transition Coat: Paint manufacturer's recommended coating for use where a residual existing coating is incompatible with the paint system. 2.04 PAINT MATERIAL MANUFACTURERS A. Manufacturers' Names: Shortened versions (shown in parentheses) of the following manufacturers' names are used in other Part 2 articles: 1. Benjamin Moore & Co. (Benjamin Moore). 2. Coronado Paint Company (Coronado). 3. ICI Dulux Paint Centers (ICI Dulux Paints). 4. Kelly -Moore Paint Co. (Kelly -Moore). 5. PPG Industries, Inc. (Pittsburgh Paints). 6. Sherwin-Williams Co. (Sherwin-Williams). 2.05 PAINT MATERIALS AND SCHEDULE A. Primers and sealers B. Exterior Concrete and Masonry Primer: 1 coat elastomeric coating manufacturer's recommended, factory -formulated, alkali -resistant primer compatible with substrate and other materials indicated. 1. Kelly -More paint Company 2. PPG Architectural Coatings Maintenance Repainting 09 0190.52 - 4 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs S Q.m 3. Sherwin-Williams Company C. Interior Concrete and Masonry Primer: 1 coat factory -formulated alkali -resistant acrylic - latex interior primer for interior application. 1. Benjamin Moore; Moorcraft Super Spec Latex Enamel Undercoater & Primer Sealer No. 253: Applied at a dry film thickness of not less than 1.2 mils (0.030 mm). 2. Coronado; 40-11 Super Kote 5000 Latex Primer -Sealer: Applied at a dry film thickness of not less than 1.2 mils (0.030 mm). 3. ICI Dulux Paints; 3030-1200 Bond -Prep Interior/Exterior Waterborne Pigmented Bonding Primer: Applied at a dry film thickness of not less than 1.8 mils (0.046 mm). 4. Kelly -Moore; 971 Acry-Prime Interior Latex Primer/Sealer: Applied at a dry film thickness of not less than 1.6 mils (0.041 mm). 5. M. A. B. Paint; Fresh Kote Vinyl Primer 037-100: Applied at a dry film thickness of not less than 1.5 mils (0.038 mm). 6. Pittsburgh Paints; 6-2 SpeedHide Interior Quick -Drying Latex Sealer: Applied at a dry film thickness of not less than 1.0 mil (0.025 mm). 7. Sherwin-Williams; PrepRite Masonry Primer B28W300: Applied at a dry film thickness of not less than 3.0 mils (0.076 mm). D. Exterior Elastomeric Concrete and Masonry Coating: 1. MPI Standards: 2 coats products shall comply with MPI standards indicated and shall be listed in its "MPI Approved Products List." 2. Moisture -Vapor Transmission: Minimum 10 (metric perms), based on testing according to ASTM D1653. 3. Material Compatibility: 4. Materials for use within each paint system shall be compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 5. For each coat in a paint system, products shall be recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated. 6. Manufacturers: a. Kelly -More paint Company b. PPG Architectural Coatings c. Sherwin-Williams Company E. Interior paints and coatings: 1. Interior Low -Luster Acrylic Enamel: 2 coats Factory -formulated eggshell acrylic -latex interior enamel. 2. Benjamin Moore; Moorcraft Super Spec Latex Eggshell Enamel No. 274: Applied at a dry film thickness of not less than 1.3 mils (0.033 mm). Maintenance Repainting 09 0190.52 - 5 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 3. Coronado; 30-Line Super Kote 5000 Latex Eggshell Enamel: Applied at a dry film thickness of not less than 1.3 mils (0.033 mm). 4. ICI Dulux Paints; 1402-XXXX Dulux Professional Acrylic Eggshell Interior Wall & Trim Enamel: Applied at a dry film thickness of not less than 1.4 mils (0.036 mm). 5. Kelly -Moore; 1610 Sat-N-Sheen Interior Latex Low Sheen Wall and Trim Finish: Applied at a dry film thickness of not less than 1.6 mils (0.041 mm). 6. Kelly -Moore; 1686 Dura-foxy Eggshell Acrylic Enamel: Applied at a dry film thickness of not less than 1.6 mils (0.041 mm). 7. M. A. B. Paint; Fresh Kote Latex Satin Eggshell Enamel 405 Line: Applied at a dry film thickness of not less than 1.5 mils (0.038 mm). 8. Pittsburgh Paints; 6-400 Series SpeedHide Eggshell Acrylic Latex Enamel: Applied at a dry film thickness of not less than 1.25 mils (0.032 mm). 9. Sherwin-Williams; ProMar 200 Interior Latex Egg -Shell Enamel B20W200 Series: Applied at a dry film thickness of not less than 1.6 mils (0.041 mm). 2.06 PATCHING MATERIALS A. Cementitious Patching Compounds: Cementitious patching compounds and repair materials specifically manufactured for filling cementitious substrates and for sanding or tooling prior to repainting; formulation as recommended in writing by manufacturer for type of cementitious substrate indicated, exposure to weather and traffic, the detail of work, and site conditions. 3.00 EXECUTION 3.01 PROTECTION A. Comply with each manufacturer's written instructions for protecting building and other surfaces against damage from exposure to its products. Prevent chemical solutions from coming into contact with people, motor vehicles, landscaping, buildings, and other surfaces that could be harmed by such contact. 1. Cover adjacent surfaces with materials that are proven to resist chemical solutions being used unless the solutions will not damage adjacent surfaces. Use protective materials that are UV resistant and waterproof. Apply masking agents to comply with manufacturer's written instructions. Do not apply liquid masking agent to painted or porous surfaces. When no longer needed, promptly remove masking to prevent adhesive staining. 2. Do not apply chemical solutions during winds of sufficient force to spread them to unprotected surfaces. 3. Neutralize and collect alkaline and acid wastes before disposal. 4. Dispose of runoff from operations by legal means and in a manner that prevents soil erosion, undermining of paving and foundations, damage to landscaping, and water penetration into building interiors. Maintenance Repainting 09 0190.52 - 6 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 3.02 MAINTENANCE REPAINTING, GENERAL A. Maintenance Repainting Appearance Standard: Completed work is to have a uniform E appearance as viewed by Engineer from building interior at 5 feet (1.5 m) away from painted surface and from building exterior at 20 feet (6 m) away from painted surface. B. Execution of the Work: In repainting surfaces, disturb them as minimally as possible and as follows: 1. Remove failed coatings and corrosion and repaint. 2. Verify that substrate surface conditions are suitable for repainting. 3. Allow other trades to repair items in place before repainting. C. Mechanical Abrasion: Where mechanical abrasion is needed for the work, use gentle methods, such as scraping and lightly hand sanding, that will not abrade softer substrates, reducing clarity of detail. D. Heat Processes: Do not use torches, heat guns, or heat plates. 3.03 EXAMINATION A. Examine substrates and conditions, with Installer present, for compliance with requirements for maximum moisture content and other conditions affecting performance of painting work. Comply with paint manufacturer's written instructions for inspection. B. Maximum Moisture Content of Substrates: Do not begin application of coatings unless moisture content of exposed surface is below the maximum value recommended in writing _ by paint manufacturer and not greater than the following maximum values when measured with an electronic moisture meter appropriate to the substrate material: 1. Concrete: 12 percent. 2. Masonry (CMU): 12 percent. 3. Portland Cement Plaster: 12 percent. C. Alkalinity: Do not begin application of coatings unless surface alkalinity is within range recommended in writing by paint manufacturer. Conduct alkali testing with litmus paper on exposed plaster, cementitious, and masonry surfaces. D. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. 1. If existing surfaces cannot be prepared to an acceptable condition for proper finishing by using specified surface -preparation methods, notify Architect in writing. E. Begin coating application only after unsatisfactory conditions have been corrected and surfaces are dry. 1. Beginning coating application constitutes Contractor's acceptance of substrates and conditions. 3.04 PREPARATORY CLEANING A. General: Use the gentlest, appropriate method necessary to clean surfaces in preparation for painting. Clean all surfaces, corners, contours, and interstices. Maintenance Repainting 09 0190.52 - 7 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs B. Detergent Cleaning: Wash surfaces by hand using clean rags, sponges, and bristle brushes. Scrub surface with detergent solution and bristle brush until soil is thoroughly dislodged and can be removed by rinsing. Use small brushes to remove soil from joints and crevices. Dip k brush in solution often to ensure that adequate fresh detergent is used and that surface remains wet. Rinse with water applied by clean rags or sponges. C. Mildew: Clean off existing mildew, algae, moss, plant material, loose paint, grease, dirt, and other debris by scrubbing with bristle brush or sponge and detergent solution. Scrub mildewed areas with mildewcide. Rinse with water applied by clean rags or sponges. 3.05 PAINT REMOVAL A. General: Remove paint where indicated. Where cleaning methods have been attempted and further removal of the paint is required because of incompatible or unsatisfactory surfaces for repainting, remove paint to extent required by conditions. B. Paint Removal with Hand Tools: Remove paint manually using hand-held scrapers, wire brushes, sandpaper, and metallic wool as appropriate for the substrate material. 1. Remove loose and peeling paint using water, scrapers, stiff brushes, or a combination of these. Let surface dry thoroughly. 3.06 SUBSTRATE REPAIR A. General: Repair substrate surface defects that are inconsistent with the surface appearance of adjacent materials and finishes. B. Cementitious Material Substrate: 1. General: Repair defects including dents and chips more than 1/4 inch (6 mm) in size and all holes and cracks by filling with cementitious patching compound and sanding smooth. Remove protruding fasteners. 2. New and Bare Plaster: Neutralize surface of plaster with mild acid solution as recommended in writing by paint manufacturer. In lieu of acid neutralization, follow manufacturer's written instruction for primer or transition coat over alkaline plaster surfaces. 3. Concrete, Cement Plaster, and Other Cementitious Products: Remove efflorescence, chalk, dust, dirt, grease, oils, and release agents. If surfaces are too alkaline to paint, correct this condition before painting. 3.07 PAINT APPLICATION, GENERAL A. Comply with manufacturers' written instructions for application methods unless otherwise f indicated in this Section. B. Prepare surfaces to be painted according to the Surface -Preparation Schedule and with manufacturer's written instructions for each substrate condition. C. Apply a transition coat over incompatible existing coatings. D. Blending Painted Surfaces: When painting new substrates patched into existing surfaces or touching up missing or damaged finishes, apply coating system specified for the specific - substrate. Apply final finish coat over entire surface from edge to edge and corner to corner. Maintenance Repainting 09 0190.52 - 8 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 3.08 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage paint -remover manufacturer's factory -authorized service representative for consultation and Project -site inspection and to provide on -site assistance when requested by Engineer. B. Paint Material Testing: Owner may engage the services of a qualified testing and inspecting agency to inspect and test paint for composition and dry film thickness. 1. Paint Composition: The following procedure may be performed at any time and as often as Owner deems necessary during the period when paints are being applied: a. Testing agency will sample paint materials being used. Samples of material delivered to Project site will be taken, identified, sealed, and certified in presence of Contractor. b. Testing agency will perform tests for compliance of paint materials with product requirements. If test results show materials being used do not comply with product requirements, Contractor shall remove noncomplying -paint materials from Project site, pay for testing, and repaint surfaces painted with rejected materials. Remove rejected materials from previously painted surfaces if, on repainting with complying materials, the two paints are incompatible. 2. Dry Film Thickness: a. Contractor shall touch up and restore painted surfaces damaged by testing. b. If test results show that dry film thickness of applied paint does not comply with paint manufacturer's written instructions, Contractor shall pay for testing and apply additional coats as needed to provide dry film thickness that complies with paint manufacturer's written instructions. 3.09 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing paint application, clean spattered surfaces. Remove spattered paints by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Engineer, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. 3.10 SURFACE -PREPARATION SCHEDULE A. General: Before painting, prepare surfaces for painting according to applicable requirements specified in this schedule. 1. Examine surfaces to evaluate each surface condition according to paragraphs below. Maintenance Repainting 09 0190.52 - 9 r LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs { t 2. Where existing degree of soiling prevents examination, preclean surface and allow it to dry before making an evaluation. 3. Repair substrate defects according to "Substrate Repair" Article. 1i B. Surface Preparation for MPI DSD 2 Degree of Surface Degradation: 1. Surface Condition: Paint film loose, flaking, or peeling. ' 2. Paint Removal: Remove loose, flaking, or peeling paint film by hand -tool or chemical paint -removal methods.T 4 3. Preparation for Painting: Wash surface by detergent cleaning; use solvent cleaning where needed. Use other cleaning methods for small areas of bare substrate if required. Sand surfaces to smooth remaining paint film edges. Prepare bare cleaned surface to be painted according to paint manufacturer's written instructions for substrate , construction materials. END OF SECTION Maintenance Repainting 09 0190.52 -10 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs DIVISION 35 Waterway and Marine Construction Page Intentionally Left Blank 35 13 53.01 INSTRUMENTATION [DAMS] r 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to install, test, maintain, protect, and record the instrumentation indicated. The instrumentation shall consist of vibrating wire piezometers installed in boreholes, a portable barometer sensor, and reflective survey markers, and tilt -meters on the intake tower and bridge. B. Flushing, cleaning and testing of existing open -riser piezometers along downstream toe of dam. 1.02 QUALITY ASSURANCE A. Installation Subcontractor: The instrumentation to be installed in boreholes shall be installed by a subcontractor with at least 5 years' acceptable to the Engineer experience in the installation, development, and reading of these types of instruments. Documentation of this experience will be provided to the Engineer. If the Subcontractor is not acceptable to the Engineer, provide a subcontractor acceptable to the Engineer. B. Instrument Acceptance: Test each piezometer in air and in water in accordance with the manufacturer's instrument manual soon after delivery and before modifying the instrument or cable. Notify manufacturer and obtain replacements for any instruments found to be non -operational or badly out of calibration. C. Recording Installation: The installation and testing of each instrument shall be recorded on forms to be supplied by the manufacturer or developed by the installer. The location and elevation (0.01 foot precision) of all instrumentation and cable leads shall be recorded on the forms. The original copy of the completed forms shall be provided to the Engineer. D. Maintenance and Protection: Maintain and protect instrumentation from damage by construction activities throughout the Contract period. Any instruments that are damaged, destroyed or un-operable shall be replaced, to the satisfaction of the Engineer, at no additional cost to the Owner. E. Inspection: The Engineer or other Owner's representatives shall be notified at least 1 week prior to beginning work on instrumentation installation, testing, and recording. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall include: 1. Written Work Plan, at least 30 days before installation of instruments, detailing the approach, methods and the equipment to be used during installation. 2. Written documentation, at least 30 days before installation of instruments, of the name and qualifications of the Subcontractor. The qualifications shall include the experience of the Subcontractor, resumes of personnel to be utilized and the equipment to be used. Instrumentation [Dams] 3513 53.01-1 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs I_: 3. Records showing final installation data, using forms provided by the manufacturer or I4 Engineer. 4. Manufacturer's literature presenting specifications, dimensions and installation and operating instructions for all manufactured instruments. 5. Manufacturer's calibration certificates for each specific instrument. Product data sheets for materials used in construction of instrumentation, including but not limited to, piping, filter material, conduit, grout, and bentonite. 2.00 PRODUCTS 2.01 MATERIALS A. Vibrating Wire Piezometer Installations: 1. Transducer devices shall be DGSI, Inc. (Slope Indicator) Standard VW Piezometer Model 52611020 (3.5 bar). 2. At the Contractor's option, the DGSI, Inc. Multi -level VW Piezometer housing system (Model 52611100) may be used with the above transducers. The use of this option shall not result in additional cost to the Owner. 3. The length of the lead wire for each device shall be sufficient to reach the terminal boxes with sufficient slack, and without splices. Route the lead wires through the support post or through minimum one -inch PVC conduit; seal the entry points into the protective enclosure and the terminal to exclude insects and water. 4. Terminals: Terminals shall include support pipe, required conduit, and terminal boxes. The terminal box shall be DGSI, Inc. Model No. 57711606 (for up to six sensors), or approved equal. The face of the panel shall have engraved brass nameplates identifying each piezometer connection by the number shown on the Drawings and by the serial code marking on the tube jacket. A connector shall be provided for a jumper cable to the readout, and the sensors shall be connected to the readout by a rotary switch. The terminals shall be housed in an enclosures shall be 5. Protective Enclosures: Additional protection for the terminals shall be provided by a weather resistant, rust resistant, vandal -resistant enclosure equipped for securing with a padlock (padlock shall be provided by Owner). The enclosure shall have a hinged door, vandal -resistant hinges, and vandal -resistant hasp for a padlock. The box and cover shall be constructed of minimum 1/4-inch thick steel plate, welded. The assembled box shall be either galvanized, or prepared for painting, primed and painted with at least two coats of white rust -resistant paint. The door shall be provided with a neoprene foam seal to exclude wasp -sized insects. The box shall be ventilated with two groups of twelve holes, one in the bottom and one near the top of one side. The holes shall be between 3/32"d and 1/8th inch in diameter after painting. Screened openings may also be considered, but shall be submitted to Engineer for approval before use or manufacture. 6. Portable Readout: Furnish two (2) portable VW readout devices for reading the piezometers. The readouts shall be DGSI, Inc. Model No. 52613500, or approved equal. Instrumentation [Dams] 3513 53.01- 2 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs The readout shall become the property of the Owner upon inspection and acceptance by the Owner. 7. The devices, readout and calibration certificates shall be available to the Engineer for inspection not later than 2 weeks prior to installation of the first sensor. B. Tiltmeters and Related Equipment: 1. EL Tiltmeter: The devices shall be DGSI, Inc. (Slope Indicator) EL Tilt Sensors with Signal Conditioning, Model No. 56802120. Each tilt sensor shall include an integral temperature sensor that can be read separately. Install each device using a DGSI, Inc. Rotating L-Bracket for Tilt Sensor, Model No. 56801350 and Expansion Anchors Model No. 57803128. Mount the sensors in pairs on the face of the concrete piers with one sensor oriented to measure rotation parallel to the axis of the bridge and the other oriented to measure rotation perpendicular to the axis of the bridge. Provide a suitable length of Signal Cable Model No. 50613527 to allow terminal connection through conduits with sufficient slack and without splices in the conduit. Any splices in enclosures or panels shall be made per the manufacturer's requirements, shall be weather -tight, and continuity shall be confirmed after the splice is made. 2. Protective Enclosures: House each pair of tilt sensors in a protective enclosure, as shown on the Contract Drawings. Mount each box on the pier using four galvanized steel anchor bolts and a neoprene foam gasket to exclude wasp -sized insects and minimize water infiltration. Provide a hole in the side or bottom to receive the specified conduit. 3. Datalogger: Provide and install the following equipment at the terminal panel to automatically read and record the tilt sensors and download the recorded data to a separate portable computer on command. This equipment can be obtained from DGSI Slope Indicator Company: a. CR800 Measurement/Control Module, Model No. 56700800, b. Relay Multiplexer AM 16/32, 16-channel, Model No. 56702110, c. PS 150 Datalogger Power Supply, Rechargeable 12vdc/7ah, Model No. 56703120, d. AC Adapter/Charger, 90 to 260 vac to 24 vdc, Spec AC, Model No. 56703124, e. Data Logger Enclosure, 16 X 18-inch, weather- and corrosion -resistant, Model No. 56705020, f. Logger -Net Support Software, Model No. 56708020, g. System Integration Fee, Model No. 96700000, h. Custom Programming, Model No. 96701000, i. ELSC Relay Terminal Strip, Model No. 96811610. 4. Portable Readout: Furnish one (1) portable EL/MEMS data recorder and two (2) jumper cables fitted with alligator clips. The readout shall be DGSI, Inc. Model No. 56813500, and the jumper cables shall be Model No. 56813557. The portable readout and jumper cables shall become the property of the Owner upon inspection and acceptance by the Owner. The readout shall be supplied before installation of the tiltmeters. Instrumentation [Dams] 3513 53.01- 3 fr. LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 2.02 Portable Barometer: Furnish one (1) portable electronic barometer with an accuracy to one -hundredth Hg (mbar) with a NIST traceable calibration certificate. The barometer shall be supplied before installation of the piezometers. The barometer shall become the property of the Owner upon inspection and acceptance by the Owner. 6. The devices, readout and calibration certificates shall be available to the Engineer for inspection not later than 2 weeks prior to installation of the first sensor. 7. Reflective Survey Targets: Survey targets shall be Berntsen Model No. RS80 - Angle Retro Reflective Survey Target w/ 2 Reflectors (40 x 40 mm), or approved equal. Attach targets with UV6800 Multi -purpose Adhesive. C. Concrete Surface Pad: A cast -in -place, reinforced concrete pad shall be constructed around each piezometer terminal panel at the ground surface. Concrete, reinforcing steel, and construction shall conform to Section 03 30 53 Miscellaneous Cast -In -Place Concrete. The pad shall be as indicated on the Drawings. The top surface of the concrete pads shall be sloped to drain and receive a brushed finish. D. Bollard Poles: Bollard poles shall be a minimum 4-inch diameter Schedule 40 galvanized steel pipe filled with concrete and set in concrete as shown on the Drawings. Bollard poles shall be installed as shown on the Drawings. Stripe the top of each bollard with red or orange 2-inch wide reflective tape that is non -fading and rated for exterior use. MIXES; SEAL GROUT A. Grout for sealing piezometer installations in boreholes in a non -artesian condition shall be a mixture of Type II Portland Cement, water and bentonite. The grout shall be mixed at a ratio of 94 pounds (1 bag) of Portland cement to 30 gallons of water to 25 pounds of bentonite. B. Seal grout shall be batch mixed with a high shear pump to produce a form a homogeneous, stable, pourable, and pumpable suspension with a unit weight of about 11 pounds/gallon and an approximate 28-day strength of 50 psi. The cement shall be mixed first then followed by the bentonite. The bentonite quantity shall be field adjusted to achieve a low - settlement, pumpable mixture with a Marsh number of about 55 seconds. The minimum batch size shall be 60 gallons. C. Artesian pressure shall be countered with additional weight provided with additional cement sufficient to outweigh the targeted water column zone as determined by the Engineer. 2.03 WATER A. All water used for drilling or piezometer development, and all water introduced into the piezometers for any purpose, shall be potable water. If surface water (lake water) is used, it shall be treated with sufficient chemicals to produce a chlorine concentration of at least 50 parts per million (ppm). The chemicals shall be added during the filling of the water holding tank. The treated water shall be agitated thoroughly and held for at least 20 minutes before being introduced into the borehole or piezometer. Treated water that has been stored for more than 48 hours shall be re -treated to produce a chlorine concentration of at least 50 pPm. Instrumentation [Dams] 35 13 53.01- 4 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 2.04 EQUIPMENT FOR OPEN -RISER DEVELOPMENT AND CLEANING A. Surge Block: A surge block shall be used to force water in and out of the piezometer screen. The surge block shall consist of a one -foot long, 1/2-inch diameter threaded rod with two washers and nuts sandwiching each of two vinyl, nylon or hard rubber discs with a diameter 1/8 to 1/4 inch less than the riser/screen I.D., or similar as approved by the Engineer. Alternatively, an assembly of a PVC pipe 1 to 2 feet long, pipe cap and threaded reducer with O.D. 1/4-inch smaller than the screen I.D. may be used. PEX Pipe: PEX pipe, or approved equal, shall be sized for a secure connection to the surge block. The pipe shall be long enough to advance the surge block to the bottom of the deepest piezometer. C. Submersible Pump: Submersible pump, or approved equal, sized to fit inside the piezometer to purge water from the piezometers (For piezometers 2 inches in diameter or larger). D. Jet venturi air lift system for purging groundwater and associated sediment. Using compressed air through tubing fixed to rigid or PEX pipe where compressed air loops into the base of the pipe and is forced back to exit at the ground surface as vacuumed groundwater and associated soil. E. Flush Tube: Where approved by the Engineer, a pump developing no more than 40 psi pressure and PEX pipe may be used with water to flush sediment and debris from piezometers. Where approved by the Engineer, compressed air and PEX pipe maybe used to remove excess water from the piezometers after cleaning. PEX pipe shall be appropriately sized for the pressures used during development. 3.00 EXECUTION 3.01 CONFORMANCE TO MANUFACTURER'S INSTRUCTIONS A. Install all instrumentation, cables and panels in accordance with the manufacturer's instructions and this specification except as directed by the Engineer. Discrepancies between the manufacturer's instructions and this specification shall be resolved by the Engineer. 3.02 INSTALLATION OF VIBRATING WIRE PIEZOMETERS IN BOREHOLES A. Install vibrating wire piezometers in boreholes at locations and depths indicated. Test each piezometer in air and in water in accordance with Section 1.02 before installing. B. Construct temporary working pad, or level up rig on slope, as required for vertical installation of borehole. C. Advance boreholes with hollow -stem augers. Alternate drilling methods, such as wet rotary, are not allowed unless approved by Engineer before mobilization of installation crew and equipment. If coring or rotary drilling is necessary, use the hollow -stem augers as a casing through the embankment. Coring shall be minimum HQ size. The boreholes shall be as indicated on the Drawings. Casing or auger removal shall be conducted in a manner that avoids damage to the piezometers and leads. Instrumentation [Dams] 35 13 53.01- 5 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs t-, D. Saturate the transducer filter with clean potable water in accordance with the i manufacturer's instructions. Attach the transducer and cable to the side of 3/4 to 1-1/2- inch PVC pipe with water proof tape, inverting the transducer so the filter is at the top and j the lead wire at the bottom. Drill at least four holes (3/8-inch in diameter) in the bottom 1 t foot of the pipe to facilitate grouting. Lower the pipe and transducer, coupling additional pipe sections with solvent -welded or flush -joint threaded connections. Attach additional transducers and lead wires as indicated. Measure the locations of all transducers from the top of the pipe within 0.01 feet and record the locations. Fix and anchor the pipe in position to place the transducers at the depths shown on the Drawings. - E. Fill the entire bore hole with seal grout mixed as specified herein, pumping the grout through the PVC pipe to fill the hole from the bottom upwards and displace all water out of the top. Pump grout slowly to avoid pushing the transducers up. Maintain anchorage of the pipe in place until the grout sets. -. F. Construct surface completion and route leads to terminal as indicated on Drawings. r 3.03 INSTALLATION OF TILTMETERS A. Tiltmeter and Cables: Install two tiltmeters at each of the three (3) locations indicated on the Drawings with leads routed to the datalogger terminal. Installation shall utilize the , Manufacturer recommended Rotating L-Bracket bracket and two expansion anchors each, and shall be in compliance with installation requirements provided by the Manufacturer. In addition, provide a 2"x 2"x4"x1/4" aluminum angle for mounting each transverse sensor (available from Manufacturer). B. Adjust sensors to plumb and level condition in both directions. The pier faces are battered; provide extra allowance in the aluminum angle bolt holes to accommodate adjustment. C. Make final adjustments to a null condition using the adjusting screws and Portable Readout j in accordance with the manufacturer's instructions. _ D. All leads shall be routed in two (2) inch conduit to the terminal, as shown on the Contract Drawings. All cable installation shall occur without splicing. Secure the conduit to the x bridge with anchor bolts and clamps at industry standard spacing. Provide for temperature - induced changes expansion and contraction. 3.04 INSTALLATION OF TILTMETER DATA COLLECTOR: A. Install data collector, multiplexer, power supply, and all necessary accessories in a terminal box inside the intake tower building. Plug the AC Adapter/Charger into an available existing outlet in the building. Provide an additional AC power outlet for the power supply if necessary. Connect the cables from the tiltmeters to the multiplexer, obtain and install the required software, complete all preparation recommended by the manufacturer, and initiate reading and logging of the tiltmeters and temperature devices at a frequency determined by the engineer. 3.05 INSTALLATION OF SURVEY TARGETS A. Install reflective survey targets on intake tower and bridge structure as indicated on the Drawings as soon as practical. Instrumentation [Dams] 3513 53.01- 6 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs 1 l� r-. 3.06 DEVELOPMENT AND CLEANING OF EXISTING OPEN -RISER PIEZOMETERS A. Development: To provide a functioning piezometer, each existing downstream piezometer shall be developed prior to testing. The water level shall be at or above the top of screen h w below prior to surging. Water shall be added in piezometers that have a static water level b to the top of screen. Well development shall consist of surging the piezometer from the top of screen to bottom by advancing the surge block, or approved equal, in 3 foot intervals. Perform no fewer than 50 stroke cycles (up and down) in each interval. The piezometer shall then be purged with a submersible pump, an approved air lift, or a clean hand-held bailer. If necessary, and only with the Engineer's approval, the water and sediment may be blown out of the piezometer with compressed air. The development process shall be repeated until a minimum of three well volumes have been removed. One well volume shall ^. be calculated based on the distance from top of riser to tip of screen. Well development shall continue until a sufficient number of fines have been removed from the riser and filter pack as evidenced by clear water being purged. B. Testing: Test open -riser piezometers upon completion at least 1 day after developing to determine their basic lag time after establishing that the piezometer is stable from multiple readings and the Owner's representative concurs. Test piezometers with a water level below the top of the riser by either the rising or falling head procedures given by Hvorslev (1951) to determine the basic time lag of the piezometer. Repeat the test if the equalization diagram does not have a straight line response between head ratios of 0.2 to 0.6. Test piezometers under pressure by the following procedure: 1. Record the stable pressure and then close the valve and remove the pressure gauge. 2. Attach a tube or pipe filled with water. 3. Open the valve and allow the piezometer to flow freely for 4 hours, measuring the instantaneous flow rate at 0.1, 0.2, 0.5, 1, 1.5, 3, and 4 hours. 4. Reinstall the pressure gauge and record the pressure rise according to the same schedule and then daily until the pressure recovers to its original value. C. Reading Frequency: Measure the water levels in the open -riser piezometers on a weekly basis after cleaning and testing for the remainder of the Project. 3.07 FIELD QUALITY CONTROL A. Tiltmeters: Connect and begin collecting tiltmeter data within 24 hours of the completion of the data collector assembly, and no longer than two weeks after the installation of the tiltmeters, then the Contractor shall manually collect readings from each tiltmeter on a daily basis until substantial completion is accepted. If delayed longer than two weeks due to circumstances outside the Contractor's control, then notify the Engineer. B. Vibrating Wire Piezometers: Collect readings for all vibrating wire traducers and the portable barometer on a daily basis (except weekends) for a period of two weeks, starting within 24 hours of the grouting of each instrument group. After the first two weeks, readings shall be collected on a weekly basis until substantial completion is accepted. C. Provide Engineer with a copy of all readings within 48 hours after collecting reading. Instrumentation [Dams] 3513 53.01- 7 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs END OF SECTION Instrumentation [Dams] 35 13 53.01- 8 LUB12485 — Lake Alan Henry Intake Structure and Montford Dam Instrumentation and Repairs i ` CITY OF LUBBOCK, TEXAS CONSTRUCTION PLANS FOR LAKE ALAN HENRY INTAKE STRUCTURE AND MONTFORD DAM (TX 06464) INSTRUMENTATION AND REPAIRS APRIL 2016 GLEN C. ROBERTSON Executive Committee: JOHN TURPIN, P.E. MAYOR CHIEF WATER UTILITIES ENGINEER �o s JAMES W. LOOMIS, A.A.E. CITY MANAGER L. WOOD FRANKLIN, P.E. �¢ DIRECTOR OF PUBLIC WORKS �nacHOLS '� •o!f rwrai hR 'w.� fi0 s � .m +•r• •e�w.•s. •... �e•n ranawi _ env ISSUED FOR BID a •�° �4--r f� `�-- LUIIIY,IB� aL LOCATION PLAN 1--20,wa MM M IKITFR 1. "OCAMN LW ALL ETfSTNC UTWCS NO PIPILNES ARE APPRGfNATf CONTRACTOR SMALL YERTY OEM* AND LOCAOONS W ALL UTILITIES AM PVftM[S POOR TO CONSTIM COON, WsAYKR SAOWM ON INE PLANS OR NOT, CONTRACTOR SKAAL CLEAR AND CAM ALL YEGETAt". RC. MUNN PROACC7 AREAS. 1, CONTRACTOR MAY USE TOATR AWtUtNt PARKNC AREA FOR WTEWAL SIORACE AND PAAKNIC, /K STIES ARE TO BC UCTAK0 AT ALL IWES, CATES SMALL OE KEPT CLOUD WNLN NECESSARY A LTH90 SHALL RE PROFSX",Z `O CONTROL ACCESS 10 TK PRG,tn WES. S. CLEAN THE PROJECT LEES OF AMC' AND ALL INASII. 6 ALL OPYIJI?KD AREAS ARE TO EM K IKSEO AS SPEEWTED. COITRAC`OR %V" ESTABLISH PERMANENT GRM :NAND. ESPABL SH TEMPORARY SEASONAL PLANTINGS AS NECESSARY ►HEM AMR Of YEAR M NOT APPROPRIATE TOR [STAL;61PNC PERMAMCM AX4h4S 7, VAKM1Y SPEED EMT DN THE COTSMUCION PROJECT S 20 MPr, TL,CONIRACTOR SNAL K RESPONSIBLE FOR THE PROTECT01 OF ALL 19muc SERTSE Le45 CROSSED an EAPOSEO RY MS CONSTRUCTON OPERATON& NNE RE EXISTING SEROOVE COMES ARE CNMDEO. , OROKEN OR OAAIK CONTRACTOR SHALL MWfDMTELf REPLACE TN[ SEANCE LINES MIN INE SANE TYPE GF ORCOANL CONSTRUCTION OR OMER. e. /K w%TRACIC4 MAY USE E%5TNG ROADS THE CONTRACTOR SMALL FgLOW THE LAWS FOR POAD WEKN igtS1RCBUSED Y*lwS. DA11Aa OT CONSTRUCTION NE1RCLES 19 THE RESPOISMILITY OF ENE CONIRACFM 10. PLANS AMC SPECWIUTONS SKILL NOT BE SUBSIAMIMLLY OR MUERMLLY ALTERED W tNOUt PRINT VMHEK APPROYAL OF INE VEO [XICURNE ORECIOW II WORK SHALL NOT PROCEED 1N04 POOL. LLKL EXCEEDS THE MORWL POOL CSCCPT N(N APPROVED N WIDIRG BT Efa6[R: 11. REFERENCE ORARINCS EXCERPT FROM PROJECT RECORD ORLIM CS DATED OECCMBCR 1923. INDEX OF ORAMTNGS • 's5 A CAVER t AACMiT WP, w4Ef YID F1f1IRAL NOTES ED'6 2 SAE PLAN 1 MARE LOWER OR= - BUM KAW44G PAM KPARS a MARE TOWER ERd06E ABLfTMENT RATE ILA S eIIARE TOWER BRWA e6TRUNEMADOH AND COMMA �g 6 eCAAE TOWER BRIDGE - NSTRUYEFQLTON ENCLOSURE DETAR.5 {{�� .. T f1TARE IO rER TTROGE - Comets Epp _ e WOtRFORD OW - PROP POEOUCTER NSIRUYErrGml P 661RUMEM"TaN DFfA;S ' tD AAOMf0R0 OAR-TEAARNAL PAD AND COMMA It ITRWNAL PAD ANO COMOAI DEtAR.S g j 12 w"IFORD ow- EVS1 P[ZONCItR DEVEIOPM ll YC# Y t Mffatwt R-E REFIRENU $KEY R-1 REFERCNCE 5MEC1 R.S RffREWA SHEET (%1 R-1 REFERENCE SHEET LZ' ,. q+e RffLR[NGI SKEI d R+7 REFERENCE SHEET D- a-S REFLRINCE S-c ui R.e PUCREICE WC' R 9 a[fCREKr. SHEET z W R.70 REFERENCE SMft i4 RTt REFIRCNCE SNLCT Q R.12 REfCREMCE SKIT i A-Il ZIENENCE EC SNi g cop; A-14 ttrrKwc SKIT 1,-15 "TERENCE S-EEY o M U LLi 0 = W u Y H z fNE WORK ONL BC arAROED ACCORO7AG TO 1K rOLLOWei SEDNENCC TO Avon POTrMTK SITE CONFLICTS ISSUED FOR BID XTM�� EX67LNG OPEN PWA P92010MRS SEE SHEET 12 Stk. 0.00 7 Ca :31 sew la.m ADDfnO?M VISIRLP"UmMN ANO tft.; 94420a 30 IV, PANELS SM WET P, 14L AM 11 DOWNSTREAM En TOP or aw CL LLI mwtrofto am UPSTREAM w z (L C13 U ir SEE OVAIL I LAJ o LAJ AN" sm ABUTMENT REM" clum SEE SHEETS 3 ANO 4 NdAKC Ta-CR bra *MTFAAFCWAT*N AND --CoNom SEE SHMS 5. & AND 7 DETAL 2 N -ISSUED FOR BID ac J 00-t WREN, r ....._. ABUTMENT REPAIR ACCATY}i RE. SEC DCUAS 3. �. S T PLAN �•,-O7 0. �• p PEPMR LOCA1lON [ K S ` _ ,m Fruw AeuruuTr PER NO. i I PER mo. 7 ( � fg1L RrtAME iOROi 6 ] 13 ELEVATION (j T" OR AS -DAY REFERENCE K I AN R_ UTIKHTUM NA. DEW TAYYES:, 7/&1IOLi C[C%" 1 REQUIRED tO PROVIDE A h ARAWW RCPAIT 0[PIN. *CUM NUNSgRp CONERC C _........,..._.. ..,,,,.._., ..._,.. .„.. ....�............. Ct— kMAA OF CORROSION AND CONTAMINATES VSM MCLIMNICAL YUNNS a FACE Of ,., .., z E AAT PERM HAS MORE IT" 1MUl MS CROSS-SMAIN EXPOSED, THEN RTMM MCNT3.CRACAS fN SOUND CONCRETE. THAT EMEND W FROM THE SA -UM AREA TO BE CONCRETE FROM AROWA7 INC BAR 10 A VRAMUM DEP" OffAW BENT CMG, M fKE of ABUTMENT ENDOF i BACMTMLL REPARED, SHALL SC PRESSURE RU[CTCO WIT" HcN VRENWN. LOW NSCOSRT EPOWT. [MKT K"A _ T TART BCAW-` �SAR CUT AROUND SPILLED USE AS R � Ip1. Dr OD tV. PROMADE SUPPORT PRODUCTS ANS CRACK PREPARATION UPRitlAAI COMSI AREA. DO NOT OALIACE A. REPAIR MORTAR SHALL BE SWAMP 173 PUPS, PRCPARC, INSTALL. INSTALL IN tt ODTRL E CAISIArG ILMOONS /�CPMER N (ORDENA WULTIPU LAM. I'MrAt AND CAM AS tO CCNST I WENT Or A 9. % / S. fHSNACD SURFACE MTE TtRiE SHALL WT NCCAWING FIASNW xlUQE. R. At EA VEM PER WAR. 5 IACIA TO REMM 1 I� `NCR NEOPRENE euRMG, (NOTE a) ! a[wWt + ;- DAP WDEG,REE 1.aAw (TTP)�[FmMO [arca[iT 1 _ ,- mSURFACE f. RFPAst SCOL[MCC: / 1 / b MIRLS Or AFTER CR NO moT[ 1 Ml. aAKC BEAM END AS REQUIRED TO PEN EK ESKIWO BEAR.4 ANp OORtLS ..__.._ --- SURD EARIWIC SPAULD SIRFK[ "" + CONCRCfC SyRTKC PARiMLLr [APOSEO UVC 1.7. RCPN4 SPALL AT BOTTOM Or KAU IF APPIXAME. IFPATCH K SEBIECI 10 � � 1 PROW 70 NOTE i i KSRSTRESS[$, THEN ALLOW PATCH IO ACHTK A MRaRCO N A.O PST A R[BAR (MOIL 2) STPECTN BEFORE IDADFC. 2,3 E tE A'.Y l` 1.3,. IIY]4 SCARING, AS BRN. OLOWER BEAM TO BOAR ON NEWBARING, PAD. NOTE. WPM PEACE BOMONC I.A. REPAIR AM RCMAM" SPNym AREAS AT BEM ENDS. REFER TO RfFCRIMCC SNCCE SURFACE Cf A A4NR (31NA INMATE% 1.5. Mtol. LATERAL RESTRAINTS. R-It (RCCDaO SNCEI O-0aj. (Tj CALM TE-P CPO" AACHORS. (A . R it0 EPOCEV) 01 +-Cn. A- EMBED VIM CONCRETE (TOTE S) I. NCDPRi1FC B[APP/G 51WP. BE 111i911A' lAYIPLICD MCOPRCMC BCARafi PER , ..... ,.. 'A " SO010 CONCRETE 4 Ti DOt ITEU 04, aUNITS O REPAIR MORTAR KINFORCCMUIT 3. CONTRACTOR bMLI SUBMIT AACAVC PLAN SEALED 81 A PE UCCNSEO WA TEWAS. SPALL (more A)SURFACES TYPICAL CONCRETE 0 a' W +I 1 BEAM END REPAIR DETAILS , KEEPER ANGLE DETAILS s SPALL Ar CRACK REPAIR P3 +!x �E -Q - 1/A .i w - NOT TO SCA E ISSUED FOR BID v) a LAS `z ow 1AJ Er �O Y 0 a�Q g � LLIa ti �QC9 LLJ 0' LAI 0 o am U W1r Z pa W z m L -------- -- Pa"( TOM 7r� /7N RAN It PIER 40, 2 IF C RCFTFI TO REFERENCE auwwcs 0-7 T"VOLICH A-13 FOR AS-Mftl rowm almT AND Aft?Mtkt DcTA4- ELEVATION IN 41, i I 1 '�ABU WENT PLATE LDCATM 1 sirocuk 3 ABUIMIN' PLATE LOCA10N. SEE DETAIL 3- PWN NO I r(Z) •Othl t (CALV) 40 WELD rrAct or AWWUNT END OF ,.M OE.W 1, KPAPI CALVAMUr CA&U= Of WELOM. USE IRC CIALVILITE CAVANZM dRop-M COMPULPID, 2 COAT "pam. W. IW 5D" PER EQAl PREPARE WWXCC PER MUNFACIURIEW RCCONNICKATIOld 0 4' W ABUTMENT PLATE DETAILS T5�77 -SUED Qi IQ1. t -0* r is FORBID El IIP%X]MIIIIIIIII v) W (L IX M a. CD 5wo.- 3. Z 01'. Et w Z LrCtNQ: Kmi STusm cDNn1Wl. EMPMU/SuRFKC w"arm 1-24 134 grataA QULNIAW OOF ft� A CCWUt seam.At, COMMMING ;41 FAIR J34 CA". 10W1O1 (Moq FLo j , 6 PIR, 04 SOLD, Vc. M. Ixa Stab, Vit. 6 PR. 034 S-W- 2-C, S-11W ac, Am.ccrw ilia SLIPA'y TARMT /7\ PLAN Suw4t*f IOWA? a 1 top or 10*CpTfSEtop or WAIT o 'z 7W-W Ld 00 14 0 • LLJ Mz ct: < "A 1 171 1--1 47 !�_ F- f�T �1- 7A op 1ALTUCTCA ABtjjtW" 0 T%TWVCR ANO RL 3/3— tar QtTER -0 No TARGICT VE ANO S~ Toaul PE. M ALLAION 0: SWX ',-* MR INS WATON PE. 3/3 FITKIt "SWAA10d 7 OE4 311 womr. Tom rEUPMARY r S'ww AT P SURVEY WWT S" BMKR �T NCITE, TYPE PER SMOTCAtO4 35 I COInMT SMALL Of KSPOfrAIA F2W PROMING SUING fJ 53.01 ARAMwrt" CPCXV OR ALL PULL PDXES AND AMCITON BOXES AS PEOLVED So T"I NAMPO& ELECTRIC COOL. 6 ------- ALL TINS AM I. PROMJib STAPqrss STEEL mounfor ft ftaw K As OWIZED, COMECUDIIS TO 3. PQOVIOE OZ CENONEr Zx EXPANS)ON TMMICS ALONG T"E BE SUOMYTED To CCNWT AUk AS PEOWED. ENCINEW fOR APPIX70AL 4 CONOLIXT SKkX. SC ROMD A&UUMV, HEAVY *ALIL A"Cly 6063, LOW TEMPER MUMP, TME, AM U~&CILW40 14 A=ROWE 1XIMFIC 013I WIT- ANSIcto 5 SThwos Aw VL PROUCTNE I TTpS Rr t, t. S. REPtO TO P(I'LOC"CE ORXXANCS AT 7 R- 9.) r00 AS-9MT tMk RENT ANO AsLutsit MW- CACH TMIATIER PCOLFIRES (1) G PR, JZ* SIOLD CONDMFOR rAftc I NIST141ME"TATOW SMCILIDED TAIS11111 PAW CARLE$ SMWt RE POLIT10 A IIAMIMU of 12' "'QW &&=tmT coNmm coummo; Postp DETAIL CAIUS. Oil, /-2 ELEVATION _ I IZZ7— p-Ts.4'.4'-r r ISSUED FOR 810 w 7-7 7- 1-1 L 11 KOPPINE Tom ti- � ck"c( STEEL rw=mc I* I TINCK STEEL PLATE NEOPRENE VOW rASPET 4[C= ROM9.14 A11gE I Acutamw mar NOTE 0 14 OOTATWO ANGLE SzNsaa In Ir • 2- CONDLITY a CWOVT CAWS LSj LLJ oce (.2 Mo =LAJZ L'J ite; 0 ui Z Boas -3; I FACE OF FIER 15 BATTERED, ORAL I MOLES IN ^t%MUM AMM.E 0 MERSUM SO SENSOR CAN K SET 0 A VERTICAL PLARE. c , 3. PRO44DE MASK" LOWER ALL Nils, uj z STEC; ENCtUSUK SNALL BE NOT-OPPEO GALVAIMIZIP z R. AM INE"OR polls SNALE K HOF•OIFPEO CALVANUM ALL Olt TER WLTS SKNLL BE CAOMW MATEO. -cc 51 SLM EMOLMME FOR W670L."m SECTION TILTMETER ELEVATION — TILTMETER z /-7N AND ENCLOSURE DETAIL a AND ENCLOSURE DETAIL t vr- A; AR 0 6, 4 I f I I Fal ,114 f'-Q 6 ISSUED FORBID uo PLATE SUEROL WE 9RIPIMN w�.. COAiOW, WOSED/SURFACE VONRED 2` / PA. B7s DUXNCS A MMTI r Of (I) .44 -NCH CDNOVT Si"_. 3h*t COMMIT o It PAIR 124 C.WOF.. INURE TOWER - ....... .. ... ..__ r J. to roc 124 5160AV. PR%lOr TCRLENK Box w SA PR, 07E SIRO. AY. EaCTMG SMD AS RECOWA ED By M~ACM RER Of TLTUCERS. PER SPEC7ICATIOft 35 13 S301 BOLT TO WALL AND PMIOE POWER COIMECT4M. SEE P`IOM P3 OM SHUT M. 4] VOL AR So". I'TC. T PLAN stsF �s"-B` PAOPDST''- I' CO"OtAl. CT�.Wutt P47µUTIN ARM EAST 4 COICAAIS. SEE PA M5 I AT® I OM u'm 7A :7-.-=i: i '.}._i•::ice T ExPST016 CONDIAES Tot SWORN. REPAIR COMMIN AS $MORN ON SHEET 76 MIE! I. CdRRA4TOR BALL BE KSM4SIBLE FDA FROMM 00 SEE" ALL PLAA 94 , Ana A MCMN BOILS AS REDUN(D BT THE MPOMIL ELECTPIC Cox. I. PROWL 314 STANTESS STEEL NCVRRP/G HARDWARE AS REQUITED. 3 PROVU OL GE?OCY is EAPANSIOR ITITPIGS ALOWC TIRE CONDUI RUM AS REOUEREET. A, MIOIST SE'" B[ RMO KTN UEAV, WAVY VALE ALLOY W63. tOR TEVPEA IOVBER TUBE, AND AANIIEACTIRCO Rt ACCORDANCE WTM ANS Oe0.3 STANOAROS AND EA- 5 R(PER TO RERRCNCC DRAW 4S A-7 TWMECAT 61./3 FOR AS.BLYLT TOPER 9CNI AW ABUTVCN'T OVAL, e. CONTRKION TO AAAWE ALL COWCURA AND REM ALL CABLING IRCV WSIRWCNIS PSTAIL(O A$ SKIM OM SN(ETS 5 ACT 6. 7. EACH WPETER RCOUNCS (4) IT +0 124 SURD COrmUCTOA CWt A. MtTIR IDITATM SPCIDC3T TWISICO STLE PAW CAS SAWEDAA1L BE AWED A 10MA111 OF tI° FROM AONCENT CoNcuts COAItARIV4 POACH tAkE$ ABA,1tgMMT (--T6'.O' E � �yy 1// CN+RCC7 nCb . _-. E CpeDCAI AA,O CARI[S lO 3'it_�"��'- TC9YICtUONr 1 ..+w..'� AIL CLMXAI C o f � lTX'itION9 ltm BE SUDI xvx$ t0 n BE W ERtFOR 10 EM #_._t�_.- APPROiAL Ittu[t[A Apq p i FROM PIT tics 98j I VISTA PRCYCRFS PKiKUT4RI I (9EiAPL 3dT6'-x b' D ! L' RP.ws ISSUED FOR 810 1 + J CENERAL_WOROK S; t. All �uGIRNtAL 1Rs+lARt HE row[ W ALYOROAIICC WGNN THE WTORAI [LECmER cOOC AIC IDFY ELECTRICAL OAOf1ONCC5. 2. ALL ELCCOWAL COUMPMENI ENCtCUW SNAIL RC RATED NEW fx NO SNYl RC WAR STAINLESS 'STEEL LftCSS OIHERWIEC NOTED. ALL CNCLOSMKS SNARL BE LOCKARL CON010 TENo41MONS SMALL NOT P(MCTRAIE THE TOP Of NEW IN AM NEW 311 CNCU)SURM INC CONTRACTOR SNARL OC I[ESPONSIOS FOR MINDING LGDIS 10 THE OTHER. INC CONTRACTOR SNARL fUB191 ACTS NO THE OWNER AS REMOVED. ALL LOCKS SMALL BE MEN ALWC. 3. ALL EMAPMCM WRING. RACEWATSJ ETC SMALL BE INSTALLED AM ORMI OCD IN ACCORDANCE C 001" INC LATEST EDITOR Of T WTORAL EECTMM CODE. Lam CODE AM 9CMMOrf SIAIOWM (IE. M NEMA, EEL ANY E1C). C ALL RACCWAT INSTALLATIONS SNAIL BE 06TALLED IN A WINNER RN PRAM CONLCR WON [O10PMEMT AM S1N1C1URAL CDNOIOMIS All CXPOSED RVIC MT SNWL BC INSIAOED PARALLEL 10 BEAMS. CEUO, FLOORS, AM BALLS. 5. CONDOS SNARL BE TERMWtCD IN A NEAT MWINEN AID STRCILY IN ACCORDANCE WIN THE SPCCYICATd AID ORWOC DETAILS. 6. COUNT TCRlslltco ONTO Cwm*suWE5 SNARL BE PENDMCIW[ RPEAAR TO WALLS Of INCTNC CICID. INC use OrSNORT SCALIOMMT CLBDW FF"Nm FOR SUCH 1E111BMFO11 NS LL NO, BE PERMITTED. 7. ALL RAMWAY ONSIAUATOWL CROSSING EXPANSIOI JOINTS GR TRANSITIONS FROM BELOW DRAG[ 10 EXPME9 ABOVE CRUDE. SNARL WK CKPAW09 OR EXPANSMON/OERCCTON, TYPE FITT965 AS SPECIFIED FOR THE APPLICATION.. 6. NO COMMO SMALLER THAN k-. NOR MATE WALLCR THAN I12AW6, SNARL BE USED UNLESS OTHERWISE SPECIFIED. 9. PARR SMMJ)M CAME- 24 MAKE, $6 SIRACND. 191490 COPPER CMMXIOR5 WNN DAIS- CXIpOCO PAC: 0004' WRDN OMEATCN TWISTED MO PALS. SIRA1000 MO A COME AND [7LNOSLO NT A ION-MDROSCWC CORC TAP[., ICON COVERAGE HELICALLY ROIPD. ALUANAAN NOR TNPELR DRAW WILL AMC OOHS- MMAILR CORRODED PVC JACKET. PARR SMALL BE CLLCR/RIB OR BLA[K/100TE NAu1R(RCD CARES SMALL B[ nOD VOLTS ON ACCORDANCE WITN INC K61 C-775 AND IEAC 3. CABLES SNAR8 WBY MRAl7URCD 0,0001E BCLUCN. ALPNO, SOUTNWM ON CJEWUL CABLE. 10. COOW TVPC: ALAWMAM OW METAL CONDUIT. LOCATOR - ALL ABWS CRAVE AREAS EXCEPT FOR CONCRETE [IMAGING AREAS AND THOSE CCSCRB[D FOR /MC coXVCD AttooLMA COMMIT COMMW TYPO: PK COOLED ALtammum CONOIAT, IOCAION - ALL EMBEDDED COMMIE KIM$ AM ALL COMMN SOLID LIPS TO A UNMAN Or I- ABOVE FINISHED FLOOR. 11. ALL COMMIT ABOVE GROOM SMALL HE ItOW ALOMMOM COMMIT. PROVIDE [NO BELLS. GROUND MYSIOCS. LOCNKRS. CORDIAL DRUM BLISreM.S CTC. AS REOUREO, 12, WHERE RAUMAT ENTER AACTOw BOKCS OR CONTROL PANELS CONTAINING ELECTRICAL OR NW STREOAL CMAPAENi. ALL INTRMC[S SNARL BE SCALED WHIN WATER too SCALAII 13. ALL COUIVIENT ANO CLLLTREAL LE RP EM CKAGISLMES LOCATORS OR TERMINAL 909 LOCATIONS. ARE APROXMLLIE INC EXACT LOCATOR SMALL SC CODRIA4IED MtN AND APPROVED BY ANC ORNDR/EOPIECP. OLWC COP41AMOL AT NO ADWOMAL COST TO THE OANER. 14. ALL COMPLAINT AM ELECTRICAL ENCIDiUES Dllf[NSMONS ARE APPROXIMATE. ALL EOU PUCMV AND CLECTIIAL ENCLOSURES OR TER4HATOM BOX MLtML7NS SKILL BC VERIFIED MTN THE EMRPMCM SIPRER. ALLOW FOR LOCATOR CHANCES AM IMCLLOC IN IN[ CONTRACT PROM INCEXACT LOCATORS OF THE ELECTRICAL CO1PM[M AM RORHE PO NG Of ALL CABLES AO COMMM SMALL RED AND CDO DINMTCO MTN AMC Ow"EP/WfIMCIA MRtlf. CO S11LlCT O1 15. ALL SLOTTED CKAHCL. SLOTTED EMAWEL sU4MT WFGMR_ MLLSNER7. SCREWS, NUR. COMMON! CO."im ALL TACAD SPRING NUTS AND M=LLUKUM MMWDMMUC SMALL EL 316 STAINLESS STEEL ON, ALL COMULR SNARL BE FORM 7 AM SMALL MOVE 316 STAINLESS SAE! CLAMORS AID SCREWS. SCRCW DOWN COKMS ARE OOCC[PIABLE. T7.. ALL BORE COPPER GROOMING CONDUCTORS SMALL BE CONIONAINJUT IRONED, ALL C21OU0 RODS SMALL BE STAPAESS STEEL 1' BF W-W LONG. ALL CAPOSEO COPPER OIMPO SWU BE SKILL BE CRIER INSIAAIID COMUOUM PROPOF XNHW-2 WARASON. 18. NO SPICNO Of CONDUCTORS SMALL R P[AMRIEO. ANY DAIIADC TO C"PING. CDNDkIORS, Styli R REPAIRED. IT CWA". CONTRACTOR RESPONSIBLE FOR ALL COST TO REPLACE CAMAGEO COOUCTOO- 19. ALL SOON COSIER L91OR.TORS, SMALL R INSULATED WAIN TINT XNMW-2 INSUTAtI N UWE SMALL R W NACIWED BY SOUTINVAt. CROWS. ENCORE CIMERAL CARE ON HOUSTON WRAC A CABLE. 20. SAGS NO CXtSIRNG COMM ARE DUE TO COMPRESSION. It. EXPANSION FITTINGS: AtUWWM TERN AWMf W BDICYIC AMPCRS LRRAR EXPASSDN FITTBi SMALL BE OE GEO ET IX FOR RpD. USE RMIM ALUMMNA COMM OR A PLETON W SERIES COLWAIM N IO NFJN AM DEFLECTION CIPAP02 M fOOCS SKILL BE 02 CEDEY AVM AXON. 22. DWRUIENTATM SHIELDED FROM PONT CARES SNARL BE ROUT[O A W09MM Of 12- FROM 'h"UM CONDUITS COMAO" POWER CABLES, yr PHOTO - EXISTING CONDUITS AT PIER 1 PM PHOTO - VIEW OF CONDUIT AND ELECTRICAL ROOM NOTES BY SYMBOL -O" /... RALOK DQNAUD KQ"R AND IELAPOtw, sUPPOG POPES 2 CONTRACTION SNARL REMOVE CRISPING COMMKTORS FROM ALL COMMONS BEFORE WING ANT REPARS 10 INC EXIST" COMMA CONTRACTOR SNARL P1OP[RLT PROKCI REMOVED COMICIORS TO SC II[ -USED CONTRACTOR SMALL REPLACE AW GABLES THAT ARE DAWCYD 0~ PCLOVAL AND RE INSTARLAION. FIELD VERIFY THE AMMM Of CO~ 10 KNOVE ICI MAIL REPANPs CONTRACTOR OVAL REMOVE A SECTION Of INC SAGGING CRISPING CC"" AS SHOWN MIN P2/79 AID NIOIDC EXPANSION C01RtM6S AM STAINLESS SI[CC UMSNNI AS REMARCO TO KILL N CONVOW TO A PARALLEL LAIC. CONTRACTOR SMALL IC-PLLL CIM2 CDINYCIOMS AND TERMIPUE TO PREVIOUS SOIREE FIELD VIM,( ALL Cxwdkt 1, ND MNS, r3 PHOTO - INTERIOR OF ELECTRICAL ROOM F EO31ff. ELECIRf RCOM. CN FROM PONT FLARE PECONQNC[C TERMINAL PANEL U)CATCH MmE 1/Dv CLCCTI9CAL O LrF ISSUED FOR BID LL1 Q m ir W d W Z 9 13,259.W5 2" U5 STOL . 0"fi _4 -I 0.0 Ile 0 M age 15P25 $40 top or ow CLEV. 22830 '1600 LF1 *13 54LW 1 10+00 71-, T 15+00 POW= 7.11 cow 4WD tx,�WEZOWMR ~ OMALLATM (rfV). SEE SHEET 9 9—f -0 POOPOM FK7QWvjA CAMP 8- 103 Al, - RUTR TO TAMX r+MS R 2150.0 A wu MR OMPUMW EL zl�o a Ei.CVAnONS rat cPDIAwo CT— — — — — — --- — LOWEATW#tM SwL — I -i PUd ?a ""Ma ORAN*= 8.1 tKIOL04 P-6 MID P-13 11IWoucm *-*5 rc* AS-"l t&%AwhKwr *AM AND CESIM WSWWWATIDN DC AM TYP;C& SECTION LEGEND 1, jo 0 P-X C-MNIC PWWUC qKrooMR f-,f • op-x ous"o ovalMult ramm lho pl4uwrc smewt- POWs 1.5 "'opwa voutw. "K Raomma fili tn BM- 0: 1. RM M KCWD Wwooas P.10 FOM !ZNG NVOWMEMUT" ".5. Eat LaJ uj D UJ < Ir in M z U&C or *9P/1/4 vw momm STATON P1Q0. ~I PK2M 0 0XV. CX orrso A 2150 lt,50 B-101 a v 15 ZW DA c "Is to.so 9.02 0 21*0 2115 go* 2T Ws A 7150 ; 2?;5 o ISSUED =SU 6 D:F FOR B:I:D j x 9 r �8 8 J s 6 1 w rn t-E :11 A b � AIR � �$ tN luN. o n El 1'•f woL ;u a m e rn 3 CJtt Of LUMXK, LAX[ ALM HENRY INTAKE TOWER BRIDGE REPAIRS PEFREF CATECbRi K� �� ,M,. a�.:�.o +ti oas n.+mi�an.rpD Hl�l 1Sl�At��• CVius-m—ml W INSTRUMENTATION DETAILS � ` E2 m2 6 lis.252635 STA 00 TOP OF DW 2263.0 �a" 5 5+00 ;4 PADroAND TI ff GROUP o 0 0 10+00 T T 15+oo IL PAD PAD "M TERLOVA. PAO rOR GROUP 8-102 — PAD ACID TERUVML PAD rOR GROUP 9-103— .4 — — — — — — — — — — — — — — — — — — — NOM, "MR To Pumice 04AWACS R-t TWOUGH M-6 AMC P-12 THOOLICH P-15 MA AS-SMT DISAWN(MT VM AND C05"C lR5MXDdAT04 Dtt" TYPICAL SECTION r.low LEGEND 0 P-X CXW04 M"%qc PK70NMR eastmonkfts(Apaw" O pftpo= voulwc UK PKZDMMII am It tn 11 wro w Rccom MA*V" MR EVSTW fdTOLMMADONit-to DSPS.& OR Lli C13 W ISSUED FOR BID I .. a 7--7 � -- � � � � S , la � � 0k ©q k � ! �� � � ■ R % ! ■ |� `K s| � | | || � | E- 2 Is �.- |7 |f— ��,\�, %n\|' k |\| 2 q§ ��§ | ■Il ■ k 0 � § ~ CRY OrLU _ _ _ __ INTAKE TOWER BRIDGE REPAIRS , TERMINAL PAD _ A6CONDUIT DETAILS /A' ;: _ LEGEND O P--S WSTDC PILUWTC P1L70YVEP o CP-X S11suc a" WAR RQIOWTCR d PROROYO MBRATPC WWE PCZOUETER totEFER TO RECORD ORARUCS 4-10 FOR CXWW. *MQUW( TA1*4 KTAOL& /4 ISSUED FOR 610 Q No Text C i t— �.yz„ a � a.. rx � sow r�s • 1 l� I t i =AII}g b M1 gtyya1, VV1 � a(t t. T s F,JaTcao �,, 2110 P3 �$ MR P M � �r'M� w i•J..+ r "° ,w•a s MY or Lu9eacx. Wt( A1111 HENRY °t INTAKE TOWER BRIDGE REPAIRS ��• �' �� q 4 "' "` REFERENCE SHEET �•� .„ �' y.� M°�uaa1: iJS Jcmi. K. -I M� § rA $ 00 m?$�- r r naafi 21 ml v@ m� 8, z � K 4� r � 9 n D� z a q� q,- m � 4 tt� ID a t- ell be, A[, is IDaa ® . 0 y na6[Q sym onwsr aun AhM V". fat[ o so s E ,",.tea HE=w,AIL�..,- e� a-�o a row ur era . i -s[' 6.0 atl@ lmam flfaa Qgt[O 6 AMM *9 SIX M i NATION r m be tJPPUED BY THE CONTRACTO 06 O06EvC17P/ puY� a11m G[C. to" ["a am T«b am]; es. n.1ty ec[rA[; OW 1 Good"um vus W7 on n [i[ iv r-/ rq crnas r,.a, I-a23 Aaq F "ru OWN '", 71 oil' Y a t[7[[6law Quisrml sm r ausr six port t CV-rw Cr 9[01r 9 f W 04mmv CAW CC[ Q[ OQ6 F% -D M rm I [[C [Mir a-$* r -MR�pf�1A7f 6',MTIt KWS (START TO END OF SWRRY TRENCH) SWALE DETAIL AT TOE OF RAMP mi m r-to m MWV� ,4 � k, r[nw� ra me i 6\IffMa ' ra— Smm s[a[t: an[a TYPICAL RAMP DETAIL uus, a•.� rK ax Arrueo a no [cavinn m [iam QA1m wD a[r61r .wa it[ iantaa SHM S 9-1 ISSUED FOR BID 11®) t No Text N �i 0 T UK fH Y b lxa " 1.1CIA\._ 4 � 8 ❑ I 1fT► �.tA 9 or anYai xil ` T it ayg t11 M RA. lD.00i frT�(] �ua THlig61 1 I 1 i It or II fl a i arrtar am F tl amazfto 32D � F � - F � 1 " F ' a it �i 5u e r r r r i :,. r.o r iI II 1 1 1� mvm) 1 13 m 33wo m 34.E a� r "..�' CRY Of MOM, LANE ALAN HENRY i INTAKE TOWER BRIDGE REPAIRS 0 0- MEN x � S aim rY . = rr Elm Z - £ R. t11Y ivar,"aran.. ■ � Y •r aF, ill�➢iift t� �, ..,, +k� i -MMMff8� O-EMER M TKM Or M Is4AML " OIII[ ICrJMrIOM 4 Or NEOLl STDrl 712 C MRnC pF �py/pY p t0 M<►1 b[ Mff4i WtraC[o tf If CR. M ►W O tf 161M°�or 11/ salt a tY �� fY fXIM r 4a Ua°�r4cr Rly. Jlr3A tS W w ",an. I loan 1jtY. iflt0 ja eML. Mu ff, 10'MA r5 p IS [�t7M s-jt0 WM IOM' a s01,fY F. T �. ltty, 2140 C/C j• VOW" 4 If C/C WNW 'S9 If " 1 Np on a r h LICM rrt /7 ( air, J-i 10 W! 5 v 4�'•. G01�ILYJS A .. a MAUL !f C14 WOW {` L7![t HMr w[ jG SM s S � f 1� a +n nqw Mwt A 643 a Mr CS WK3 0 1r VIL G71 p{s j/ BM . of VC rACC ,}a or C ftK�NOMt CNN it A." o or a r It i CAOI ril<to if CJC sm tr. S= Wrr 1+R _ .. °fix„ iur ato t luk" or CX—,,, r-r LPZM FACE Om rral nlr a ? i e a Lev. Zsm V R r ORS jr Ir c 07 OKL o IT CA r i rAm jt Mi1Rs a [ lI. Ot7, fill. ita If C/C•. Cbl 1 6MMl a [ GC. �% i+ fAW r,(Y 1tA jr sa /Y at 9 (iDl / O.dL =,-A Y i° w�ial k „ 9 jr aW a� CC//G� Q Il a or em LW f°G,p,ra[Mx . I)C erx Cr Ouuu It "Illm f wp a p # +, 1 1 IarZ 11 Mtw Oars!. arrlat m ns zx'e-0 Mx.stMgcroM Luneo wMm. i uaM r�cc �1 �r tar. n,aA FOR CONTINUATION SEE SHEET 0-13 11 1 { FOR CONTINUATION pg MR>W'.t[ Oai[ SEE SHEET Q-13 w TAX} I.0 t"lnsr 07CCIATM Lim A. M to I VM 10-IS- 0 t S I t OS+ U = Y1'RN_ SECTION OOKIN' L =�Njw WAD yr - I--r :eaP !Ir - 1" :lam« t Kc 56M. M COOVAIP4 aVapoltmK.« FAW Ali ALM HENRY DAM INTAKE MWER — ELEV. 2210.0 TO EIfY. 22g5.0 p-ta ISSUED FOR BIO tr a W 0: W l.9 O 0] O 3 �0 '�+ W Y H z 0 + u. i. yr. ,r-am. a rrss.r: TY 7� J0"ISNcer� ttyi� �pfar� I� � IL Oar I — _-- _. = — -- — rlo u loaar — 2ss7 lEtn; R. ZM3 1S� ��ez B �N a. Orin :�• rCAm I/dr.t•4 f� Ica y�r �.y .dOm In ,. IV TM1 • d - . s a•.a . m- row rmc rtri "t ° to n � m FIT am M l raw. ,ran AU a j W K ms4 d . � a' — tv W ui SM50 «uu i Mau ppw 0-o� %fr. o-M p � a" N [D W 7TxT ?5 S TC I �a f c�or°is o- s W _n srr¢u I 3 .• 0 I W CK t. W a s f Z 111 a also a n 3/r • W a'�cn liar m LM u s am»r r�wc onaAc .� f ri rwal +ss[+K7 t teat F x I A J1,.iCBTA— � e� trns ntt r-r cm It B i S1f� v t IY CJC i f merit w�i•r L.ftL' 03' F / � wm. tclsotr snot ! r + y� [L StFir f4 " lTUAS WT7i � To 1 e �M/ftY1 .tea aO U M7N 0-0= -olfa ARMORED EXPANSION JOINT t t 1 :tmr a xt a-n-�c +0*c f t/r.r 6ez i£IE t r-,,QBBORMATION PPUEO BY THE CONTRACTOR, ec IM At►[IIYq a nm oonna7.0 Momt ¢wm AM gr � IPPr10L Wlt< aC.trA J-i!' intiff f¢ O[C IM7 Gpn ON T.W Awo o.� ti flitru A wgpt acr+ra °srrt�s7 iJ a lo-u-re + :3i st:xa I/r.) C — aw .•e x.. nM= AM WCHM& K. WWl rtgNORf[t' a-wnu *ms t mw A $ .a,r ALA N HENRY DAM INTAKE TOWER BRIDGE PLAN & PROFILE W a-zc y" R-9 56Q ISSUED FOR BID j3 aim ()r evel tF •i as i' 3 C!9 a a. ` (3 alt6 fAl 3 �. /3 SI.e! � Ir Grc mi RT .I �3 /7 twos • IS Oft is AA r I . 3/r idt j0 17 Wa LJ. Am a. mm" alamu 1. ttac 1 w sw t rc rUt73 we (I r ti la la art v it Ira v. n aals tri v, : N sas r M j¢1_ 20 Ird SKAS 4. �j ? is WMs �° tFVA1i0Ai.GfRD R RFINFDRGNG > _ 71.e aIM M r N am* M u,...... - _ r�(c r MIX r-r OKI, IrJIr1 s/r-r-P �' TYP. ELEVATION OF MAIL Q ABUTMENT 't c a v qi T+wrn tn m '• ♦ I/r SWAMP[ ;• D. r amt. y istrws�`�rt ELEVATION -GIRDER PRESTRESSING aolu s �a aca w�+as W C/IC ttf.r•_r a + ur IaY Vl Irs3[ m WA "n S., r w W f, A s I IAr : i n 9i� fGo1 afw M[ M. Plww �I fI W CA Awns RECORD DRAWING � m w t, !a I/T cla.Ipt BUSED DM W FORY►TIDN IIC Stu O tIW.ID K areas, -t PPLIED BY THE CDHTRACT011. mu eons .rnv m SHE w Z r.+r caI sllteao. ovum r oIm w a ar- -r SECi10N xa »u [non IWIV T«M taa 33 W END 5ECiitIN OF 4;RO�FR ��QROER ur p1.rt �t J � W A71C Ste-I.-P ar w �w Y ttr y� r-R Ufa Cis li. sOC r � otl.t. m. o-iu Stir. D-Sa Z r aa..an uc — / sttr. am µ aam a Ir �iaQuotR 317K bR. Y7a T ry. TM W I Nr Iea7Mae1rrM, naeo T \ iiii., "CHO1 . s.11r r2HTlr f a NIr3oI Woo T-1r '• - 1_' ' ... r 1K tlarttD IQS SSN.TS Q'ua aw+m wu p GI nuao N. P , r ar b op p� ' t y a < e rr s *•.r a s. I.wlarts r. r-r,,-r�r oaa at�I�rq rn wra rlr OK. I•-r t••r. - rf ° ,�„I�r arts t ,smMg3.t 7Rt � Wa.4i it POOL)rM: 7 act fU1Z sl MD NOtI qU SIM ' r nq.0 etM4 wM •• 3 "nor aioi+irr oA. tat w rAa c r ar wt.t nP � e Aga _r r. I ns sTAa Op"ma a rw[ oxwotr Wu amm t[xm wo p oAIm ar Lm" ti woo 1s' f -r-Ir Ps WIrao •j ' rr W�fRm AND RONX . W. PAN VAR" —m � ."".vUIMW m° u e AIAN HENRY D+W INTAKE 'POWER BRIDGE GIRDER & DETAILS wn R-10 ISSUED FOR 610 ua ,to loom • or VC cr. w Fs am vw. } fRm. s, is • r C/a ,4 1 O,aO1 uZ otlam to r aaa no a r Inc jZFA RRATIWAY SCF-tvtN pl ®W�N Vl ,• ar-r �—�-J-- 1Jf/7�.mte TIM • tu.c t/s..f•� •to wmtw. M r 1MO-UOlLm f -c to. !art wt AIw af7a7 �a".» n loom r ton cm um auto:*" WA � AlO Data sAT otv UM TMW I t N on • r W*-L tnc7m. � :Tj : APPROACH sue Cw a.c m,9msaus 7m &Amam MOM ar m tltmf .mrt a n a�y�lpp M 70 iW w.4R4S1 oJ0• w�u,7YEioafJDIWD ass, � r-a f.r MAX 'A' wAC ,/1'-r-c *p.q kRt r.r ta,.•.oe Aga�xJt a .ouzo a 11C IN t1077L wpm I*1!a a7awAtwa ewme NOM rOASED 40H INFO Et LION U"UEO 8Y 7NE CONTRACTOR, '[YPICwt oesAEe_ DEC. sfss E g. loom t.dw J„} rr,c,n1 `TIRw� VAL• 1/r.t`-O �9•— alb • r N nu on fAx or M •,r Qv marmid Om•r m X.l1:a1: ssaLa� ` rst . tsaLa awi .' ]( As ,bt A000tor DAM wa .4ka • It 4C GME$Af- NOTES t. wxmc= tnawm mw ams OVAL taw rJ.afo w m1141 "co- t1V4f11 w sw000m V. A a t: 7w 11K-C IUK y Z r11QC{WPG ttma •4%L K 1/r tsa 2M kA SCM- UK 4A•e triwCl.er m Asnt- IL ` acol Oltam vvu mow t0 4j1•.Yls l; 4 a s tr C/C • CD*M fE Wai COrwaw m EO.s "Dow cuwmtw L9KMk01 a F•Es77tsfm CIROM r 4-700 F3L 7N6 rkE17srJ,1 anus Pta"m r.-Om „.0 Hoax c R.C/AlAW r..JoaC.31 r-r rma su7 a nc MOW W= *Kt CORM .M nr ~0111A 70wt"a or"'Moo" ,mm mans or ,ft 701.s HmPM! CVWAPJMrt 1*72 it41G10 f/R71,CNRf•A . taws • tfr mam sar+os AA1 CESCG»b af! OFs7no6 MrOW3 an rw7p,fmm L91a,LrC snumm rift r,ltsl•artu •k t• s>.rs cVNE m U a go 1 044:14 ) UO L�� .p. •�ota,1 Oaf w �,�L aonn a s s Mo wtm off LAA4 w W-ft-~eM1AU O-ONttEt aMW n4C011NLAE 91ELT INTAKE TOWER BRIDGE DETAILS Fqs ISSUED FOR 510 w 8 w O h t— € LLJ F Z e OUR ! t •un rwx vv s l l l ewn pcvy 3 16 awn to ba i• sr u n C /r c/c mm to %w, a -gm. M,-, t r� s Itt sees .ywnuua --N %moos C or c/c x armM}a Or .aa w i m. suss: ,/r-,•� r oct wcaaav r trues -... _.._.� 1/c.r o .r+ wolsas a �%,on,o vmnrx it nc In'�me'�rziomic %tic � Y �• eta s xt' rus rJt sv. tY r[6 uv ss ttamlam m Fri EIJI ! .'MFU asrn1 10 il' G T aio 4l�il!!M mwfJL usv. limo TO 10a1 macs nxv, alas m nd. aunt rrr. m rll% o x+' war, c/4Cu a ns w1 ru me a its war Yd• Ma Wn LCH lIC %rli AMAYla nw M6 ( My. x110n Cal it, *AM %r sw6u A. mum �p�g�g W W-10-10 O Marx tw. alma To Rn. xl60a) BASED ON INFORMAMN suu DECX - 11-C UAPU£0 BT THE CONTRACT SECTION ee SIX or eaun it wmea DpL Ip6 U6M Rltw SMM J'f� ny% tOr2 Mti% 1C Oc so", 1/r -I i0'47saCi� OWKLS worn FVf Ss SIELT AtAN HENRY DA►A INTAKE TOWER BRIDGE COLUMNS o-zt ISSUED FOR 61D to tr tt 4. W lY W �9 a) iY W �0 W Y 1a" Z cgs aol p -a loai"m ftmt ,r._ �f T r0� MI{r fYrry Io JMM d4Yyp /Lp 1.r♦ Ir9 O p' " llb a Z � ^1 co A �r' p 0 y rs a•,y „� W NflI1V LS63 r� t' r, A as 14 l g. ;"; y++i �a►*� jyago ae» �a�ra s � tiaww Mid J} tMy- cy� I1VA 1S34 a 3i j r 4i �� Sr r♦` i a moai.AV 0 r�4 CIC.J -a i am aoi 03rim I 10 KInd vat% PC is �yK ir{ _ _1 tlrna` vw .a an a _- �t- WatLA '7f'W d °F� 4-2 --u'ot' — wU• j'w %air "t Will -A" tHi Iwo 'd i ♦J .......... Q yt tMI W **go a -off w—.-- — ►►—.' .—...------±S�y4-`�..�. _. ... ,..—.— —�yr~IO ,ttrtt "', �—Oil ter+ • o t m-.t Tw: .k4 ' 'X K 1-4 RO. a' _ mum 41-7 1r-SW am' hM P its,. t +a tCi rMo_ — _"'+' — — — — - — IIA f bay+ AZW Y" L9 _ ,..... ,..... ' r— ---�-- — — — — ,giltter--. t� _----- —Arw" uwr'�wi •.Yll— ' i=. — — — — — �_ : : , — — — — — — — a$r: xc tear- �w•.+t :+„ ,y _�_ -- — .`"``���=-___.^_....�. � �-=- i..S _ "���% ,xr - Yrx Xtrr� .16 ]tlil ___ S t I It plt i7t AN inl .ti cc OM L:spo¢) pblOtp �OF /47/ au - cn r - ss.�t mms+ter i " uk u.+r"'tilt .,Yr-: au-tna+-rare wmivR , c/� etaofl.ter.trext,nrr .�+o iutr' m P .aZ.... 1 a i —. .- r .r Mral a/r OD.tt YO4w:3 .f .T4r s1 ilo wn; nl IAt43 1f17Ct y 7:i:1✓a't �ttttnftbrJ JO TWI a S s . 13 r g i a t• 1 i yr + V I f -crtH rn IR i • � yy }j � fi' MA �Q Q ur a{{ o �8ap �d � INm 0 r.m« DU911.n Cih Of LUBBOCK. LAKE MAN WWI A 2 INTAKE TOWER BRIDGE REPAIRS tRKRoti •.d.`�..�.. W1s' Z.— �= aam n spite kt vltrr i4tf ser: t w ;ran �"1' w +�� REFERNCE SHEET 1.]