Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2014-R0421 - Award Bid - Eagle Contracting LP - NW Water Reclamation Plant - 12/18/2014
No. 2014-RO421 No. 6.5 mber 18, 2014 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT City of Lubbock Bid No. RFP 14 -12048 -TF is awarded to Eagle Contracting, L.P. of Fort Worth, Texas, for Northwest Water Reclamation Plant, 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 submittal attached hereto and incorporated herein, and related documents. Passed by the City Council on D GIN C. ROBERTSON, MAYOR ATTEST: Rebe a Garza, City Secretary APPROVED �AS�TO' CONTENT: .E., City Engineer APPROVED AS TO FORM: Amy Sims eputy i tto e ccdocs/RES.Bid Award -Eagle Contracting LP 12.01.14 BOND CHECK & 3r BEST RATING: LICENS D IN TE S DATE: F 115 BY: f CONTRACT AWARD DATE: December 18, 2014 CITY OF LUBBOCK SPECIFICATIONS FOR Northwest Water Reclamation Plant RFP 14-12048-TF CONTRACT 12048 PROJECT NUMBER: 92221.9242.30000 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www.thereDroductioncomnanv.com Phone: (806) 763-7770 ,11k1k1!4000" City of Lubbock TEMAS CITY OF LUBBOCK Lubbock, Texas 2 of 2 Page Intentionally Left Blank "of City of ►Lubbock TEXAS ADDENDUM 3 Engineer's Addendum No. 3 RFP 14-12048-TF Northwest Water Reclamation Plant DATE ISSUED: October 29, 2014 CLOSE DATE: November 13, 2014 at 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Enizineer's Addendum 3 Please see Engineer's Addendum No. 3. Please incorporate information presented in each item and each attachment. This addendum includes: a. Items 3-1 through 3-99 b. Attachments 1-AD3 through 30-AD3 (Referenced in Items 3-1 through 3-99) 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 TKFloreskmylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, 7 57 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. 0425-013-04 ADDENDUM NO. 3 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF LUBBOCK, TEXAS NORTHWEST WATER RECLAMATION PLANT RFP 14-12048-TF CONTRACT NO. 12048 PROJECT NO. 922221.9242.30000 TO: PROSPECTIVE OFFERORS AND PLAN HOLDERS The Plans, Specifications, and Contract Documents shall be modified as required by the following items: Item 3-1 Front End Specifications, GENERAL INSTRUCTIONS TO OFFERERS: Replace Item 13.1 in its entirety with the following: "13.1 The construction covered by the contract documents shall be substantially completed within seven hundred and twenty (720) CONSECUTIVE CALENDAR DAYS and final completed within eight hundred forty (840) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to proceed issued by the City of Lubbock to the successful proposer. Item 3-2 Specifications, TABLE OF CONTENTS: In the appropriate locations, add the following to DIVISION 4 of the TABLE OF CONTENTS: 04050 COLD AND HOT WEATHER MASONRY CONSTRUCTION 04110 MASONRY MORTAR AND GROUT Item 3-3 Specifications, Section 01100 - SUMMARY: After 1.10 B add the following "C. Extend Work Hours: If CONTRACTOR works more than 50 hours in a calendar week, from Saturday to Friday (including holidays), CONTRACTOR shall pay for overtime for the Resident Project Representative at a rate of $1351hour." At the end of 1.14 A. add the following: "The MBR initial Acceptance Test (30 day) and Final Acceptance Test (90 day), as defined in Appendix A Specification Section 11710 Part 3.4 B., d❑ not have to be complete prior to substantial completion, but shall be completed prior to final completion." ADDENDUM 3 - PAGE 1 of 18 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum MAddendum3_201410-28.docx 0425-013-04 Item 3-4 Specifications, Section 01105 — SEQUENCE OF CONSTRUCTION: After 1.3 F. add the following item: "G. Offsite Pipeline Installation and CR 1900 (Slide Road) Access Limited 1. During the installation of the offsite pipelines by others Slide Road south of the NWWRP may be closed for extended periods of time. CONTRACTOR shall plan and budget for accessing the project site from north of the site during the installation of those pipelines. H. MBR Startup and Temporary Piping 1. CONTRACTOR shall install temporary piping, as needed, from the 81FEIDIP shown an M-551 (seq. 223 of 434) to manhole MH-4 to return flow back to the Raw Wastewater Pump Station as required for the startup." Item 3-5 Specifications, Section 01400 — QUALITY REQUIREMENTS: In item 2.4 C. 1. Change the reference from "03300" to "03350." Item 3-6 Specifications, Section 02001 — MATERIALS: Replace 2.12 A. with the following item. "A. Flexible base shall conform to TxDOT Item 247 Grade 1 standard, with a plasticity index of 5-12. All references throughout the Plans to Grade 2 Flexible Base shall be changed to Grade 1 Flexible Base. Item 3-7 Specifications, Section 02090 — MANHOLES: After 2.6 C. add the following item: "D. Only concrete manholes with open pipes require a lining system. Manholes used as valve vaults, flow meter vaults, or for closed pipe WAS cleanouts, do not require lining." Item 3-8 Specifications, Section 04050 — COLD AND HOT WEATHER MASONRY CONSTRUCTION: Add the attached specification (ATTACHMENT 1-AD3). Item 3-9 Specifications, Section 04110 — MASONRY MORTAR AND GROUT: Add the attached specification (ATTACHMENT 2-AD3). ADDENDUM 3 - PAGE 2 of 18 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum MAddendum3_201410-28.docx 0425-013-04 Item 3-10 Specifications, Section 07162 — DAMPPROOFING: Delete Paragraphs 3.2.13, C, D, E, F and G. Replace the following Paragraphs after Paragraph 3.2.A: "B. Apply dampproofing to the gypsum board side of ALL exterior and interior CMU with gypsum board/rigid insulation furring at the PTU Electrical Building, MBR Structure, UV Electrical Building, Mechanical Building and Main Electrical Building. C. Apply two (2) coats minimum at each location at manufacturer's recommended coverage rates. D. Provide protection as required for coating during installation. E. Repair any damage to coating caused prior to installation of wall furring. F. Remove coating from adjacent surfaces." Item 3-11 Specifications, Section 08220 — FIBERGLASS REINFORCED PLATIC (FRP) DOORS AND FRAMES: After 2.1 A. 1.c. add the following: "D. Eliason CF9000." Item 3-12 Specifications, Section 08700 — FINISH HARDWARE: Paragraph 2.1.A.9 — Change Card Reader Access to Wireless Reader Access. Paragraph 3.3 (SCHEDULES) Hardware Set #01 — Change wall mounted card reader hardware to wireless access electronic Salto System mortise lock. Paragraph 3.3 (SCHEDULES) Hardware Set #04 - Change wall mounted card reader hardware to wireless access electronic Salto System mortise lock. Paragraph 3.3 (SCHEDULES) Hardware Set #05 — Eliminate text reading "Access Controlled Opening." Item 3-13 Specifications, Section 08800 — GLAZING: Paragraph 3.4.B.1 — Add the following sentence, "Tempered at storefront locations." Paragraph 3.4.B.2 - Add the following sentence, "Tempered at storefront locations." Item 3-14 Specifications, Section 10514 — SOLID POLYMER (HDPE) LOCKERS AND LOCKER BENCHES: At the end of Paragraph 2.1, Item A.1.c, add the following: "d. Columbia Lockers." ADDENDUM 3 - PAGE 3 of 18 F:"ojectsl04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum MAddendum3_201410-28.docx 0425-013-04 Item 3-15 Specifications, Section 11381 —AERATION SYSTEM, FINE BUBBLE ❑IFFUSERS: After Paragraph 2.1, Item A.1, add the following: "2. Aquarius, Ceramic Tube Diffusers." Item 3-16 Specifications, Section 13100 — LIGHTNING PROTECTION: Add the following available manufacture to the end of Paragraph 2.1, Item A: "8. National Lightning Protection." Item 3-17 Specifications, Section 15139 — ELECTRIC OPERATORS: Delete Paragraph 1.4, Item A in its entirety and replace with the following: "A. AWWA C542 — Electric Motor Actuators for Valves and Slide Gates." After Paragraph 2.1, Item A.2, add the following: "3. EIM: TEC200 Actuator with Gearbox" In Paragraph 2.3, Item C, delete "AWWA C540" and replace with "AWWA C542". In the second sentence of Paragraph 2.3, Item C, delete the first word "II" and replace with "All". Delete Paragraph 2.3, Item C.7. Delete Paragraph 2.3, Item ❑ in its entirety and replace with the following: "D. Actuator Sizing: The actuator shall be sized to guarantee valve closure at the specified differential pressure and temperature. The safety margin of motor power available for seating and unseating the valve shall be sufficient to ensure torque switch trip at maximum valve torque with the supply voltage 10% below nominal. For linear operating valves, the operating speed shall be such as to give valve closing and opening at approximately 10-12 inches per minute unless otherwise stated in the data sheet. For 90' valve types the operating time will be determined in the field." Add the following after Paragraph 2.3, Item R.6: 7. Disconnect Switch: Actuator shall be provided with a lockable, heavy-duty, nonfused- disconnect switch or circuit breaker that is closed -coupled to the motor actuator in compliance with NEMA ICS. " At the end of Paragraph 2.3, Item S.6 add the following: 7. The enclosure shall be constructed of epoxy coated ductile iron and shall be designed for buried service." At the end of Paragraph 2.3, add the following: ADDENDUM 3 - PAGE 4 of 18 F:"ojectsl04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum MAddendum3_201410-28.docx 0425-013-04 "T. Local Display 1. Actuator shall have a local LCD display for displaying mode of operation, status, valve position, torque, number of starts per hours, and alarms. The display shall have an alphanumeric display interface. The local display shall have a battery backup." Item 3-18 Specifications, Section 15440 — PLUMBING FIXTURES AND EQUIPMENT: Add the following to Paragraph 2.2.M.9.a: "Provide cane detection apron accessory for the high level drinking fountain that meets Texas Accessibility Standards. Match finish of drinking fountains." Item 3-19 Plans, Sheet G-001, LOCATION MAP AND INDEX TO DRAWINGS (Seq. 1 of 434): In the Index to Drawings, add sheet C-019 DIMENSIONAL PLAN (Seq. 55A of 434) in the appropriate location. Item 3-20 Plans, Sheet G-002, INDEX TO DRAWINGS (Seq. 2 of 434): In the Index to Drawings, add sheet P-525 LOWER LEVEL FLOOR PLAN — COMPRESSED AIR (Seq. 213A of 434) in the appropriate location. Itam 1-91 Plans, Sheet G-019, PRELIMINARY TREATMENT UNIT P&ID (Seq. 19 of 434): Change the Discrete Input to and Analog Input for the Relift Pump Discharge Flow. Item 3-22 Plans, Sheet G-022, OVERALL SECONDARY TREATMENT PROCESS FLOW DIAGRAM (Seq. 22 of 434): Refer to Filtered Effluent to UV Disinfection Sample Line; refer to Plan M-506 for location of instruments. Provide a Temperature Transmitter at this same location. Item 3-23 Plans, Sheet G-030, PLANT WATER SYSTEM P&I❑ (Seq. 30 of 434): Change the Discrete Input to and Analog Input for the Plant Water Flow. Indicate that the Plant Water Control Panel is vendor furnished. ADDENDUM 3 - PAGE 5 of 18 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum MAddendum3_201410-28.docx 0425-013-04 Item 3-24 Plans, Sheet C-001, OVERALL GRADING PLAN — MAP KEY (Seq. 38 of 434): Delete sheet C-001 in its entirety and replace with ATTACHMENT 3-AD3. Item 3-25 Plans, Sheet C-002, PAVING AND GRADING PLAN - A (Seq. 39 of 434): Delete sheet C-002 in its entirety and replace with ATTACHMENT 4-AD3. Item 3-26 Plans, Sheet C-003, PAVING AND GRADING PLAN - 6 (Seq. 40 of 434): Delete sheet C-003 in its entirety and replace with ATTACHMENT 5-AD3. Item 3-27 Plans, Sheet C-004, PAVING AND GRADING DETAILS (Seq. 41 of 434): Delete sheet C-004 in its entirety and replace with ATTACHMENT 6-AD3. Item 3-28 Plans, Sheet C-019, ❑IMENSIONAL PLAN (Seq. 55A of 434): Add sheet C-019 (ATTACHMENT 7-AD3). Plans, Series M-050, RAW WASTEWATER PUMP STATION (Seq. 67-72 of 434): The pipe material designations "DI" and "DP" shall be interpreted as "DIP". Item 3-30 Plans, Sheet M-052, SECTIONS (Seq. 69 of 434): In Section A, add a sectional view of the 8-inch drain line depicted in M-051 (added in Addendum 2). Call out the flow line elevation of 3222.10. Item 3-31 Plans, Sheet M-053, SECTION (Seq. 70 of 434): In Section C, change the 6-inch drain line to a 12-inch drain line. Adjust the label accordingly. Set the flowline elevation at 3223.22. Item 3-32 Plans, Sheet M-054, SECTION (Seq. 71 of 434): In Section D, change the 6-inch drain line to a 12-inch drain line. Adjust the label accordingly. Keep the flowline elevation at 3223.22. ADDENDUM 3 - PAGE 6 of 18 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum 3Wddendurn3_201410-28.docx 0425-013-04 Item 3-33 Plans, Series M-100, PRELIMINARY TREATMENT SYSTEM (Seq. 94-107 of 434): The pipe material designations "DI" and "DP" shall be interpreted as "DIP". Item 3-34 Plans, Sheet M-101, UPPER LEVEL — ENLARGED PLANS (Seq. 95 of 434): Change the EQUIPMENTIPIPING SCHEDULE as follows: Item 8: Add "350-CV-1 21/131 " to the note column. Item 9: Add "350-CV-111" to the note column. Item 3-35 Plans, Sheet M-103, LOWER LEVEL — KEY PLAN (Seq. 97 of 434): Change "301DIDIP" TO "301OFIDIP". Change "301DIPVC" TO "301OFIPVC". Item 3-36 Plans, Sheet M-105, LOWER LEVEL — ENLARGED PLAN (Seq. 99 of 434): Delete sheet M-105 in its entirety and replace with ATTACHMENT 8-AD3. If--- '1-17 Plans, Sheet M-106, LOWER LEVEL — ENLARGED PLAN (Seq. 100 of 434): In FINE SCREEN COMPACTOR UNITS — ENLARGED PLAN At one location, change "30/DID1" TO "3DIOFIDIP". Item 3-38 Plans, Sheet M-107, SECTIONS I (Seq. 101 of 434): Delete sheet M-107 in its entirety and replace with ATTACHMENT 9-AD3. Item 3-39 Plans, Sheet M-108, SECTIONS II (Seq. 102 of 434): In Section B: Referring to the horizontal 30-inch pipe attached to the first -floor ceiling, change "301SRSIPVC" to "301OFIDIP." Delete "301DIDIP". At two locations, change "301DIDIP" TO "30IOFIDIP". At one location, change "30ISRSIPVC" TO "30IOFIPVC." ADDENDUM 3 - PAGE 7 of 18 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum MAddendum3_201410-28.docx 0425-013-04 Item 3-40 Plans, Sheet M-109, SECTIONS III (Seq. 103 of 434): Delete sheet M-109 in its entirety and replace with ATTACHMENT 10-AD3. Item 3-41 Plans, Sheet M-110, SECTIONS IV (Seq. 104 of 434): Delete sheet M-110 in its entirety and replace with ATTACHMENT 11-AD3. Item 3-42 Plans, Sheet M-111, SECTIONS V (Seq. 105 of 434): Delete sheet M-111 in its entirety and replace with ATTACHMENT 12-AD3. Item 3-43 Plans, Sheet M-503, SECTIONS (Seq. 162 of 434): Delete Sheet M-503 in its entirety and replace with ATTACHMENT 13-AD3. Item 3-44 Plans, Sheet M-504, SECTIONS (Seq. 163 of 434): Delete Sheet M-504 in its entirety and replace with ATTACHMENT 14-AD3. Itam 'A -AR Plans, Sheet M-505, SECTIONS (Seq. 164 of 434): Delete Sheet M-505 in its entirety and replace with ATTACHMENT 15-AD3. Item 3-46 Plans, Sheet M-506, SECTIONS (Seq. 165 of 434): Delete Sheet M-506 in its entirety and replace with ATTACHMENT 16-AD3. Item 3-47 Plans, Sheet A-501, LOWER LEVEL FLOOR PLAN (Seq. 191 of 434): At the two (2) column "D" gridlines, change the one on the right to gridline "C". Item 3-48 Plans, Sheet A-510, EXTERIOR ELEVATIONS (Seq_ 194 of 434): Elevation 2 — Add Detail Reference 61A-913 Sim. at locations above the concrete beams north and south of the Upper Level along the higher Membrane area beyond and at the concrete beam indicated at 47'-0". Refer to the Addendum Item for Sheet A-522 below for similar conditions. ADDENDUM 3 - PAGE 8 of 18 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum MAddendum3_201410-28.docx 0425-013-04 Item 3-49 Plans, Sheet A-522, WALL SECTIONS (Seq. 199 of 434): Section 3 — Add detail references 61A-913 Sim. Op. Hand at locations indicating the concrete beams above the storefront windows and at Elev. 47'-0" Top Of Beam. Item 3-50 Plans, Sheet A-524, WALL SECTIONS (Seq. 201 of 434): Section 1 —Add detail reference 61A-913 Sim. at location indicating the concrete beam at Elev. 47'- 0" Top Of Beam. Item 3-51 Plans, Sheet A-525, DETAILS (Seq. 202 of 434): Delete Sheet A-525 in its entirety and replace with ATTACHMENT 17-AD3. Item 3-52 Plans, Sheet A-530, ENLARGED FLOOR PLANS (Seq. 203 of 434): Enlarged Plan 1: Change door for Shower 52-106 from Door 52-101A to Door 52-106A. Enlarged Plan 2: Change Stair door from Door 52-105A to Door 52-203A. Change door to Electrical Room 52-202 from Door 52-101A to Door 52-202A. Change door to Control Room 52-201 from Door 52-104A to Door 52-201A. Item 3-53 Plans, Sheet H-524, MBR Pipe Gallery, Upper Level Floor Plan - HVAC (Seq. 208 of 434): Lower unit heaters, UH-0504 and UH-0503, so that bottom of equipment is at 8'-0" above the floor of the upper level. Item 3-54 Plans, Sheet P-521, Secondary Treatment Lower Level Floor Plan — Waste and Vent (Seq. 210 of 434): Shift the 3" sanitary sewer line in Maintenance Room 52-109 to the west to avoid routing through or under the footer at column line 4. Item 3-55 Plans, Sheet P-525, LOWER LEVEL FLOOR PLAN — COMPRESSED AIR (Seq. 213A of 434): Add sheet P-525 (ATTACHMENT 18-AD3). ADDENDUM 3 - PAGE 9 of 18 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum 3Wddendurn3_201410-28.docx 0425-013-04 Item 3-56 Plans, Sheet A-601, FLOOR AND ROOF PLAN (Seq. 255 of 434): At Electrical Room 65-102, shift Door 65-102A V-4" to the east. Item 3-57 Plans, Sheet A-611, EXTERIOR ELEVATIONS AND BUILDING SECTIONS (Seq. 256 of 434): Section B — Change the Wall Section reference on the west wall from 21A-912 to 21A912 Sim. Section B — Add Wall Section reference 21A-912 Op. Hand. to the east wall. Item 3-58 Plans, Sheet H-651, HVAC PLAN (Seq. 257 of 434): Delete Sheet H-651 in its entirety and replace with ATTACHMENT 19-AD3. Item 3-59 Plans, Sheet A-901, DOOR AND FRAME SCHEDULE (Seq. 274 of 434): Change Doors 52-103A and 52-103B to a pair of 4'-0" size doors. Change Door 52-109E to Door Type C. Add Door 52-20413: FRP door, 3'-0" x T-0" x 1 3/4", Door Type A, Frame Type 1, Hardware Set 01. Reference details 1 and 21A-914. Change Door 80-101 B to a pair of 3'-0" size doors. Change Glass Type 3 to Glass Type 2 for Window Types 1 and 2. Item 3-60 Plans, Sheet A-912, TYPICAL WALL SECTIONS (Seq. 276 of 434): Section 2 — Add the following General Note: "N❑ wall furring, insulation, or gypsum board at Sim. condition." Item 3-61 Plans, Sheet A-913, TYPICAL DETAILS (Seq. 277 of 434): Delete Sheet A-913 in its entirety and replace with ATTACHMENT 20-AD3. Item 3-62 Plans, Sheet A-914, DOOR AND WINDOW TYPICAL DETAILS (Seq. 278 of 434): Delete Sheet A-914 in its entirety and replace with ATTACHMENT 21-AD3. ADDENDUM 3 - PAGE 10 of 18 F:"ojectsl04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum MAddendum3_201410-28.docx 0425-013-04 Item 3-63 Plans, Sheet E-002, OVERALL SITE PLAN — ELECTRICAL (Seq. 327 of 434): Delete Sheet E-002 in its entirety and replace with ATTACHMENT 22-AD3. Item 3-64 Plans, Sheet E-003, PARTIAL SITE PLAN (NORTH) — ELECTRICAL (Seq. 328 of 434): Delete Sheet E-003 in its entirety and replace with ATTACHMENT 23-AD3. Item 3-65 Plans, Sheet E-004, PARTIAL SITE PLAN (SOUTH) — ELECTRICAL (Seq. 329 of 434): Add homerun circuit (RWPS-LP1-22) for Potable Water Hot Box at piping adjacent to south site entrance. Item 3-66 Plans, Sheet E-005, PARTIAL SITE PLAN (MAIN ELECTRICAL BUILDING) (Seq. 330 of 434): Delete Sheet E-005 in its entirety and replace with ATTACHMENT 24-AD3. Item 3-67 Plans, Sheet E-014, ELECTRICAL DETAILS (SHEET 7) (Seq. 339 of 434): Delete sheet E-014 in its entirety and replace with ATTACHMENT 25-AD3. On ATTACHMENT 25-AD3, make the following modifications: Refer to Section "B"; Add 4-2" Spare conduits to controls duct configuration. Refer to Section "D"; Add 4-2" Spare conduits to controls duct configuration. Refer to Section "E"; Add 4-2" Spare conduits to controls duct configuration. Item 3-68 Plans, Sheet E-015, ELECTRICAL DETAILS (SHEET 8) (Seq. 340 of 434): Delete Sheet E-015 in its entirety and replace with ATTACHMENT 26-AD3. On ATTACHMENT 26-AD3, make the following modifications: Refer to Section "F"; Add 4-2" Spare conduits to controls duct configuration. Refer to Section "G"; Add 4-2" Spare conduits to controls duct configuration. Refer to Section "H"; Add 4-2" Spare conduits to controls duct configuration. Refer to Section "J"; Add 4-2" Spare conduits to controls duct configuration. Refer to Section "K"; Add 4-2" Spare conduits to controls duct configuration. ADDENDUM 3 - PAGE 11 of 18 F:"ojectsl04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum MAddendum3_201410-28.docx 0425-013-04 Item 3-69 Plans, Sheet E-016, ELECTRICAL DETAILS (SHEET 9) (Seq. 341 of 434): Delete Sheet E-016 in its entirety and replace with ATTACHMENT 27-AD3. On ATTACHMENT 27-AD3, make the following modifications: Refer to Section "L"; Add 4-2" Spare conduits to controls duct configuration. Refer to Section "M"; Add 4-2" Spare conduits to controls duct configuration. Refer to Section "N"; Add 4-2" Spare conduits to controls duct configuration. Refer to Section "Q"; Add 4-2" Spare conduits to controls duct configuration. Item 3-70 Plans, Sheet 1-001, PLANT CONTROL SYSTEM ARCHITECTURE (Seq. 346 of 434): Refer to Secondary Treatment Area Network Cabinet, NC:STA. Provide fiber optic patch cable from patch panel to network cabinet equipment. Refer to Diversion Box PLC; change from PLC-050 to PLC-030. Item 3-71 Plans, Sheet 1-002, CCTV SYSTEM ARCHITECTURE (Seq. 347 of 434): Refer to Front Gate CCTV-10. Camera shall be mounted an a 20' pole at the front gate. Provide necessary pole foundation, conduit, wiring, fiber optic and accessories for a complete operation camera. Final location shall be determined by the Owner's Representative. Refer to Back Gate CCTV-9. Camera shall be mounted on a 20' pole at the back gate. Provide necessary pole foundation, conduit, wiring, fiber optic and accessories for a complete operation camera. Final location shall be determined by the Owner's Representative. Refer to Raw Wastewater Pump Station CCTV-5. Camera shall be mounted on a 20' pole at the raw wastewater pump station. Provide necessary pole foundation, conduit, wiring, fiber optic and accessories for a complete operation camera. Final location shall be determined by the Owner's Representative. Obtain 120-V Power for cameras from local UPS Power Panels. Item 3-72 Plans, Sheet E-031, DIVERSION BOX FLOOR PLAN — ELECTRICAL (Seq. 348 of 434): Relocate indicated electrical components from location adjacent to Diversion Box, to platform inside adjacent to pumps. This area is considered as a Class 1, Div. 2 location and electrical components shall be in compliance with rating. ADDENDUM 3 - PAGE 12 of 18 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Piant Addendum 3Wddendurn3_201410-28.docx 0425-013-04 Item 3-73 Plans, Sheet 1-050, RAW WASTEWATER PUMP STATION (Seq. 354 of 434): Revise tag number for 350-FIT-102 to 050-FIT-101 and, relocate transmitter an switchrack with 050-LIT-101 west of pump station. Revise tag number for 350-FE-102 to 050-FE-101. Item 3-74 Plans, Sheet E-101, PRELIMINARY TREATMENT LOWER LEVEL PART. FLOOR PLAN (AREA W) — LIGHTING (Seq. 355 of 434): Delete Sheet E-101 in its entirety and replace with ATTACHMENT 28-AD3. Item 3-75 Plans, Sheet E-102, PRELIMINARY TREATMENT LOWER LEVEL PART. FLOOR PLAN (AREA'S') — LIGHTING (Seq. 356 of 434): Delete Sheet E-102 in its entirety and replace with ATTACHMENT 29-AD3. Item 3-76 Plans, Sheet E-105, PRELIMINARY TREATMENT LOWER LEVEL FLOOR PLAN (AREA `A') — POWER (Seq. 359 of 434): Change Equipment tag from '100-RLP-111' to '300-RLP-111'. Change Equipment tag from '100-RLP-121' to `300-RLP-121'. Change Equipment tag from '100-RLP-131' to `300-RLP-131'. Change Equipment tag from '100-RLP-141' to `300-RLP-141'. Item 3-77 Plans, Sheet E-107, PRELIMINARY TREATMENT UPPER LEVEL FLOOR PLAN (AREA W) — POWER (Seq. 361 of 434): Add homerun circuit (PTU-LP1-31) to Auto Sampler on west end of upper level of PTU. Route 21c #10 with grounding conductor in 1/4" conduit to PTU Electrical Building via cable tray. Item 3-78 Plans, Sheet E-108, PRELIMINARY TREATMENT UPPER LEVEL FLOOR PLAN (AREA'S') — POWER (Seq. 362 of 434): Change Equipment tag from '100-SG-131' to `100-SG-141'. Change Equipment tag from '100-SG-132' to `100-SG-142'. Change Equipment tag from '100-SG-111' to `100-SG-211'. Change Equipment tag from '100-SG-121' to `100-SG-221'. ADDENDUM 3 - PAGE 13 of 18 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum MAddendum3_201410-28.docx 0425-013-04 Change Equipment tag from '100-SG-131' to `100-SG-231'. Item 3-79 Plans, Sheet E-110, PRELIMINARY TREATMENT ELECTRICAL BUILDING FLOOR PLAN — POWER (Seq. 364 of 434): Add homerun circuit (PTU-LP1-10) for Potable Water Hot Box at piping adjacent to Electrical Building. Item 3-80 Plans, Sheet E-115, PRELIMINARY TREATMENT ELECTRICAL PAN ELBOARD SCHEDULES (Seq. 369 of 434): Panel board Schedule `PTU-LP1': Change ckt #10 from `Spare' to `Hot Box — Potable Water'. Panel board Schedule 'PT U-LP1': Change ckt #31 from `Spare' to `Auto Sampler — west end PTU'. Item 3-81 Plans, Sheet 1-100, PRELIMINARY TREATMENT UNIT TERMINATION ❑IAGRAM I (Seq. 370 of 434): Refer to Circuit ID PLC:100-09; change conduit and wiring to 1-121C#14, 1" C. Refer to Circuit ID PLC: 100-10; change conduit and wiring to 1-121C#14, 1" C. Refer to Peak Storage Basin Level; change instrument tag to 200-LE-102 and 200-LIT- 102 Refer to Grit Washer and Dewatering Unit No. 1; Change to Grit System Control Panel. Delete Grit Washer and Dewatering Unit No. 2. Revise tag number for PLANT RETURN FLOW from 200-FE-102 and 200-FIT-102 to 050-FE-101 and 050-FIT- 101. Item 3-82 Plans, Sheet 1-104, PRELIMINARY TREATMENT UNIT ELECTRICAL BUILDING PLAN (Seq. 374 of 434): Delete Grit Dewatering System No. 2. Item 3-83 Plans, Sheet E-405, CLBR STRUCTURE PARTIAL FLOOR PLAN (AREA W) — POWER (Seq. 384 of 434): Add homerun circuit (MBR-LP2-35) for heat tracing of plant water piping — CLBR, with Keyed Note #5. ADDENDUM 3 - PAGE 14 of 18 F:"ojectsl04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum MAddendum3_201410-28.docx 0425-013-04 Item 3-84 Plans, Sheet E-407, CLBR STRUCTURE PARTIAL FLOOR PLAN (BIO-REACTOR AREA `C') — POWER (Seq. 386 of 434): Extend Instrumentation/Controls cable tray with 12" wide, perpendicular to main run and elevated at same height out to CLBR Aerator equipment rack. Extend Power cable tray with 12" wide, perpendicular to main run and elevated at same height out to CLBR Aerator equipment rack. Item 3-85 Plans, Sheet E-408, CLBR STRUCTURE PARTIAL FLOOR PLAN (BIO-REACTOR AREA'D') — POWER (Seq. 387 of 434): Extend Instrumentation/Controls cable tray with 12" wide, perpendicular to main run and elevated at same height out to CLBR Aerator equipment rack. Extend Power cable tray with 12" wide, perpendicular to main run and elevated at same height out to CLBR Aerator equipment rack. Item 3-86 Plans, Sheet 1-400, CBR AND MBR TERMINATION DIAGRAM I (Seq. 388 of 434): Refer to Reactor No. 1 Recycle Gate; Provide 1-2PR#16TSP, 1" C. from actuator to termination panel. Refer to Reactor No. 2 Recycle Gate; Provide 1-2PR#16TSP, 1" C. from actuator to termination panel. Refer to Membrane Basin No. 1 Inlet Gate; change "500-SG-111" to "500-WG-111". Refer to Membrane Basin No. 2 Inlet Gate; change "500-SG-121" to "500-WG-1 21 ". Refer to CLB Inlet Weir Gate No. 1 400-WG-111; Provide 1-2PR#16TSP, 1" C. from actuator to termination panel. Refer to CLB Inlet Weir Gate No. 2 400-WG-121; Provide 1-2PR#16TSP, 1" C. from actuator to termination panel. Item 3-87 Plans, Sheet 1-401, CBR AND MBR TERMINATION DIAGRAM II (Seq. 389 of 434): Refer to Membrane Basin No. 3 Inlet Gate; change "500-SG-131" to "500-WG-1 31 ". Refer to Membrane Basin No. 4 Inlet Gate; change "500-SG-141" to "500-WG-1 41 ". Refer to Air Scour Blower Cross Connect and Isolation Valves; Refer to Plan G-028 for correct tag numbers. ADDENDUM 3 - PAGE 15 of 18 F:"ojectsl04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum MAddendum3_201410-28.docx 0425-013-04 Item 3-88 Plans, Sheet 1-402, CBR AND MBR TERMINATION DIAGRAM III (Seq. 390 of 434): Refer to Membrane Basin Effluent Termination Panel Instruments; Refer to Plan G-022 for correct tag numbers. Refer to Alum System Termination Diagram; Add Alum Feed Flow Meter 561-FIT-121 with 1- 21C#12+G, 314" C. and 1-2PR#16TSP, 1" C. Provide a termination cabinet for MBR CIP System instrumentation and equipment as shown an Plan G-027. Provide necessary conduit and wiring for complete and functional system. Refer Plan M-566 for location. Indicate Hydropneumatic Tank Control Panel with 1-121C#14+G, 314" C. and 1-4PR#16TSP, 1" C., for connection to the disinfection control panel_ Item 3-89 Plans, Sheet 1-502, MBR Electrical Room Plan (Seq. 394 of 434): Provide a 4'x4' plywood telephone board in electrical room. Provide a 2" conduit with 1-361C#22 for telephone system. Provide a 1-2" conduit from front gate operator to control room. Conduit shall contain 1- 8PR#16TSP. Item 3-90 Plans, Sheet E-528, MBR LOWER LEVEL FLOOR PLAN (AREA `A') — POWER (Seq. 402 of 434): Relocate power for Valve `560-FCV-100' from north wall to opposite (south) wall of same room (Hallway). Add duplex receptacle and homerun circuit (MBR-LP2-21) for instrumentation on south wall of Hallway outside of Blower Room in Chemical Storage CIP Piping area. Coordinate exact location with Process piping. Item 3-91 Plans, Sheet E-531, MBR GALLERY BUILDING LOWER LEVEL FLOOR PLAN (AREA'D') — POWER (Seq. 405 of 434): Add homerun circuit (MBR-LP2-12) for Heat Tracing of RAS PS piping. Item 3-92 Plans, Sheet E-534, MBR UPPER LEVEL FLOOR PLAN (AREA `D') — POWER (Seq. 408 of 434): Indicate Cable Trays along south wall `stacked' and supported along wall. Cable trays shall be tight to wall without being located directly above Membranes. Power cable tray shall be located at approximately 10'-0" AFF and Instrumentation/Controls cable tray shall be at approximately 1 V-0" AFF along the south wall. Maintain adequate clearance (minimum 12" clear) above Unit Heaters along this wall. ADDENDUM 3 - PAGE 16 of 18 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum 3Wddendurn3_201410-28.docx 0425-013-04 Item 3-93 Plans, Sheet E-539, MBRISECONDARY TREATMENT PANELBOARD SCHEDULES (Seq. 413 of 434): Panelboard Schedule `MBR LP2': Change ckt #21 from `Spare' to `Instrumentation -Chemical Storage CIP piping'. Panelboard Schedule `MBR LP2': Change ckt #35 from `Spare' to `Heat Tracing — Plant Water Piping CLBR'. Item 3-94 Plans, Sheet E-602, U.V. DISINFECT. AND ELEC. STRUCT. FLOOR PLAN — POWER (Seq. 418 of 434): Route conduits (for Hydraulic System Controller), below grade from Control Building to location adjacent to U.V. Bank `1A'. Route within concrete at Controller. Relocate Sun Shields for transmitters `FIT-600-102' and `LIT-600-102' from east side of channel to west side. Item 3-95 Plans, Sheet E-652, MECHANICAL BUILDING FLOOR PLAN — POWER (Seq. 424 of 434): Relocate electrical equipment rack for each (3 total) Aeration Blower from the west side of each Blower to the south side, to allow proper maintenance access of Blower. Add homerun circuit (RWPS-LP1-37,39,41) to Air Compressor `AC-1' in Blower Room, WITH Keyed Note #11. Add Keyed Note #11: "Furnish and install 60a/3p disconnect safety switch for air compressor. Route 3 #6 and 1#8 grounding conductor in a 7'conduit from air compressor AC-7'to panelboard as indicated. Item 3-96 Plans, Sheet E-654, PANEL `RWPS-PP1' (RAW WASTEWATER PUMP STATION) ONE -LINE DIAGRAM (Seq. 426 of 434): Add Spare 45a13p circuit breaker to Panel and label `Spare'. Item 3-97 Plans, Sheet E-655, MECHANICAL BUILDING 1 RWWPS PANELBOARD SCHEDULES (Seq. 427 of 434): Panelboard Schedule `RWPS LPV: Change ckt #37,39,41 from `Spare' to `Air Compressor AC-1'. Change circuit breakers from 20a11 p to a 80a13p. Panelboard Schedule `RWPS LPV: Change ckt #22 from `Spare' to `Hot Box — Potable Water'. ADDENDUM 3 - PAGE 17 of 18 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum 3Wddendurn3_201410-28.docx 0425-013-04 Item 3-98 Plans, Sheet E-802, MAIN ELECTRICAL BUILDING FLOOR PLAN — POWER (Seq. 430 of 434): Delete Sheet E-802 in its entirety and replace with ATTACHMENT 30-AD3. Item 3-99 Plans, Sheet E-803, MAIN ELECTRICAL BUILDING PANELBOARD SCHEDULE/ONE-LINE ❑IAGRAM (Seq. 431 of 434): Panelboard Schedule 'ME-LP1': Change ckt #13 from `Spare' to `Irrigation Hot Box #1'. Panel board Schedule 'ME-LPV: Change ckt #15 from `Spare' to 'Irrigation Hot Box #2'. Panelboard Schedule ` ME- LP1': Change ckt ##17 from `Spare' to 'Heat Tracing at piping adjacent to Hot Box'. All items in conflict with this addendum are hereby deleted. THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AN❑ SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. ALAN PLUMMER ASSOCIATES, INC. TBPE Firm No. 13 Joshua P. Frisinger, P.E. October 28, 2014 irk YV.......... JOSHUA P. FRISINGER 97545 (4 N ZZbttttozztitil Z $ • ly ADDENDUM 3 - PAGE 18 of 18 F:\pr0ieCW04 251013-04lAdvertisement&BidDocumentslNVANRP_Plant\Addendum 3�Addendum3 2014-10-28.00cx ATTACHMENT 1-AD3 1 SECTION 04050 2 COLD AN HOT WEATHER MASONRY CONSTRUCTION 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Cold weather protection. 7 2. Hot weather protection. 8 B. Related Specification Sections include but are not necessarily limited to: 9 1. Division 00 - Bidding Requirements, Contract Forms, and Conditions of the 10 Contract. 11 2. Division 01 - General Requirements. 12 1.2 QUALITY ASSURANCE 13 A. Referenced Standards: 14 1. American Concrete Institute/American Society of Civil Engineers/The Masonry 15 Society (ACIIASCEITMS): 16 a. ACI 530.11ASCE 61TMS 602, Specification for Masonry Structures. 17 2. Brick Industry Association (BIA): 18 a. Tech Note 1, Cold and Hot Weather Construction. 19 3. International Masonry Industry All -Weather Council (IMIAWC): 20 a. Recommended Practices and Guide Specifications for Masonry Construction. 21 4. National Concrete Masonry Association (NCMA). 22 a. TEK 3-1 C, All Weather Concrete Masonry Construction. 23 1.3 DEFINITIONS 24 A. Hot Weather Construction: Per ACI 530.11ASCE 61TMS 602, hot weather construction 25 is defined as occurring when ambient temperatures exceed 100 Deg or 90 Deg when 26 the wind velocity is greater than 8 mph. 27 B. Cold Weather Construction: Per ACI 530.11ASCE 61TMS 602, cold weather 28 construction is defined as occurring when ambient temperature falls below 40 Deg or 29 when the temperature of the masonry units is below 40 DegF. 30 PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SECTION) 31 PART 3 - EXECUTION 32 3.1 ERECTION AND APPLICATION 33 A. General: 34 1. Comply with NC MA TEK 3-1 C {and BIA Tech Note 11 recommendations and 35 practices. 36 2. ❑❑ not use frozen or ice coated materials. 37 3. At end of each day or at shutdown, cover tops of all walls not enclosed or sheltered 38 with clear polyethylene minimum 6 mil thick. 39 a. Extend down each side of wall minimum of 16 IN and secure. 40 B. Temporary Facilities: 41 1. Construct and maintain temporary protection required to permit continuous and 42 orderly progress of work. 04050 — Page 1 of 3 SEPTEMBER 2014 COLD AND HOT WEATHER MASONRY CONSTRUCTION ADDED AD-3 FAPROJECTS 0425101304W)VERTISEMEINT&BIDDOCUMENTSINNNVRP PFANPADDENDUM 31ATTACHMENTS04050.13DCx ATTACHMENT 1-AD3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 2. Provide and maintain heat sufficient to assure temperature above 32 DegF within protected areas. 3. Remove all temporary facilities after completion of work. C. Cold Weather Construction and Protection Requirements: 1. Prior to and during installation: a. Air temperature 32 to 40 DegF: Heat mixing water or aggregate to produce mortar temperatures between 40 and 120 DegF. b. Air temperature 25 to 32 DegF: 1) Heat mixing water or aggregate to produce mortar temperatures between 40 and 120 DegF. 2) Maintain mortar temperatures above freezing until used. c. Air temperature below 25 DegF: 1) Heat mixing water and aggregate to produce mortar temperatures between 40 and 120 DegF. 2) Maintain mortar temperatures above freezing until used. 3) Maintain temperature of units until laid at not less than 40 DegF. 4) Provide heat on both sides of walls under construction to maintain air temperature above freezing. 5) Provide windbreaks or shelters when wind is in excess of 15 mph. a) Wind breaks or shelters shall be translucent. 2. After installation: a. Air temperature 32 to 40 DegF: Protect from rain or snow for not less than 24 HRS by covering with weather -resistive translucent membrane. b. Air temperature 25 to 32 DegF: Completely cover with translucent weather - resistive membrane for not less than 24 HRS. c. Air temperature 20 to 25 DegF: Completely protect with insulating blankets for not less than 24 HRS or provide other protection approved by Engineer. d. Air temperature below 20 DegF: 1) Provide enclosed translucent shelters and heating to maintain air temperature on each side of wall above 32 DegF for 24 HRS. 2) ❑o not allow rapid drop in temperature after removal of heat. e. Promptly repair all tears, holes, etc., to translucent membrane and shelter using compatible patching material and tape as recommended by membrane manufacturer. D. Hot Weather Construction and Protection Requirements: 1. Comply with requirements of IMIAWC, NCMA{, BIA) and ACIIASCEITMS. 2. Storage and preparation of materials. a. Cover or shade masonry units and mortar materials from direct sun. b. Maintain sand in a damp loose condition. 1) Sand moisture shall be maintained at minimum 8 percent. 2) Sprinkle with cool water as required to maintain moisture content. c. Use cool water for mixing mortars. d. Avoid using tools and equipment that have been sitting in the sun. 1) Sprinkle mortar boards, mortar pans, wheel barrows, mixers, etc., with cool water. e. Do not wet concrete masonry units prior to use. 3. Installation: a. Place masonry units within one minute of the spreading of the mortar. 1) Mortar beds shall not be spread more than 4 FT ahead of the masonry unit being placed. b. Provide wind screens and shading partitions as required to eliminate direct sunlight exposure. c. Wet installed units using fog spray of clean water. 04050 — Page 2 of 3 SEPTEMBER 2014 COLD AND HOT WEATHER MASONRY CONSTRUCTION ADDED AD-3 FAPROJECTS 04251013-MADVERTISEMEINT&BIDDOCUMENTSINNNVRP PFAMPADDENDUM 31ATTACHMENTS04050.DDCx ATTACHMENT 1-AD3 1 d. Cover installed work immediately after installation to slow rate of loss of 2 moisture from units. 3 e. Fog -spray new masonry work until damp. 4 1) Repeat fog spraying minimum of three (3) times per day until masonry work 5 has cured for 72 HRS. 5 2) In high humidity conditions, Engineer reserves the right to discontinue fog 7 spraying if operation is found to be introducing excessive amounts of S moisture into the Work. 9 END OF SECTION 04050 — Page 3 of 3 SEPTEMBER 2014 COLD AND HOT WEATHER MASONRY CONSTRUCTION ADDED AD-3 FiPROJECT&0425013{4XADVERT[SEMENT&BEDDOCUMENTSINNWRP PLANTMDENDUM31ATTACHMENTS04050.DOU ATTACHMENT 2-AD3 1 SECTION 04110 2 MASONRY MORTAR AND GROUT 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Masonry mortar. 7 2. Masonry grout. 8 3. Integral water repellent admixture. 9 B. Related Specification Sections include but are not necessarily limited to: 10 1. Division 00 - Bidding Requirements, Contract Forms, and Conditions of the 11 Contract. 12 2. Division 01 - General Requirements. 13 3. Section 04220 - Concrete Masonry. 14 1.2 QUALITY ASSURANCE 15 A. Referenced Standards: 16 1. American Concrete Institute/American Society of Civil Engineers/The Masonry 17 Society (ACIIASCEITMS). 18 a. ACI 530.11ASCE 61TMS 602, Specification for Masonry Structures. 19 2. ASTM International (ASTM): 20 a. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 21 b. C144, Standard Specification for Aggregate for Masonry Mortar. 22 c. C150, Standard Specification for Portland Cement. 23 d. C207, Standard Specification for Hydrated Lime for Masonry Purposes. 24 e. C270, Standard Specification for Mortar for Unit Masonry. 25 f. C404, Standard Specification for Aggregates for Masonry Grout. 26 g. C476, Standard Specification for Grout for Masonry. 27 h. C1019, Standard Test Method for Sampling and Testing Grout. 28 i. C1093, Standard Practice for Accreditation of Testing Agencies for Masonry. 29 j. C1384, Standard Specification for Admixtures for Masonry Mortars. 30 B. Qualifications: 31 1. Testing Laboratory shall be an independent agency qualified in accordance with 32 ASTM C1093 for performing the testing indicated. 33 a. Testing Laboratory shall have a minimum of 10 years experience in the testing 34 of mortar and grout. 35 2. Technician conducting tests shall have minimum of five (5) years experience in the 36 testing of mortar and grout. 37 C. Mock -Ups: 38 1. Provide mortar and pointing grout for mock-up panels specified in Specification 39 Section 04220. 40 1.3 DEFINITIONS 41 A. Coarse grout and fine grout are defined by the aggregate size used in accordance with 42 ASTM C476. 43 B. Coarse aggregate and fine aggregate are defined in ASTM C404, Table 1. 44 1.4 SUBMITTALS 45 A. Shop Drawings: 04110 — Page 1 of 4 SEPTEMBER 2014 MASONRY MORTAR AND GROUT ADDED AD-3 FAPRQIECTS 0425101304W)VERTISEMENT&13IDDOCUMENT&NMRP PFANTMDENDUM 31ATTACHMEWTS104110.130Cx ATTACHMENT 2-AD3 1 1. See Specification Section 01340 for requirements for the mechanics and 2 administration of the submittal process. 3 2. Product technical data including: 4 a. Acknowledgement that products submitted meet requirements of standards 5 referenced. 6 b. Proposed mortar mix design, including proposed preblended, prepackaged dry 7 mortar mixes. 8 1) Proposed mortar mix for fire rated construction. 9 2) Proposed mortar mix design to include brand, type and manufacturer of all 10 cementitious materials and source or producer of aggregate. 11 3) Provide integral water repellent manufacturer's certified recommended 12 dosage rate for mortar batched each day during masonry construction. 13 c. Proposed masonry grout mix design. 14 3. Test results: 15 a. Preconstruction mortar test results. 16 b. Preconstruction masonry grout test results. 17 c. Strength test results for all pointing grout mortar and masonry grout (both 18 coarse and fine grout) placed during construction. 19 d. Slump test results of all masonry grout placed during construction. 20 B. Samples: 21 1. Actual colored mortar samples for color selection by Engineer. 22 a. Color card and plastic simulations are not acceptable. 23 C. Informational Submittals: 24 1. See Specification Section 01340 for requirements for the mechanics and 25 administration of the submittal process. 26 2. Qualifications of testing lab and technician. 27 1.5 DELIVERY, STORAGE, AND HANDLING 28 A. Store cementitious materials on elevated platforms, under cover, and in a dry location. 29 1. ❑❑ not use cementitious materials that have become damp. 30 B. Store aggregates where grading and other required characteristics can be maintained 31 and contamination avoided. 32 C. Deliver preblended, dry mortar mix in moisture -resistant containers designed for lifting 33 and emptying into dispensing silo. 34 1. Store preblended, dry mortar mix in delivery containers on elevated platforms, 35 under cover, and in a dry location or in a metal dispensing silo with weatherproof 36 cover. 37 PART 2 - PRODUCTS 38 2.1 MATERIALS 39 A. Portland Cement: 40 1. ASTM C150, Type I or II. 41 2. No air entrainment. 42 3. Natural color. 43 4. Maximum percent of alkalis: 0.60 in accordance with ASTM C150, Table 1A. 44 B. Hydrated Lime: 45 1. ASTM C207, Type S. 46 2. Type SA not acceptable. 47 3. Lime substitutes are not acceptable. 48 C. Mortar Aggregate: ASTM C144, free of gypsum. 04110 — Page 2 of 4 MASONRY MORTAR AND GROUT FAPRQIECTS 0425101304W)VERTISEMENT&BIDDOCUMENT&WWRP PFANTMDENDUM 31ATTACHMEWTS104110.DOCx SEPTEMBER 2014 ADDED AD-3 ATTACHMENT 2-AD3 1 D. Masonry Grout: 2 1. ASTM C476. 3 2. No admixtures allowed. 4 E. Grout Aggregate: ASTM C404. 5 F. Water: Potable. 6 G. Mortar Pigments: 7 1. Commercial colorants suitably compounded for use in mortar mixes. 8 2. ❑o not exceed manufacturer's recommended pigment -to -cement ratios. 9 H. Integral Water Repellent Admixture: 10 1. Liquid polymeric admixture: ASTM C1384. 11 2. Verify compatibility with liquid water repellent admixture being used in the 12 fabrication of concrete masonry units. 13 3. ❑❑ not use integral water repellent admixture in mortar for brick. 14 2.2 MULES 15 A. Type "S" mortar shall be used: 16 1. Wherever a fire -resistance classification or rating is shown for unit masonry 17 construction provide mortar of type which has been tested and listed for 18 construction indicated. 19 2. Comply with ASTM C270, Table No. 1. 20 3. ❑❑ not use masonry cement. 21 4. Mix materials minimum of three (3) minutes and maximum of five (5) minutes. 22 5. Adjust consistency to satisfaction of mason. 23 6. ❑❑ not use admixtures unless otherwise indicated. 24 7. Provide integral water repellent admixture in all mortar used for both interior and 25 exterior masonry work. 26 B. Masonry Grout: 27 1. Comply with ASTM C476. 28 2. Use no anti -freeze additives. 29 3. No fly ash additives will be accepted. 30 4. Mix 5 minutes minimum. 31 5. Slump: 8 to 11 IN. 32 6. ❑❑ not add integral water repellent admixture to masonry grout mix. 33 7. At Contractor's option, manufactured grout meeting the above minimum 34 requirements may be used. 35 8. Minimum 28-day compressive strength: 2,000 psi. 36 2.3 SOURCE QUALITY CONTROL 37 A. Perform preconstruction laboratory tests on proposed masonry grout mix prior to start of 38 masonry work. 39 1. Perform tests far enough in advance so that any necessary retesting can be 40 accomplished before masonry construction begins. 41 a. Test grout per ASTM C1019. 42 B. Source Limitations for Mortar Materials: 43 1. Obtain mortar ingredients of a uniform quality, including color for exposed masonry, 44 from a single manufacturer for each cementitious component and from one (1) 45 source or producer for each aggregate. 04110 - Page 3 of 4 MASONRY MORTAR AND GROUT FAPRQIECTS 0425101304W)VERTISEMENT&13IDDOCUMENT&NMRP PFANTIADDENDUM 31ATTACHMENTS04110.DDCx SEPTEMBER 2014 ADDED AD-3 ATTACHMENT 2-AD3 1 PART 3 - EXECUTION 2 3.1 INSTALLATION 3 A. Install products in accordance with manufacturer's instructions and ACI 530.11ASCE 4 61TMS 602. 5 B. Use coarse grout in spaces with least dimension over 2 IN. 6 C. Consolidate all grout while installing. 7 1. Consolidate grout pours 12 IN or less in height by mechanical vibration or by S puddling. 9 2. Consolidate grout pours exceeding 12 IN in height by mechanical vibration and 10 reconsolidate by mechanical vibration after initial water loss and settlement has 11 occurred. 12 D. Use colored mortar for as shown an color chart. 13 3.2 FIELD QUALITY CONTROL 14 A. Mortar: 15 1. If standard gray mortar begins to stiffen, it may be retempered by adding water and lb remixing {unless prohibited by water repellent admixture manufacturer). 17 a. Standard gray mortar shall not be retempered more than one (1) time. 18 2. Colored mortar shall not be retempered. 19 3. All mortar (and pointing grout) must be used within 2-112 HRS maximum after initial 20 mixing per ACI 530.11ASCE 61TMS 602. 21 B. Engineer reserves right to alter mix design based on initial rate of absorption of 22 masonry units. 23 C. Masonry Grout: 24 1. Use grout within 1-112 HRS maximum after initial mixing. 25 2. Use no grout after it has begun to set. 26 3. ❑❑ not retemper grout after initial mixing. 27 4. Place grout in lifts not exceeding {4 FT). 28 D. Masonry Grout Testing: 29 1. Testing and inspection services will be provided by the Owner's special masonry 30 inspector. 31 a. Do not include in the bid price the cost of these services. 32 2. Conduct compressive strength tests and slump tests on all masonry grout used 33 during masonry construction. 34 3. Perform all compressive strength test sampling, testing and reporting per ASTM 35 C1019. 36 4. Perform all slump test sampling, testing, and reporting per ASTM C143. 37 5. Frequency of sampling: One (1) sample (three (3) specimens) collected each 38 grouting operation during masonry construction. 39 6. Compressive strength testing: 40 a. One (1) strength test shall be the average of three (3) specimens from the 41 same sample, tested at 28 days. 43 END OF SECTION 04110 —Page 4 of 4 MASONRY MORTAR AND GROUT FAPRQIECTS 0425101304W)VERTISEMENT&BIDD0CUMENT&NNNVRP PFANTIADDENDUM 31ATTACHMENTS04110.DDCx SEPTEMBER 2014 ADDED AD-3 L5 r-- — — — — — — — — — — -- —vz oil - ------ --------- --- ------------- REFER TO HELET C-002 z L =rm ---Z REFER TO h -003 SHEET C 0 ire THIS SHEETO. --- --------------------- I III III I III ------------------- ------- ----------- W 5 ONE IKH OH ORGm& �r. ORE INCH E= ATTACHMENT 3-AD3 9r aI x saow,mrr � 1, • •, � •� rq�muxwim nr �mnm. w xn x.wn wu ' 14 ,ill v I ; }}} r dd F -��li L.�ixicx �• $ xii uni IA .caw. we.•e -. 1 coxc a nr vnnus •'�. , lye •� '••'! II I - w ` ••, ` vti ±>i _ nry m.sv -aus.m or oVn'IEOPi 88CTHaN -.a ti__. ! I DETENTION POND OUTrLET STRUCTURE DETAH-S % ------- -------------------------------- 'Il �_____________ __________�__-____-____-____ __-____------ IIII ________________ans ________________ II j j � IIIII I �l �. IIIIIII I I I I �. � \.,` •�� m unar I � i � i � � �i�l; i �i` %osnrmow ram! caa,r: or.,r- '. � >i�,� �,�.•-.::..�, I-I�i i im •per �°� A °"°g'o`a°�, I I i j I � @� @ 999 0 �" � � I I � I I I I I I 3dx ------- ---------------- -------------- - - ---------- - I I III _ »» ---_ ____ _____—____ ___'_____ _-----__ — _______ __-_-- - _-- ------------ ----- -_-- --- III - --- _-= mn - a 9� --- --------------------------------------------- i'-------- ---r ig g kp c . ` Z X. & d� ��!! El f!!�R � t j � �� �v $ � � �a•4a�. f1 I �i y�qa g I r �y 1 1 t ❑ U I••1 d 2 _ am.>:R e� mebti ll r�p�p�'**qqq�HH+ 1 $ ill 11•t ` l i \�� '� •�, I' mu .eR I��, I a W � F c7 � r +,+7111 ± i^ i i + i �-•-_ III 6i -'.I a -�-- \ i IIII I I I Rnm.I. I T btl j 4 gig} r------ � I ,nog. 'III 1 y IIII ------------ 1_____ Ium�wx Imu°x .mom � � I GG �I�II _ yam rPn g f@ IV9i'� I 1b�X � uni°R � •aa..R `1'`g G � i IN S� aspen• ' if l I 1bai0R �� C, I p 5 ONEH �I `• t i l � �o ` O E IHLH aarxxa�y ,,, i I PP I I I a...T�A•.ve I'IWIII I I i �o.-ss�mi f.___ _ yj I I I ' i 1} y�� n �" C-002 MATCH [dNE MEPEN TO SMMY C-M) A TT A r% LJ A A C A IT A A r%13 o�s�oia of r� r i r-w i n v i L- 14 1 -t -rw.a MATCH LLYE (REFER TO SHEET C-002)CH � � y I ti >• - � ar _ e�<m I I I�' I ��� ''rz� Pie i i a � � _ -- o e gl � a o y •j1141��7 ssa awi��naxa anneal. f AA ,1 I III ssa+�a 4 11 Inr ! 1 xnm�mi __ /' I I I f / aroma %� pr-mvom„ RX >7A R= I'! 1it ! j 0 f1 111 in 1P vmic Vwwsxn�c" � gg --- I I r ! `� � �• uv uvn.a f V �i - nu.m�i� m,v I I `f •• . i l 9 �� T�� kR kkY m : qy tltl 1'j f kk kk + ``V �_ I kptl k�rtl �'•� L9 `si ___- �� '• ' ���� ', �. �. `a''< JJ v� ,`fry �'- •sae,_ i 3AK$ i I i i 1 a � f .�` 3� .i -- -_ i •`•� d T � sue"+' '`� •. ec _eaH•' � enxi a an.eec �` _____________________________ay._______—il ! Sl__y.•______________________________________________________________ I j IIAL-------------- III ________________________M1ti M1ti ____ __ _—___—'y�'r____"��________________ ____________ III III �• I � � � eac.r�•..,, e,uaa xr.xe..n.. emso I � � � � III ��j {� ____________________________------- _____________________________ue,_______________________________ III —' --- ___________________________________________________________________________ ___ ---- III 9.R 6 & ITCH OH ORrJwL owuYMc. �E INCH ______ q — �Y _ A _______________ __________________________ III •.•_ iC__________________ may__ __�=cam_—•-�_--___~'_�--- _JI awl________________________________________________aa.,.--- — —i i:,— �_�� 1M ek ATTACHMENT 5-AD3 I f 0477-0�5-01 I TYPICAL STRIPPING DETA LL wcP wr rsmsw,u.In CYl1Y Ifl' fe1DCWAl.1[1 3. SIDEWALK DETAIL VAN -ACCESSIBLE HANDICAPPED PARKING SIGN ws xns.n n�a v..v'." � wx ur.�nim grnc x nOrc CONCRETE WHEEL STOP DETAILS TYPICAL CONTRACTION JOINT ne ••�. TVPWAL CONSTRUCTION JOINT (SLAB) rn sLm...W 'orimscrv�rss: a Ixxacnarr. wrix r. sczveie ewse TYPICAL ROADWAY CROSS-SECTION STANDARD MONOLITHIC CURB ON CONCRETE DAUVSWAY N+� �mlt�iln� F. -xa nrx� .w x� �pymqIlk ,.max yI y� 9 L _ 3 f H— lol AT FICLee 9e�CO��m xng e� h�- TYPICAL JOINT SEAL TYPICAL EXPANSION" JOINT ISLAB) 90. rn� xooa �ss cu��l wr�n�ow�n,.rwa�wssrx oaueev.xo..�v au..� SIDRWALI[ TRENCH DRAIN `! ATTACHMENT 5-AD3 a. A C) W 5 ONE ITCH ON ORIGN& OPAWNC. ONE INCH 1 ]k m �1B NEl— H9 It' C-004 I 0^" A e s � ?� a I E ro' v ---- ----- 4 I I l r, cwRnr ww. ew .ram. ow,w -------------------------------------------------------------- ---- -- -- -- -- -- -- -- -- -- -- -- D — 2 m Z i o - � ��urra�oxTa anxoe�anxa F Enprofec I Hibbs a Todd, I nr. imp a CITY OF LUBBOCK=AS 7 SZ NMTI3WFST WATER cxrraivaTiDN PIANf _� p CNIL CTI'YOFLUBBOCKttos.asnrorm,s,mcwoe DIMENSIONAL PLAN ,IEJIAS rear xnan anus *mcaarea crir e,aierr ne e,aa�n.n s�aesc®xas ee�xexnnnxms aseeeen e�aasaarnsesema�yRUY�tt�ee cen .(� g33�p""h4��h4�lE��s3'"R9i�1i�"°�39lfli��'a53R���19@P��R�R����i����R6HR�I�'��P�� i ���a�Q�$������r�i�����������66�������$$�J �����is �������g4��s5sMn���@��� E��S��3E�p���YEdiE�piE�1#if�pi&��3��6����97F�aaaz �3�"E3F1�",hE�IE„„�§�Ea��eae &Figysn�6gg6gyue vn�»gye=======-a easesaixcse�assasae�a-r M K M tl�� R� M���� E�� Leyeysaysaa yey�■r ysasxsa�as3�� �6E ����������5�����g���n��yY����i6S3��6sg�i b PU1R NORIM r 1 I RELIFT PUMP STATION ENLARGED — PLAN SCALE: 1/4'=1'-U' EQUIPMENTIPIPING SCHEDULE {-} vuscRwri(m I APPROX. LENGTH ATTACHMENT 8-AD3 EQUIPMENTIPIPING SCHEDULE 8 jE 6 1 r U QP �„ �. F� e �x Lu mscgur ToN APPROX LENGTH NOT% Ilc 14 4 BE, ELBOW 15 - 1 17 c' e� ruxcE +eFUM- - B - � RmUCINo 9O' - - Y1 1 • 9tr ELF - 21 le 9G• nem 23 '!p' 97 ELBOW za � 2'�'x12' REL ICER - CONCFNIRIC YE tr E+BCW R C9NC(NIR1G CI G - - 32 x2O' REOU,ING TEE S3 3P' GUN° FLANGE - - 34 .T.19' REOUPJNG ME S9 39"x2°' REENILNlG TFF 37 OE' REDUCER CQKKSYQfiAc 41 1B'r10' RECuc[P CaNpJ!!ry(,' H z � 3 a z w 9N w F Z Z trd W a w Lo a 42 e"z4' REGLIOING TEE 4% 9P EPLCN' 44 4'xY• RECUCiH i5 4'x ' REDUE:ER - C°N512FE IC 1- SEE M-100 FOR FCORICNAL N M MD INFORMATION. 2. WEPIf/D MONORNL NOT SHOWN FOR CURT', SEE S'RYLTil1PL FOR OCIPRS. 3. ■ INGIC&TES EOEIIPMW PRMDFD By PRE-NEGO"WTED EQUIPMENT SUPPUER. 1 6/0R/nIu 2/PW/m1 .. _ _ Cam/ V yy�,�I, —j II I ICI I I I I 1 a.R is ONE oRrM:lc 1 ml I i•i'3-L r 6"t 3'-B"3 3-2'2 2'-0'2 � J'-6'i :. GRIT LOWER LE4EL PIPING DEWATERING/WASHING UNITS M—ios c�as nIs °+ SCARE; 1/4'=7'-Q' 3oUX6z/. 32d 150 ATTACHMENT 9-AD3 EQUIPMENTIPIPING SCHEDULE /-� I, SEE M-100 FOR AODIAL ONNOTES AND INMRIUTION. DESCMMON AVPROM LENG: Ill NOTE V DESCRIPTION APPRODC. LEYf:TT9 tLDTB: 7. FINE SCREEN COMPACTOR STAINLESS STEEL DOCIWRGE WPNIG, EiPFR,S, FTIBN MID SUPPORT$ W BE PRONGED BY MNlUFACRIRER 30- HJNO FWiTI - - 16 - 3. L/MLE55 OTFIER,Y.3E STATED, ALL MTER SURFADF OUVMONS ARE BASED 2 17 8'�A' REWCING TFE ON 18.9 MGO OF FLOW THROUGH THE PRELI/ Wff TREATYERE OND" 3 30" - - 19 4 I 20 213 CO®IC-YARD 'BA7HTUB' TYPE RML-OFF COWNNER, SEE SPECIRCAT10R3. 5 30' uv R1mv - - r 22 ' R[AICIAG By _ 5- MNILIFACTURERS aUICE6AT TO hNVE INFEDFGL FLAKED 0ONNE1_TIpN. 6 125�10' SS BEDUFFR - - PI SPO(5 COWRAMOF TO COCRDryWTE PENETRATION CF I FACNRERS FUVJOFp CONNECTION THROUGH 31 ASS CRATING" 7 lP' 93 REDIIGNG BP ELBOA'I - 14 12- SS S 01_ WCF A 1 E IS 14- SS SPOOL PIECE S. SEE 51EFT 4-113 FOR ID0ITIOHAi INfDI�IAT�N pry FIDOR AN0 TRENCH ORUNS 6A" W tB 13V FURL SP= 7. RELD ROUTE AT A RDXIWTE LOCATION. "PIG NRH 31 R35 BPACIlEFS OR _ 'O _ �.� REDUCING TEE W OERS IN WNFORUA CE WJTH SPECIF1CnWl, $50W.. 11 1 9- ■ INDICATES EOUF'iENT PROVIDED BY PRE-NEV IATED EOUIPMENR SUPPL '2 10' RUBBER E%PMISAN NE •S j �''�Ipryyl�'� FINE RDTAAT ]60-�-�A� Ih NE SCREEN DRUM SCREEN, (F�UI1ORE) (TYP. OF 3) ,NE SCRI I � I 3/P*/Pw .: SCREEN FINE SCREEN a50-FS-1a1 4/Pk/pVYC. [SEE NOTE 7] 1 �IS� e r (SEE NOTE a) 30' S PE f.4TE, IW 3C-ill HANOCP K P. aF a) L2_n 2.56 CHF�ER PLA-E COVER. jTxP"j, (SEE STRUCTURP ) _ T/'KALL i GfMlN6 1 m " 1 'I AERIIL_WE ■COMPACTOR, SUPPORT. (m.j 3S , 330-FSG—]ll_ E I14 3256.75 _ _ [SEE NDTE 2J FI)4(SCREENWAIf AC1oF e 3754.50t�l_,uv-p BRIT sP 7CO.ITYP. OF [SEE I ayl=n FLFX_1EEn 2O IIaEL T 1'ENETWITIOR,cm.)_ [ F ETH SR ME 4} ,.-.' i4 ML [�l - " 301-�SS.W 4. J7.T3.50 tt �� TRENCH DRNN, (SEE STRI.CTURAL) ry _SECTION SCALE: ]/18�=1'-D" M-1WN-•O5 EI-TO, M-106 A,-102 M-,13 Rps WET . ■ R GM SEPN 110N UNIT IDD-Mil1-,21 2 m On 86 9N F E W- z aKarl- Karl- LL W LL 0 qz aW z a W R15 ONE 1� M " .OR�wE� oNE wCH M-107 01 as-013-VT A fm ATTACHMENT 1 0-AD3 EQIIIPMENTIPIPING SCHEDULE _�� d DESCREPTIOLN APP@O%. LENGTH Nq'1-g. DFSC.1P'1'n1N APpROX LENGTH N r, j 1. SEE M-1O0 FOR I➢1111N1NAL HOLES ANO NFCRNC M. ;g[I 2• CIFJR ACm'uC PInIIGU�q ~�•!!llii R = .�`! FRTN05 "4" Hµplpy4 SEE Y-10°. 3. STA•1L5 ANO PLATFOaM �'�� 1 LINO S� 6L Ow - 2 - - 30 1 Pi - ]GQ-Y-1]3-]27-13] HOT SHO'NN FOR CLARRY- 5'fAIRS k PyAfFIal TO BE SUP UEO SY EQUWMENR 6MMeACTU ER SEE SPELMIC.mw. y .. 4' 99 ELBOFY J FUWGL - a1 1H- CHECK VALvz 37 300-CV-122 - SSI-V-COt ppQ ti UNLESS OTHERWISE STAT". ILL *ATER SURFACE El ATTQN9 ARE L6LSFD ON IG6 MOD OF FLOW THRD" THE PRLUMfWAT TREAfMEW UHR. -i 4 SYA' PElUGHG TEE - 33 NIF - 3S(FW-12f N S 6" 90• ELBOW - - PIPE k PIPE SPOOLS 5. 20 CUBIC -YARD '&4THR1B' TYPE RML_O CONTAINER. SEE SPE�TIONS. ii F 6 6' TF 7 a' BU FUNCE - - - 3A ] ' 3E 3•-9 1M 10' pFA 6- L 3NCH CIRCU CONCRETE BLACK-CLrT. SEE STRUC:FIPAL 1 Ftp ^ p Y ]3 RmUCER 16 0' ELBOW - ]B" F1aFt SPQR CONI:pIRI� - 3'-P' 7. ■INDCATES EQUIPMENT PRWDE° EN PRE-NEG TEO EQUIPMENT syRFLlER. rc 17 -.,2-REDUCER CONCENTRIC 1R OUCINC TEE ]9 30" BO' ELBOW Za 30' TEE 2E 30" CROSS - - _ L6 L6 ` U i PLATFORM SSHTN01RYSH FOR CURRY, ■ GMT OWTENNO UNIT GR MWE"m 1G0.G9R-111 1N]-.Gdl-f41 EN SEE SRumftj Q .a � Nsnum, 9 sEE SHEET Y-110 2 1/ALLR{/AYC SCREENm _ OR/OIP (INLET_ 3261k' {.j (°�4 ' ) (SEE HCIfF R] .N_E$_121 1 F z Ul' HQSE �� 1'V4Y ■E1R PLAYS �jy 3'b53 6lMTL _ _ _. __ R1NP MIS µ y ,A a ¢r �F E PENEI&. 3 a _-_ -_! 21Q-P-? (1LNN]. _ rk . OFI ' 7�jj■} ,SEE STRuCNRIL] _ 7. 32]3.E3 a F 1 W .1 B — Lr q U7 ' 4. ~ 2� 11FBNL P 35 Ai F[i6EL�32 IYEV.L � KITING T - k PLAIFORY - T/'A'lJl k OpAT1NC EL-SDp }O. [ti 2 WSEL .� ! L� RT.�32a6.G2 -!�7NEL mu J.- z a ¢ 32a1.9] 3 _ - IGF�CIP swf S. MM50 i i CIIAHNEL 1/GHWyEL Tl�T-= 5 _ 30JSRS/OIP Q JO.ifex+f , _ _ ��� aeel:5u � 4 3ze2.00 � 4I + HANOTWL, (SEE snuCTURg1) Ir `� �l apwt .- 6/Ga/p>P LNFLuwT] 1� [MG MEETEN rr p� EIPALTMRM Cumpsl ' ($EE 5j I f 49 Q 9 PPOR. CNP. ❑F 2) 324a.oQ I FR-36Q-oot 1 1 (SEE NOTE J] 20_ i 1 _ _ . 11/111! DIP .. j1. g 3247.75 _-„`•�. yt �!. E-'•'f„yt T SU9 T/SIAH M3243.Gp', — 3: 4.01P S. 325Q� 1 i fl,I...-.....-�._... A �1169pt�� PIPE �7" 1 L-3S4JA0 SCREEN �MPACTQR °ISCHIRpE PIPING, (9EE EER M-10T) SN S el PWOPW 2/PW/pl 1614 PIPE RENETNATION,. 2 __ _4[Pwf1Np_ 6/F?s- g�g3/ -SSE Wq is Oxi rC� DH N m STN STL 1/ALUM/WC mya SE6PS SSJAa7 S] 5 PPQRi TRENCH DRAN, P 3G[iss�(OIP � PRES'� - U-��IHONATOR- v ix� dL L7 ��.-3iS3.90 `�- SECTION SECTION SCALE; 3/1B'=1•—D" 0-100,A1—T01 N-10,3,M—m SCALE: 3/16'�1'—O' IF1 LA`101 N-• ,e-1pa.q-1as _ M 09 T/CFNNNEL ECG ATTACHMENT 11-AD3 MFCHANI M. 1NF.UEW SCREEN L. SEE M-100 FOR WDRIONAL NOrES MD LMFORLYTICN, �i F[7j 3- 11N115. C 110 OF Sr,ETEO, ALL "TER SURFACE EUMINA EI.LVAAT*lD PRE BASE➢ F' 1S•-4 1 - 1 uGCHA R & IMWO SCREEN ON IS.G NCO OF FLOW THROIICH ThE PRELIMIMIRY igE,1TE1ENf 111iT, 5 y 5-S" 10-2 , ALIGCR k DBCHAROE C1WT[ � • � ��,� ' N,k10 CRWK 3- 2D CJBIC-YAPD 'UTInul TYPE RO.L-OFF CONTAINER- SFE SPEuRmlONS. EL=M72.50. I oat _ INFLUEM I I (T1'P. OF 2] 1[K�9C_1af I A HOSEJCWPLN6 RSSEGIB4Y FM WMIJAL COMPLETION . MKI'RACTOR ALSO TO OF UMP P AXE IN U♦ENW 1 ]00-56-tat H I�f[p WATER SUPPLY. OL COUPLINGS 10 BE CAW -LOCK OR APPROAM FrA L FIR' ORARNC, {RP.) i GUIDE FWWE, S. INDIGA ouIP1AENT FRD4M IV PRE-FESmmIrm EOUPApw UPPLCR. y (SEE S RUC U4LLJ ' (1YP. or 2) f 5 '1- 9. PorABLE LIP CONIkCRON N CONFORM To T E REGL>fffAFH15 - FPP GRATING. �P•)MTER WK 1 � yy S�u — - (KE S LC-JRAL) ' I i T/SL2BT11NNC � X T DATE I L-]269.00 YP. 27 _ J 6 P, E 3 EQi11PMENTIPIPING SCHEDULE DESCRIPTION APPROX. � T NEL SLIM 1. 79. 6 -_ .amr1_n a.-.uze_ yam e/GR/a � �I V _ B/GR/DI ] ZD 6RR PIf4P - I OG-[P-121 PIPE Ol T20w 2 7L7_ 15 3/D/O ' e LEN1011r ,Q 6 I I1II I 1 SECTION E][IERD CHJrE 8"' BELOWCFlL>•IG, SCE, .U/�8'-1'_D" 1p0 M-103 NON-SUTIC IXOSE TO BE KARMLCR 100 OR APPROUEO a1ND CLW/P, A OV DIMMING LINE 100-0-21 2 EOLNL vu DMMPSrER) KANARER TOW[IRDCK" OR APPROVED Eou& V PLATFORM/SrA ■(Br MFGP.7� 4/GR/111 F�F� SENT �. SiBC25 DISCHARGE PIP NO � 2, TOE �• ^. IFfLUE}R SCALE! ion LENGTH nU]-}: FTRIRCS 1 EBOW 2 3 y" TEF 4"x3" REOUCING TEE - - 6 ALV REDLk`FR - - 7 0" BUND FLANGE - - 314"14 FEIXICIHG TE - - 1 Ri 9D' E1BOk - - 11 13 CI IEE B%3" REDUCING YAr- - - 14 V' 4' REDUCING Tlr 5 BEIm - - YALNES .- ' 20 NOT USED 1 22 4' PLJG VALV - - AO" o6CH E CHUX 24 ' toy BFKD - 25 W SPOOL REC 26 BEND y7 jr C REDUCER CONCENTRR: 26 16'x12' REDNCEMR0 LCER CO PEgPE SCN. 40 PVC 90 4' QAFL SPOOL8't E � i - a L2 07 a m ❑ .5'-1; SL" fie' ;'-G� 2pARSWL Mucw�) ❑ r RATFORM A GRRPIEC, MRUCTJPALj g�GR/d � �2'f3,3r0 FGN,1L =Z_ [SEE /W��� - � 3 ¢ F R rfi i 3/DR/p ¢ 32Y3.58 EC.3264-00 M EL 338T.51 51la1CiLsu1 FaL, Lu 0 CY . 1 FSLMC WT.ET IEEE SrRLKT1IML] Ei.3265.33 a Y GRFfi R OEV ATERING 77//OC �HNHI. Oy0 z ; 1 "ER DRNM iF2" AN BR4VIET M'I Ni # NOLE caEiG 2' Rig, [TT>'.j (SEE (SEE SiRL.CTOrp1L) - - 6' 4 Fp1 CG I','6ROur �._---_-�• 4 _72 i3 3298.25 - 3 � $i yJ� _ A6�GR/M ¢ 4 - J-15C.1{7 4/PW/PEt --- -. J R/ol --�1L - S25B.25 2�- 042' REDUCER 7/AY' LP+C _biJ]-TS i.3�5�.00 F 3257_75 IIOT W&IER PIPE ;jjp 5 1/PW/OI 1:i� t _ E Xf1TER [lYP-j N- FSO PU/P 1 ❑"t OK1r POMP 1 P�yy��,]]35�0-Ex-112 '�..,.• 100lfY1111 `•'S4 �- GRE PUMP I 9` HTO tFR� f.-..-•�e9 11� X., CIFA4 Our - - 16 4 XPW CPNC �524B25'324d.50 y /FLy^ /5 CLF/N T1Ur 11 - --�'3246.T5 4J-p_W/YYC [y 20 eyOUAP S) H iSCE D'Tf `yC I11h�.�1 �5 AO.T,1FSA1 R R i5 ONEOX IfRux.NGV P1R; .4 SDI--may ` tt / X XD£E 3 N[ iH NC ne PUMP PAO 6/0/OI SECTION SECTION -RDNCH ORNN, SCALE' 3/18"=1'-0" Y-100M-106 M-103 SCALE 3/16'=1'-0" -113 (SEE S'RUCTURA_) M—i10 u-1o3 o115-o:3 - 4d SM1 N LCR FRP --l(ER PLRTe CWEN, fttPJ. x (sEt srnucnavu) SPLRRR eox 4'-9• �1'-Y 111-�4- 1, z2oao� y � mm� SCALE ATTACHMENT 12-AD3 1!1. SEE Y-11DO FOR MDMONAL NOTES AND INMRN 1014. EQUJPMFNT/PIPING SCHEDULE PPSCWrUJON APPNOX LENGTH Nc I'fy. FOTINGS a ware - 1a aea[r _ 11 3a' 9i - 13 • W 90' EIMM N IM R ME1ER5 i 36• PLUG 1AlYE Sao-w lai WE C PIFE SPOOLS 13i 36' FUPE S 1'-'1' AOa 3W FA 14 - F K SPOOL 4•-O• (Nh'DFAll (SEE nacnrrECTVRw) F95 492 "SUPLER MP CHMRP� ❑ ' (TP. O2)E GRu woo . s'-ro s n - ar �N'A1J, PPIPE r ��ul kz&m 2/SPS/DI� ¢ 323],00 R_°5 NEE ELL 3c PCzPE WALL 'at _SECTION e"', P,.E SGSLE: 3/16".1'-d" M-1ad 5LWPaRf M-td3 - ._2. MIN. Q 3246.50 4 "1 8 FrV �Ag a � E �R� [ 9 @@@_@ ----- J-7 d �j pn� y ;� toi � MIL E47 v III SEEN 3'i d JAIN :. 9-------------- V: 3/vIss },G �a G 3/Y/55' y� y" t-f= i G0 v m 3/V/W fir• ] lLPlsa JJ ;, Z LL `R ............ ■ 3 0 > —mmew ] n.Plss } I IT I 9 m 3/V/+`+ 1 55yyCC b i mmam■ f h u vt _W Laiw N w�go g s CA) 44 w€R _ b ' p CITY OF LUBBOCK TEXAS NORTHWEST WATER RECLAMATION PLANT P�� 11e. 3 AIP PHASE ]A M GATE It msm !Y fillR � uEMBRANE BIOREAMR EASINS �0 p CITY OF LUBBOCK i>m s.,mtvEa3nr oxrvasrmasa SECTIONS TEXAS rvsrwoa»�axna eimatu e € etw>,Ea,eevo. A.x a, ,.Igo 32fi0-I] ®HAHGRIL MDJNTEG HOS 5TATIDN t ELEW- 3261.92 LF11 SEAL WALL© PETETRATION SECTION SCALE 1'-I'-O' ......,.....�- .�.�..YULI OUNTED la CIP VENT 1)y PVC PPE -Ina PVC WUPLNG ADAPTER (mc-I' Tj H YI P2 CWRJNO AIAFTFR MILIFF WASHERSI S (50L]6'PTj 1 TNEI vPEHNG yl• TnEADEo TAP sm FOR COUPLING tlJNO RIM£ ELAMMERIC: (Sww" VIEW) GASRIEF fi' dP 5PUCL STAINLESS STEEL �• isTEFl sLICTISON TREADED COUPLING AQIPIOR TUB! (SCH 40)))) i ® A' (MN.) AIR RELEASE WALK ®TRAPEZE PPE SUPPORT- +i ELEV. SSSA50 00' REDUCER IV 9G- MIND MR-j Co" ATTACHMENT 14-A ❑3 NdES 1 � 1b AA-500 FOR ADDITIONAL NOTES �y 2. CONRLICTOR 94A.L LWN74N 5 PIPE DLWEIERS UPSTREAM AND 2 PPE DIMEIERS DOWNSTREAM OF THE FLOW AVER FREE FROM OBSTRUCTIONS m k `, R �ffiY '21 m 3- $AMPLE; PUMP Sµ1LL 9E PER SE IpN 11067. SE g f ® 4- SUCTION TuRE SHALL E�IFNO To THE TOP OF � � � THE 24/FE/LIP LINE (E1EY.. 3239.M)- ; n NIMES By S mBCL •ENO IES EOLIPMENF PROVIDE0 BY PRE IDTNTED EQup6vq SUPPLpt SOLVfB/T IYO.G G ❑� d � TRAPEZE %PE Y SUPPORT 359 P4 - �jjj❑.--y��� 10" WWYN TYPE EMANSION AAIUgTmLE eLM HANGER JOINT. OMNI FLE( OR ANRONED FWAL [TTP.) 1 VWTEAL PP! SUPPORI® RUSH MOUNT PIPE SUPPORT 1 WALL BRACMT PIP! 1 SUPPORT MP-) (2) 9P 809 4 IP PVL 1%' RAO L CHECK T 9D` 9plG W/ 1/j' ik4' TEE TITP.} 1 THREADED TAP 4. 90' BEND CwY ) ■■ TURBIDITY MEIF Arr-5aa /�31 ELII 324i.50 BALL 1AL`E -F 22.5 NEIDIE 1 TEND MP-) W YE PV,d 4- RAI wLVE' /10' 24/EF./DIP SECTION K WALE; I/27 - I'-0' M-502 17b/w OORBEL RE: EMLICTURtL I- z [nP.7 y i FwPPEsHsuMOUNTPPORr ® a N z Y e Dp WALK (M. 3) [,J 6 e� � PRESSURE DAUM Q W • sLTa NOTE 3 UU%.7((TY 4j S � MP 0 z CONCRETE lHCASEMEHT BAR IS ow I ON ORKML DRAWING. ONE INCH om ME JR 2RlOUCIHC c f�HCGudTEE 24- .1IAl 320 IEYl� WALL Tmnc M-504 005-011--0, 4B'%SO' 310 59 GPTERAL NQIES- I- REFER 70 M-500 FOR ADDITW LL NDFES v as �ELF"ITAIIEO 017E -m 2. PVC WILL SILM&ls NloWE➢ FOR MIER Em5sh FE M=R OPERA70R• FACE AWNIED ANo ALP YMLL PENETRWDONs. LINK 5E1L � [FTP. 4) 70P OF WpR AT ![iIST LEVEL5262.00 ALUMINUM H N0IML 56 MKIFANL USED FOR ALP PIPES 94%LL BE HEST RESISTANT LIPTO 300' F. TOP OF WEIR AT LOWEsr LEVEL - 3257.50 WEJMOUMIED 3. NEDMONAL "Y BE USED AS � NECESSARY (An IN SUPPoffT- { N10 300-N'!' 111 INSTILATgfI FOR PFiS Fllis IsWW 9fwRj5 PRINMOTWFE0 WuIPMFNT SUPPUER IN EACH -q W MM ®451N. WK °.GL WHL PENEI1LA7gN 5. AT EACH WALL PENETRK ON FOR FMRE M EDUIPMFNT, (6 PER R%gN5 1,2• AND 4• AND ALL PEfEEIPA1WIIS IN 9 114 3) PROVIDE A MEEWMCAL PI11D PER DETAIL 3250L ®PIPE SUPPORT SIMEAR TO OFFSET TD$ 3262W . 3261.92 PPE $UPPOR" ODWRt,CTOR SKLL COORDHWTE DFIQ490N5 WITH PRLH.'1Cy.7ED EULIPMEW SUPPLER N0TES BY SYMBOL -- GLY. 3i60-50 -- A -I_ �U n 3. 55 PLLIO YAWS PROHIED EV PRENEODINTED [�� m a 1 I I OFFSET PIPE SUPPORF [Iw.J EOLIPMEMT SWPLER FLU9, M01IIT PIPE MPPORis 9MILAR 70 DETAIL 346, SEE NME S. CHOW BEYOND RE STRUCTURAL Oki• TEE ® ar ❑ L 3.-0. L 4' 99 HEND (lyp-] i oy') 4. ELEV. 3255A2 is d� . 325529 r !I 3• omurLY VALVE 1AlElfPK Er ILELEV. 335].2S I1NK SELL WILL GL14 ]25f-SO PENETRATION PPE SUPPORT P.j No iP-2 I 3' PrC BALL YALlE .]� 1'-3' ®m I I- 6 SWAPLE 7WP {frPJ z -- -- . 3251.2 1 4' PYC A S&L VALVE lT1'F•] Q Z W 0 z _!I k ©. BRACKET 1 ALP S GLV. 325M � U C � 2 ON WE SUPPORT iTIP.) n l 14 W GLY- 3240-59 n l W �y l>7 [44 6 N,,��� fYp U N 3• PYC B* L VALVE (T P-)A 0 3 I- _--- _t ELEV. 324LOD - ---_ 3. W BW VALVES U �1i1P7 0 z I _—= t ELEV. s243.36 z• HUT _—__ S' OPERATOR s' ^ I PIPE IT' COMTkALTOR 7os ELEV. 3242.OD PRENEC011ATW I SUPPLER I �� ��`�'�� w � �� C'��•. I� ri'QR+ iGY1F Y.,N6vC91 .GPN76bfi, fi_Y�14�5 I 5po_Y-113 : _� � }:va'° � r •�:�• f) SDO�J-1R7 w �• nL L �1.N. �T...,.F .>• 6•�" M TEE : rr, k'ti '" MA9i ® 7 - a7--------- -- -- -----7 ---- -- [3233.92 1235.92 SECTION �� BAR IS ONE I1M ON oR� INolwMc. ONE INCH oE9blo Jar NN JW% ATTACHMENT 15-AD3 rWEdEo JPr � FA-5U5 32E -50 ® I u5rmXE CM45 WINGER SUPPORE (T* ) i'.4' TEE 35g ,TRAPEZE PIPE SIIPPORF MR) REMO.'MLE A116MMvm µMORAL SWE-IOUNIEO COP-) 10' 9LLYk TR'E IXPAmm jow. 1/.AOY t OAINFLE9 OR APPROM EAWL (TRIP.) ELEY. 3259.L5 " 0 0 La r � �I = II-Aw, lid, u u 1ii SERES OR FCOMNLOmm y y „r ■ 7 ill--. � .•��•..__ 11: 71 :I --;_�...F lire...--.._ _ I � ak� ul • , . • -10 "'11Ht, N_ M 9' MJxMJ WALL FRANC ' 7 9" 9d BEND EDIq REnugxc TEE ".S' REDUCER . F L (EE111No) FROM sr �y�ME AR SEC110N �u� PUIi fELZ;SE WLAE A. = CCLF 1/4' - V-0' ' LN. 3255A0 TO RElNj TION POW IETER MwAL 1 motaWLw7 2WN SUPFORPIPF (11P-) AW mooEL COE(1 mmm 1 -0' wm PWOSW\Y SL • Hsi 5�2no Ain{ AWL Mourn W 1' ® PIcxF doss wml FLO'k O�LWIIRAAAI �mNRERdi�m ylly� dRELTKIN INdGnvN TM1SSEL Y L500-7R-101 T EINc MD CONNELTKINS PER W.Cn RECOMMENMRONS DALL 2ro1 'O 4 WR SWPIA Pd.YCAST 500 OECK DRAM WRR SECTION ���� I'll SCALE 3/8" . 1•-D" M-502 10-w rrWe NOM HUM BY snreoL �a ■-r+LKs YES EuuIPMQd 1. REFEA TO M OO FOR WOrWML NORS. � MTEL PR) EI) 2. CDNFRCTOR %OLL WANTAdN 5 PIPE D WElER f EOuiO? LMR UP'TFEW MID 2 PPE DMMERs OOANs'RFkm of TIE FLOA' METER FREE FROM OB5TRuMms y.. !p d OR CONNECTIONS. SOV"T ALL PLID ('.W 3C"[ n - REIi.SE vALveL I I IR $ pq pq -- - i cP PvJ _ - �,o Nr00 I TURBIDRY MEM CM. 4) z a u] kp w� - 24" R.GrAU f' 4 W+A.L FRIHG k I CU)N a � sEE cirtl FOR O �W m L u] 0 K yy. it Y' M] m _U z BM 6 ONE ELH ON INiNiN.L 9(051'IMC. ONE INOH M21bly .IPA w tl!R ATTACHMENT 16-AD3 0 4 A � I ExTERIOR DETAIL A mnORw AS Y[C� �— As � EXTERIOR 5u6-9LL ,N, SOUR SURFACE RL 9.^Lq 6Rpl�nu � >'e' Rlwo nsJL- �• DETAIL f,o1 DETAIL n SCALE. 1 1/2-=1'-0" - SCALE: 1 1/2'=1'-C' GENERALI NOTES. i. RRUER oROR R s& anMOR E]EVATO,S �� �ouRaxr. ANo T.re. 1 s—NiIE •ttn — R,vnl.c TES: ' H- 1e 1T 4L5NN5iN cnR 01E Ns 3LCK R ) R U N A E uAT iVTi vW LAMI,C xED'�• T )RUNraE srsTVJ � 4' uTL SiuO 6' RISTD INWL cRwEN ecm m. *NOW AS WM DETAIL SCALE: 1 1/2"-1'-O" •NNr n5 �[C. a 4OND S AM SL SOLp 6RW�O 5" R[JR INSJL �n � %' uTL srio LOYlEwE� •�• RLq�iI INFO AS FE-RNISVEC ITI ATx�NN SURF cwNmrro i' DETAIL SCALE: 1 1/2-=, •-0- T T I PLAN DETAIL r SCALE; 1 o .c ElP'WJOH W uEL6F AT reL � I I )CUALE FA E Ap SJ� WASP LIFa r 0B¢ w I I PLAN DETAIL SCALE- 3/4•=1'-0 - T--�ExTIc+L E�aervS[w .r7wr7 C 0 W flin al s row V AL PLAN DETAIL r,1 z SCALE: 3/4"-1'-0' 5 F ilir I I � 5 I 3 PLAN DETAIL n SCALE: 3/4•=1'-0- - ATTACHMENT 1 7-AD3 R5R IS SHE INCH ON � CPoCINo1 ORAf1HG OrE FAH � oE.A-W.J. YMfm cNE =RuAHNuWR) f ENUMMw mmmffm—d1m T ■ Rat � 1,° -T ■ F"',,\//l T OFFICE 89-104 JVK4�7 RAN NCE 32-10N6 mill ■7i1 CHMIGL � W101 SECONDARY TREATMENT LOWER LEVEL FLOOR PLAN — COMPRESSED AIR SCALE: 1/4'=1'-O' BI m OR -,OS HrPCHLORf1E SIOR. 54-104 KEY NOTES - PUNNING_ 1111pppp R� amin Y CpFR[y5ty nR uNe �NOFTOwdRp V!C„L BYICWE NEVER TO DE PUNS R PIA 14 1 Ra NlURo S,Fii H-0S1 FOR COIf11NLNilOK �} OtlPRESR® NR ~ . SPVANG EO L s Nuiyiv HpgYE �j R, ppYFNg9Fy NN I,, Nt0 RO,M T m SONUGiIAE m . a 13 mDX w,wc. ii 5 SIEEWRE �Ri®iE0 W RPHP y s � ORR IS ME INCH ON 0 GINPL ORN11xS. ® MEW a m m um o. xEsuw wH ATTACHMENT 18-AD3 L;P-525 -I -ANT NORTH � & �,SgmP�•i a Lv-Danz GENERAL NOTES - HVAC�� EL-0enf Lv-0p61 I. REFER T° IRCHTECi�PH1 v�,yQ FOR LODUIIi IXed OM Y Y. ROT*OII OF aUci +IN° HIIG E IMEHF HODIaS ARE IEAPAm FROM 1HE FMSHm FLOOR CF 1 M ROOAI/ARpS NHERE 1HE Z HI EWR,F]R IRE LOCATED. PPY-0e01 WOA'-� S S] Y4R1° KEY NOTES - HVAC� ]6f 1 EO�PYENi i0 4' H6H CdELPE1 H[wIX ERrw Pm [rrP.J, RErEn m srwcruraa Y SJ ]Aa10 �1� SUM" } -EH tJ O� !I � w m ❑ 7 B1e aUCf Op/IECIION T° LUNIT NfIH Ma AC-1 ro CORHELTCn in OF UNIT S 18"lE1a' LP TO 1 9°RR'-11' ❑ �] FT CON �qJN° uHR CONNfiigN TO aR�WEIL II&AAIE = EF-0EOR VTIL ' ^ M PEN ry .EA M S >SJ 10 V PMIROE aiIm— BIO[Ofe4 C,vOEw IR Da x4L' ] ❑ Ouni. Ex1EN0 OFVI ." DUET WRN al"H EEN 0 s o r awrsEssm AIR uNE uROEnoaoun f �+ i TO 11 L11MK ROOE1 OF SIWMR T EATIexi n SOafa MOM. L/ '� �Ix mIIPE�ss[xe [N a' RousEKEFrao Pau : H I OETNLS FOR HONSF%EERNn P'Q LONS11111Citln. RIXM�M1 It ESEOUIRFA�iMM SPEd�EL1 NTM 11l l ]7 1° FOR Rpm wq UWEf P-M FOR PRINO OETAI. COYPIIEESOR NR D"m AM RLIEF. WNTAM G-E�ueww FOR —a, PR w — uNA; ¢m �53 Y4a1 n ROyiE COYPR6 WN NNE M 1/a• PM t� rom sUme TO umRldl O�Rr xvJ_ n °o-10SIM o Z 9 5 mz ❑ �a ❑ w¢ ss YR«w azRR O 8 rc 4a.Ra ❑ enav-a• Ny Az Clio 0° A11U-0e0T AHIFnaCR is FL�Oa1 1 •Yx19 e ❑ L"o I 0-e-111 V Y-�+ SECTION �� SCALE 1/4-=R'-0' L-- *go J NOERORp1N0 PIPING CIFORaI BAR IS INCH ON nreclNlL oRawlHc. ONE � a 1 o g ATTACHMENT 19—AD3 BLOWER/ ELECTRICAL BUILDING FLOOR PLAN - HVAC F• ° 12 °ip' x SCALE' •/e"=1'-p" H-851 A - r .. PPE-�nC5HE0 PRE�Rislm — _ xnGRAL COLOR �• \ r , HI'E T '�TIH ^Jn� TE R Hlln E_L srery n sEAu # PneF Mn. RPNE nASHNG Fu s 1 _ LE X FOR L2E. �- 1 •ERNE TIFHT STANdNG GEPAI NETAL PCpF -5 GR R-]0 ROLYriOCY.wuwi[ PN�O PClx50CYANJRA�TE PoGp ixsuLanok FFF. wimps SEcnoNG fVt LOcaT[p --------------------- - PRE�Rivlm PANNfuMAT WTH YEOR/\&R oPaFlACE sisEu .R,E-F41— siFY •• S SuuTCIL REF. R ILDIRG SECTIONS FOR LOCATIEN RR vACE FOAIIJ Nn FASUA CONi. Cu=ai N , FUSHNc. uaI+T=I' EC UAL DP CL RE " ' TPIM 1RfIH 0.TIT. 21 Gn. RASHRG gI.. n .,E. IREpTEL SEAuxi 9p'm RE-FlN9-0]y[j� r -- Rpm ETAL. VEu � HNLERS GDEG 59FFli PAN. - LDuf1Fk RnsHRG jZggHH6' ` ---- AHMEE IxIN L4OITED -=t ON -F FANS NU INT AL CALCR L�L. .. - J II - 1 ZVVDE TAG-W. PPE-rnvI u n i6ASHrvG Pox 512E fu9iTwcI51EJ l ixvuTCUOp ✓ E- RE+TxiS J uEE- FaH�u - W $E uETA Roo�F � YEi�1 ROOF pAAAP:w �PRRIER FRUAL MWIER w E 2 uIL S -FlxrsIEL: �. rw iN a SHEATHRG 1 i„EATHINO R3 HETPL 00/�SOWi -3 OR R-to xP. 9[' G!CA - On R[x:F R E N— `O1uT°C1GN. R r0. OULai4 CNN. SRgF.CPLANG SECTONS FOR LOGTGI 2_ g p ppL}I�s'xc n�,AATE fnPob x9C0 pSiAATN)N. REF. RLILCIHC LEAS �[Mns FoR LOC- _ � u 2 h' un. STu 'f TRp xRTN •cxi. 4 TN tTUPnL CL ' 3EAUAR ROTN yoEs �' cm. ao+r+ s• auLnNc ExRnrv90x JT. S�TRUCMinL „ ._ FRAUIxO x' euLnrrc E•wNcgn fT. RE€-FlNBHEO s[FFlT RAIEL x W LpW RGGF Q HIGH ROOF TYPICAL EAVE �1 TYPICAL RAKE n MBR ROOF DETAIL MBR ROOF DETAILr1 SCALE: 1/2'=V-D' - SCALE: 1 1/2'=1'-0' - SCALE: 1 1/2-1-0•• - SCALE: 1 1/2.=1'-0' - PCIIESTER NE91 TEU+AL WLOR Lnu. REF. RUn FCR q� MAT xFnl '-PAN PnrvFUE„Rc y y REF. PLVIG '� G FOR FOR 92E W CARNAGE sT'sTEu PoGp °W-FlNISHEEC INS xESIR PESH OARNNAOE NAT RPH _ Q AIR SPA G>P. mARO-� ?1- AIR SPACE 1 FSI Rry s G e TAIL, _a' ELa vp emu. AEF.C%.w5 FOR SITE r�i o Aw yy WO M2 Al SL„Eb. STAkIEA O ASE E-FlSISIEu =cunTER FIASHnc aGE FLAS1414C N1E-RrvINI E rni FLASHING 3 [y %T-IN s„o:YEAu }F F.F FF A • PET+L uASLHEniHHG = •... •. j. R-S OR R-20 1Giln10N. REF. ALgNG .• SECTIONS FOR LCCATpx HNLERS a SIRUCNR�1 �, '� A,,H 2 wRH Tip TT. WfIH STRULT. °may DETAIL DETAIL r1 RAKE DETAIL KALE- 1 1/2--1'-07 - SCALE 1 112'-1'-0' - g i�� y' GENERAL NOTES 5 I. Euw l x. FCR IAti9MRr GGf. COURGpG AAp 11>'E E 3 @lqG JE9GNu NORTM NET S Ns SNAP w� uaujF REPS RSi NCR."l�S BAR IS ONE INCH ON CPoGINn1 OR Na OPE F4H � ATTACHMENT 20-AD3 �R�b REP A-913 � DOOR HEAD SCALE: 1 1/2'_V-p" A-000 *�� UE ME AS SPEC. OTH tal WA DOOR JAMB r1 SCALE 1 1/2'_ '-v" A-OCO 0 GENERAL NOTES R]R W4'OE 9m m NO % TrPE, [ws p.LSE:fF lmL up - .17 A^IJRKws aLCR N ACWPIIarCE hnH WeRll_ E$ N�=m �: � REF LSTR.CPFAL �iLn:T ooln �' Dare r.a Fwu� its a+Ec DOOR HH EAD� SCALE! 1 1/2"-1'-0' A -COO REF. 5RNMR& g1AI_,wER.T AME AS SPEC wRE3 DOOR JAMB r1 SCALE: 1/2'=1'-0' A-000 E'HsmBOARD S,Ei mNS� a ' u11. snits n3 s EME0 OENn AW m— its SPEC. "ten 1. IbI lU ho SHRWN SEE VLL r'RES DOOR HEAD SCALE: 1/2"-1'-O" - nTE nC l I IL ExiFAIOP j DOOR D , HEAD DETAIL SCALE: 1 1/2"=1'-0- - IN1 & CYLCR NYA _ P Ns 51iE L.drvE its �{' CW. BRaRf� FGR nu -AL 2 - NTL SruO--__� REF[ Eu w FRAME AS SFEC &LL 6�Kl:EN Ro IE' GxP. BOARD INsuunpN THRu-xuLL 1. ..S ciou EACH SEE _ FLa911NG J� R'Ref DOOR Am�Ec rt 1i ull SRC �__ J s SPEdFlEO sCW C BOTH —T RAFT M ILM dflg WSCNRy nlr.')ION r. Ixsuunon nor JAMBSeE wu m+¢. LOWER DE DOOR �1 DOOR JAMB � SILL TAIL rot SCALE: 1 1/2"=1'-O" - .:.LE. I''/2"=1'-0" - SCALE: 1 1/2"=1'-0' - ATTACHMENT 21—AD3 ROLLTES R Wi H ORMN R FLASHINS TH PE�I% E SYSTEM l.noox its El TERIOR DETAIL �1 SCALE 1 1/2'-1'-0' - 210R DETAI L , e oRAwer',e Psr�si a o JEhTc �la� r�unx;s GRfllIF O OGOR O.H. COILING DOOR HEAD ,s 5CALE: 1 1/2'=1'-p' ExEEr:lr�' I TEI i �- EEE E rE IFEJ Tits ._SCALE: 1 1i2__" O_ --WNERETC FLOCR STOP EFAOPf� MULLION/SILL DETAIL rzl SCALE 1 1/2'_;' D" - lu IraEr uG : I TRnryt O.H. COILING DOOR HEAD ,3 WALE: 1 1/2'=1'-p" O.H. COILING O.H. COILING DOOR SILL ,s DOOR SILL 4 SCALE: 1 1/2"=1'-0' - WALE: 1 1/2'=1'-p" al s 1EIL OOCR PAR IS ONE INCH ON CPoOINII ORAWNG x,e CPE feCFl � EE9glm W.J. YMf20 cH=E=RuMNuWM - fsVEYEy E A-914 � r "T -OM SEE SHEET E-005 j N FRATORS p.. FyTLE INSTRUMW TI M/ H MH �i R I C0 1-5 ouu .n - SEANCE PIG MpON} - IS e�LDs. n j• .• MH H � H H j F� GENERAL NOTES- ELECniICAI: 1. ELEC I- DUCTRANK RounMGS, "HMO ANID IWPIX %E5, ETC- ELECTRIGL - �- THIS SHEET ARE INDICATED AS 1ENEIW- RS ESWATION OF DUCT BAPAM -A' - j ACUP I- IIFORI,NTKINR TO II PIC TED PA I- STE Pl a FOR FCR IN AND RN6 'B' j s ■ FEEDERS YS i ` j ��5 MH rM FlfR1RE J E%iF/ TO H"'YYY I 7 k y$ .�. H MN OppaTIOHS = G SEOORE w Bl11LDING SEE SHEET E-003 TREAi7 j d rc litI u.v. mNTROL BunAMc j . �! 'NEW f ELEC. � j d MRR ROCM CUM RLi nW Ku T. N R 5E11A0E ? O Z HCWR [x r j C43 CO-ML MEC • • N H H '• STAn ❑ SEE SHEET E-004 F • PTRERTMSM HH rH aI PEAK STORAGE &MIN j j ..•�.� -, i /y6•f�i. � k. MH MH I I I I STMWE ftE ENR 6 DIE INCH QNREfOLRON PGFA j j OTROINLL 0RU11NC. ONE INCH snm 0. BE511K£R 0. BESMES Fw OIELiaD IRSR j OVERALL SITE PLAN - ELECTRICAL ATTACHMENT 22-AD3 SCALE: T'-50'-O' GENERAL NOTES - ELECTRICAL 1. STRLC:R M. EQUIPMENT, AND PIPING PS WLLL A E NG BEMS �TY CN THIS SHEET ME MIJESNED TO EMPHASIZE THE ELECTRRNL �. REFER W THE 9I1- SITE PLAN FOR ADDTTICNAL SITE INMRIIMnCN AND COCRINNATION. 2 CODTMANATE SM DUCT BANK ROAf9NW WITH'SM UTILITES (I.E. PIPING) AND PH15M SITE TO ASOIO OONFUU.. 3 SPARE CONDUITS SHILL BE EQUIPPED WTTH PULL CORD AHD GAPPED T EACH EHO- 4. SEE SHEET E-o FOR SITE DETWLS. 6 SEE ONE -ME ENA6FAAY FOR RACEWAY QLLNLIIPES AND Sm. A SEE SHEET E-017, E-OM A E-019 FOR LIGHTING 19% SCHEPMLE 'I. FEEDER CIRCUITS FOR NI6 •A' MD BUS '0' 511 l eE SEPIfEVTED WBHM W HOLES LES, WTRI THE LOTOIICiQNS IPDLkED ON IE 9oES KEY O NOTES - FLFCTRiCAL �1 ROVTE LC NG CIRCUIT h Wll LIGHTNG ('pNTA(.` m IN MECl-mrAL BUILDING EIFQTMCRL REHM. SEE QNE-INE oNGWVA, SHEET E-651. USE LIGHTNG CQNTA R CETAIL, SHEET E-O•-. Rol1TE -C !*G CIRCUIT h 1O 11 LIGHTING CORTNOMR IN M ELELT OL BUILCI A GSEE GNE-UNE ow"UK SHEET E-110. SEE LIGHTING CCMKMR DETAIL, SHEET E-D10. -------_—______� ____==^�-C--1r------------- o-�m iaGP eio-Tm+D�a =— II �� Nfl FLTeATgR II --------------- iE +IIL------------- ♦y rs�� $ III III 1 mum I � II —.E II II IexO i I 1 1 i 1c. J- ®■ � Imo' - _ � Iq PARTIAL SME PLAN [NORTH] - ELECTRICAL BCALE: 1'=201-0' vwM reRm WTCHUNE 7' (SEE WEE E-DOS FOR O NRUO1O C I I SEAWEE R[Ru ovEw "s BUILOING an —mil u.raEFFuvrt ! w $ � I d Y � F ATTACHMENT 23-AD3 BAR 6 CAE INCH OH 6 ONE INCH j SIYm 0. B611K£R Y- YYtl FlI BEWELiEO 0. BE'I ✓EYED a QIIAALES INSIRUIQWAT W CONTROLS HANDHOLE ^-PP1-1 PF�MNERATM V 2 CS FyTVRE I i SERVICE ORfu[ 03 6EHERCTOR /2 OENERRTCB f1 �f jFNWIE C] IIfILf1Y U.G. PRI1Ni[f 1 � S � 12 aRLLB II I Ir rNTILITT 5EANICE z MHDROP POLE IWN ELEC. SLOG E I,A - L�`F yH IBOO CRIES SHEE'f5I J =2 -- F _.. R.�i 4• R ME-LPI-9 YN 2 O W - R y ME-PP1-] P CRWE-MIXM1E0 GT 3 SERVICE DRhE �T�1 GE VIE-LM-1'J ME-LP1-17_ I �IE-LP2-�IEI'PAD REOE511Y 1 rAicHUN[ 9' ([[ SHEET Eboa FOR mxnMunuq - 1 LHE,aT TRAO PIPING IRRIG X YI HOT BO% PARTIAL SITE PLAN (MAIN ELEC. BLDG. AREA) - ELECTRICAL SCALE 1 "-20'-O" GENERAL NOTES - ELECTRICAL 1. STRUCTURES, EOUIPNET" AHD PIPING A5 WELL D E%ISIING ITEMS APPEARING ON THB SHEET ARE SCREENED TO E»F MR THE ELECRNCAL NFOR REFER TO COO DIAL SITE PLR! FIX+ ApfITIpN1 Sf1E IHFCNyNMTgN NC] COORDINATION. 2_ COORDINATE STE OXT MNN RCAfT WTH SITE UTILITIES 0-E- PPMO) map PHx51CN- SITE TO AAaID CONFLICT. S- SPARE CHIT n SHALL BE EQUIPPED WTH PILL CDRD AND CMPED AT EACH END- * SEE SHEET Espy FOR SITE DETAILS, * SEE ONE -LIFE D4AGRNY FOR R10Er'AY WOFFI11E3 NCI SIZES. 0, SEE SHEETS E-017, E-018 AND E-019 FOR LIGHTING FMURE SCHEDULE, • w NORTH i KEYED NOTES - ELECTRICAL 4 RWTE LIGHTING CRURT THRGUGI LGHTINC C N AC OR IN AWN ELECTRICAL BUILDING. SEE M-UNE OW: . SHEEP EST , ROIf1E CIRp1IT TO AWN ELECTRICAL BUILDING NA DUCi®1AlK AND AA,"LE- ODORDINATE mm GATE SPLYIFOTICN AND IN6rN1EB FOR MDITIONAL ELUTRKJ REQUIRNENTS. �y P CE OONCRETE FOOTING FOR F190O RTLRE EPOWD TOOTING ABOVE GRADE. COCRNWM EK.iCr LOCATION AND MENTIONING OF MMRE WTIH SIGWAGE PRIOR TC ROUGH�N, SEE AWHIMMRAL SHEET R-010- �} RWIE S 14 AND 110 OND IN 2' OONWT • ONCFSMX FRJ' 1 CENEPATOR LOAMENTER TO PANS -WARD CRMIT 'WE-1-PN-2A'. ROUTE S j4 Nil #10 CND IN 2" MNWT NA IXICTBWR FROM GENERATOR LOADCENER TO PANE -BOARD CBp1IT 'YE-LPT-S,L'. 4 RgTIE 2;10 AO 1 #10 GNU IN A s/4' CCNDOIT FOR CCTV O ERA TO WIN ELECT9YL BOLO DI TE u - �j ROVE 2 f10 Al0 1 e10 GIO IN A 3/4" CONDUIT. ROUTE ancur TO WIN EI.EcrleaL BuaoMO vIA oucTBAHN AHo N^H-pLE COORDINATE WITH EOIIWEHT 9i'RJER/IHSTALLfF FOR N10ITIpN1 ELECIRKdIL REOUREWEHTS. ATTACHMENT 24-AD3 BAR 6 ONE INCH ON 6 nNGINLL ORNAINC. & ONE INCH SgNS 0. B6INGER N_ l% EN RO ED 0. Bf3IWGER g NENEy & OIIAALES PN ME 'P PP1' FEEDER FROM 'SHAD-01-001' 1 ❑ MMRE SOLD Hu w MECH Y-DG $WB M-W1' PTy PixE>_'PR+-PP1• FEEL. ERIIIAINO KKR 'A') ieJ3 'A') FEEDER FPOII FROY 'SR1B0-01-00,' S E Y WM EIEO '9Nf QD w,' R'j ix�'SRRD-Of -001' MBR 9LDC $R9D-04-001' FEEOfF FROx 9N�0,-001 GfRE141TOR 3 {M 'A) FEEDER WM MBR 'ARO-0ff101' IBJS 'R'] �� [� R W g,R�TURE 0,-= FEEDER Ff/OM SX'BO-01-0M' OECmS It CEMFINTCR PNIf1 RN-PP1' FyryR[ 5pup5 w�HDExC ME FEMER77 BAILdiC IBA 'B') GENERATOR 01 GENERATOR ffC01tleAY FEEDER SEYMR FEEDER SPNE 3' FItUI , r r OPMS CCMR013 f0 4RCHGEnN f0 SNrCHs•� RER OPTw` FLEC BIDG 10 MH y-T(} �I r,l �rSRNCIME' 'SWCR-0I-OM' '811GR-M-0Ot' nm_ 'EmER RERW CR �I ®;o;a o;o 00(D (DI o;o DiiOig ""E` L1. Y- Y- ' ME -PP,' amER Clk /' 00000 000 o r '�Loo�oo�oJ Lo�ao�ooLoJ��® D 0000 oD000 DO �® rMw I� 0000� ,2 MIN_ ooaa ®®LJ 4 OEHE]IAT011 SPNE ME. 'ME- IPf' a2i-oR D� F®ER mpa 5P E 2' Cpy,/,5 upuu 5 (4) 4'G. M&GED-up OE 00 FN,.11E Mom! wInNO PIL CABINET IN @RLICHBRYtD (Bus W) Bra 0/6 EEC BIB FEEDER FROM 9ROWI110 SECTION 'A' SECTION 'Al' NI eOYE P ME1 'P1,!-PP,' FEMO FRMo'S1HOb1 b[I,' — xECH BLDG 'SRBO-0Q-0O,' (RAG '�'] F®FR FAOY 'sNSD-01-001' MON' am 'swao-oa-ovr [Bu5 '�') FEFDER FAOx 'GYA90-01-001' W eTR NEE FgDER � ® lO O WARE Y-(WP .I . IQILQ O �LDSO FIIfLRE 5011I HH WIIAINO FllNRE OPS RE 9BLOxC fees '17 FITRAE MP! (OU5INL FEFLo[ FROM 'SRBO-0, -0E ..RE RE #4/0 'BRAD-01�1' CO,AYCTOR IBN IIB� [� 'R7 00O ROIC'ION R FED7u SRrtpHOEREe 'SwyRp, yp,• TO wLLr MMRE MW OUTAING �e0"RD �'"' SECTION 'C' FEEDER FPOx 9Re0-0, -0p1' 10 IIYFpIE/MNDHCIE FROM M N E M HIM SECTION 'B' NOT TO SME P P"EL 'M_"I' FEELER R`Ew MEOH BLDG 'SNAG-OY-0O1' OU$ '95 MH BBB �WY Dal' �G •A'Y FFIId! FRGY FEMM .OM i18�01-00,' 'EN'90-Ot �fOt' FEEDER FROM '3R9D-01 -001' NB•E eloa "JRe0--04-001' 'R') FEFDdt FROM FLTNRE SOIJ� SN'BD`01-0M' HNgIJNC BNIIOIIIG r W SMt RE ' (U7�, f8HV ollO ROM CPTIC MAH uPP1' RE iO;io C I0IL —o to SPNE 1 �of��o ono oJLoJ Y- a L0�l(�D Q ' O O O Y ® ®LLJ C YIN. L 12' MIN. FuiuRE xBR l�RdHO SHT[�xMIID [BIIG '9'1 OPS 0 MIMING MILDH FEEDER FROM BIIG ^also-01-001' (xue 'a') WE fop coxoucrwe SECTION 'D' PPl RVEI 'PN-PP,' RFEDEI! FINfM 'ri1xo-01-001' FEFLtlt FRpx 'SR9p-01-001• MRR 'SAW-0 -001' I&S 'B] FEELER ROOM VR 01-OM' RE Bq D1 NC fY11LpH6 SPi,RE Y LQ J 3_1 J P Ya (IYP-1 vex, /4/0 GRIX 1411 DONWCTAR SECTION 'E' NOT M 9 E W H w 3 0 F C O � —ROM OPTIC 5 ROT TD SCa-E N TO SONLE EIW 6 CNE INCH AN F GROIN& ORu1N0. S TINE INCH ; SN11ED 0. e61N £R A x_ 1vRLEff oIEQaD 0. R611I5R g REYENEL & OlI0ALE5 ATTACHMENT 25-AD3 E-014 1 042`rA13-01 r YEF RLOO 'sw�0•F0Y1' Pry MEL'M-PPI' FEECE•e P „ bus 'R'1 EEEUEn Enou Exw 'swao-Yt-YP1• •� ���;� 'S>re0-01-00,' NECH [OyS 'Al aa n vv ¢ YOR 'SN90-OFWA' (R5 'R'j FEmER FWY iN�01-001' J'� C�F� PEEOEn Epqu 'SRgp-Y1-0Cf' YECH saua 5wao-os-w1' [sRc '07 PEmE,o Exxr •sao-o,-o01• F� Flf1YRE S rDOaY �aa]� OaoY a❑5�rI � FPNE B3P' AHE FlOOPR1ER� FEE11W 9PAAE Y ®O ¢rIO©�JrIOO��o.i �eiIrlLLOO DL�C MIpNG BRE 3O® O 6 oO LoOJ ®(D OFlP�1C O12' YIN. 5 ; sM,E atFE .E I4/D L ` •' a p 3 D1l Nw MPE 44/0 W NCINC LLfn mm 0d w SECTION 'F' SECTION 'G' SECTION 'H' NOT To fveiE R W SOLE NOT TO SORIE vn � � F YECH wino •swao-os-oo1• Sa''� •"� PPHFL • Prr ti qw L®FR FROY '9RH0-01-001 LIRQl13 FYNRE SOIJOS � N1 y SUP HMIX1N0 RNILdNG C F � Em�,u wWHOLE TO TECH OLOC 'S4HO�x-0Of' (BUS $] •PN_Pp1 0.l � i] PYEL 'R11Pd-PP1' PEiOER PROY 'SRn0-01-001' PEIDER RAu >�IpE 3. [Tw- 'sreo-oi-0o1' ) FROu tYlHOIE TO PµEL PAH��R1wS�P1' W 3 Y�11 I Y 3� 3' y Y y. Y Rwsy.P1 PLC C BI- Q�r11 DT� y 11 f.�-L Z. PMEL 'RRPS-LPY 0 0 o I, ,,I o o; PROP A1YHO E O RWEL TO YECH RL06 L J FlYEF OP C 2 a 0000 O oJLo of Y 'RNPSYPx ro O 0,6 O O O OlO O ©; x- CIRCMiS �O O O �- O n O { g� LJ of®®� r ,R�o oJLY©®x ,� ® o oNI.JoaoJ x —IL SPNtEV� P- SPARE 2- CONWf19 F�11 RP,w COHOCRS FROY RRM CCNDUf19 TO PN' COHWR9 F>�.1 R5W >b551E'gTEit WYP N�AwSIEwaTE RyYP P•RS1EYRiEA MAPS W'fE TER PiIVP ,y.��� rR0. PANELS m �tnfnk P1 u 1a LnR1R01 PAwELS rn i•-;_••F`y Hau= oNou= HAAn«oLE s.I � '•„ SP E S' CtrIXlfli .NH 6 ORWILHO .. ROoE IEfO ELECIWGLL OONDI.CTOR COHWCNR /.'F•..a-S�,r yy ROOY AHD S W1 l �r•M,=�`�Y .1 LAP. SECTION 'J' SECTION 'K' ro`zs j Nor ro x.Y.E NDr M SCPLE 3 P [NR Yi CNE KH ON oIaCINLL YRAMINC. 555 ONE INCH SIYm 0. FESINuER Y_ YYtl. Ew RE.ERRy &IXIAALES ATTACH M ENT 26-AD3 L-E-015 042`r013-01 vrnu x�rvs-Lvt' tom 2-(TV) cperrs qq EL o o�5d® r �o0 9' 0 o0 (DO YMN Lool ,�+• aarauts canons m 9RWE r pppR Cafl,ROL F- CbMIROL 5 WE f4/0 fAai 10 mwucrce SECTION rn m O—g tlRCulf --N SECTION 'P' nor m sau>.= r C—) Oo�Li fY MN. PUwP r W pOR1ROL FWEl9 TO >YwSTFAN�FFk PwPS GM i4/0 d G CONDonoucroR SECTION Hwda E oo��� 9'M1F 5� Z' VW,µA H� SECTION V Ndr m eoy E r x I-wa�rw eulv�rw LL rFmEr< F,a>r � f17 Lo� 9�w r WME 2' � $ �9eiE I4/o a p lit I ,xaundlNc ccroucrort SECTION 'N' 9W 6 a IHCH O 6 ola0lyLL ORwINO. & ONE INCH Sqm 0. BE511K£R Y_ AWLFlf CH[LiaD 0. B61�y.' RR g �.ENEo NOWALEe ATTACHMENT 27-AD3E-016 042`r0]3-01 PR,-LPa-,L 5 P,I�LPr L,� " vWrtlNul,Lp 777 r N ® �^(M p PN-LP33 Ij W i F i F 1 F I PRLLPS-1 p ON aavvd Pill-LPa C �E2 � C � F I I 1 PTO -fir I I PfIFLRra , I - _—_—_—_— 1 I- COORVIMTE LCCATIM OF IJOH,IRO fPT,AES MRI FN-LP 3 /9 SIRNGIIFE, EW MENT L TW Ili! OTTER 1% B. P R TO ROUC41-IN. / 1 Y. ROOTE WLTTIW M1M EL Ho R BLO cMR U K Ply -LP] 1, C OPEN N ORFII/ CNRLE TRIP ro PNl EIECTRIGL RLOGj FOR LIOHIInO N _ _ wz O jEyd bOyE LCl RjS) INDI M ON THIS SI-EEF u1E55 nOTFD S 1 4 a. E%P0.40 OCNIXIR SW K RICID AI.UIINOY. 7 F 1 /Q �'/ CDNo%A EuD x,cUR SH,LL BE Pl6W- CONDURS = € LL IORHINO OP OYf OF CO,CRETE YHALL w r _RCS w5�€ �; W 1 t I 4. REFER ib SHFEf E-„5 FOR OOHTIRG PANELB1Yn] q I PnI- -Yli d no// REFEwM S b y 3� OPEI! ro uPPF1l� P�R1i�sal _ 3. LRNi�H NCFlSAHryRE5 SCH01ED4•CE-01e.rn E-019 FLM EVgL ABa+e PnFLP�' _ 6. UNLESS OIHFANISE IgTFO, FM3E dW SH']PII ti $HALL e[ CUSSFlm AS hw55 L, dn90R 2 � v / / HAI.NROWS ANO CCRROA� AREAS`- ALL ETF;, M - S � wDff AlciTn N TA TGN YHN.L wEET E10RH � R * RIIFLPr5 i 1 Fi ]. EMf R = �=HIENCLUOINC DR ^ 3�RRFVr ," PNiP5--3 $ Q ________ - - - -11pp��=1===��=,t====1====�r#=C�;====r�===t====1M�}3 PN 1 1t/�FTO l f 91 4 L005TE FlSTORE AT IrP,lNRWTELV 8`-0' AFT. N N g Jam___ II l Y I II III 0 III I I ~� II Waren�m1RRE.O on— Y-0' &— ro t d " II II II II II II II I I-LI I - i _ aonaw aF FRI,/E. JI IL___JI IL-- +--�--- ?E aaof M1 II II - 1 1 1 I 1 r ❑5 L001TE FlIETNRE AT WPIL'NfI1NTELY 10'-0' A.F.F. IO W 0 W ��1 V w2 1 I �•�/ aTmY Cr rornla. 1 PR}LPr1 1 1 - LH(1�T IO�w �F F AST MF fIYATEII` }S'4 AF.F. W I - ROWE LN3iRn0 CIRCIIR THROORI Lw: G e v-v CONTACTOR In M E12L',NIO,L 911ww SEE I {g] LC IG OWFACTCR DETAIL SHEET E-013, jam+ F a LE OOOIIIfINATE Df wIMW GI R O�IEwFMS` L w /� V3 - /� 1 •�_—_ I WTH STM.CTIIRAL A/tl YONORNL TO AVOII OONFO7 CF. [] J L NG.LwdIPNS Fl%NRE e'-0' AF.F. OF STAR z ■ PN�ra 1 �8 LOCATE L nNO M% E x STAR IInE3R WF E Ld Ig LA,IN . SEE STANOHOH NW, m OEL, SHEET O i J 1 j 1 1 49 LOCATE RMRE !p AT STROCRIRE, APPR01tiWTELY V 1 F1MRE AT WE ELEWTION AS Oa ZETE nW RMRM T g AAREk • �• ` `d$ (APP�1!•OITELY YD`-0' ABOYE PLWP ROOA1 FL00Rj. :•.•E �3 •f, s..�iin •7 PRFLR3-1 p,L�Lpa-1 Lyra ���0 E �PTu-LPY.1 '�+:f.^_Ny`• I I PN-LPr1 PN-L0.r3 PIIHPSa � � avr. - I YY' 1 1 I I - I PTwLp3-„ e 1 1 Ira 1 L EAT ARPNOet - S-0' If'G COOWWE }, I�LLE NR�LvnNo. W 6 ONE INCH ON SEy oRCINLL ORu,1N0. 1 XTN YWN,ED ONE INCH p 1 --- LOWER LEVEL FLOOR PLAN (PRELIMINARY TREATMENT BUILDING AREA W) - LIGHTING " „� SGLLe „4 =1 -0" O�ELiEO E UffiB R ATTACHMENT 28-AD3 L- E-1p1 AF€A n,IRlrTcmoro Pwrr nOPT- ,--, P NLP3-11 �5 (4 2 PN-LPS-11 5� 0CC1T. 0xr Jp S„ I 1:1 1 PN-LP]�R PIII-mP li i a�'vy 1 i®I +-FPFLP3 J LI L•J PIPE PIudN' 10T 7 ...� -Wa-� 3M_UP1_7 _ Pni-^^- P1uy.P.�9 P'�-�� PN-LPYB {1 V 1 N1 TV 6F]ER�L NOTES - LGHIM2 `-' PN-LPS-i Pry-v}i 1 0 1. COOROIINF LOCATLl OF LIGHTING RMIRMOM WfIH STRIA^TNR[ EWIPNEIIT LOGTIOHS dH0 ETHER c//;;�� C � PTU-LPS-e �i ^ *nx s. Px�cr Tc NoucH-rc tJ vxl-�-i C PTU-IP]�Y PN-LPS-B N 2 ROeNE M.iITCONWCTOR 110 IN 3/4' CLRWR CMD PN-LPYf R2 PIPE CALLW! c 0 PRI-LP3-11�6 GIBE TIDY TOM ELECTMCeL P1001 FOR LMi-IIING Id oRlvE-THRV ® /� 0 �-� CFiCux[5) MRCATEp ON -H vH -r U.� N p 10R OTH ERWISE jis Y i ^ V 'fU-LP3�➢ s ErPoseo CxouAE radio .wNruu. x s-w.0 PCYLPYi �_ t' I 00NCEALEO CONDUIT' SHALL EE PW-W.. CONERPR n1PHNG UP IX OF CONCRETE sl 4 w PYCa . = ye$ G C 4. REFEn TO SHEET E-115 Fox u -.G PAREi D rc O 9CIImULES. b Neu CL a 01c SEi GER BPS a REFM TO $HEETS E-017. E-OIR AND E-019 FOR UCHIIIG FMW SCHE➢ULE. 4 N2 R I.RP.65 OTHEARISE NNED, ERvnRE NtEa SHORN 'CUR 1 �1 , 1 SHALL � CIA D C AS CORROT AREAS ONISION R Nl ELECTRICAL v PN-�-i �' ECUMEW Nft TlONs. EWVAC IM RS F6TALUTNIH SHN.L MELT BOTH f C pW-yJ-S AAEA CUSSiFNAilONS. c 1 i. EI EH "TING MMRB ONCWOHG E%R C fOTILNEsj SHALL NOT HE SINTCHm. E! PRFLP]-il R0 � j I i I Fy- 1 I c I I C I ARI � Z 0 2! � I I C evEn Nines - Lrerr.G N t z a s ^ �1 LOCATE WJRE AT APPRO%IHRTELY W-0' RFF. TO V 'j BOTTdI OF FOtil/E �' � Vr q _ wET WFLL 0 SATE F RE AT . 1P 1 T A'-C' AFF. TO !e Q V PTO q OF Fll Fl hl �Ps-il V �] LOOITE FU[NRE AT MPR6lIWTFLY 10'-0' AF.F. TO y m-LP]-R WTTa1 OF Fll� c ^ FNTURFpT'AT�NPRO%IHITEL] 15-0' RF.F. TO C V BWTW OF '-' IRA -VS-] ROOTS LIGHTING CIRCe1R THRD" LNii w J ■7{ PN-LP]-iI T Y CONT'ACTpe IN EIECINICAL R00Ae. SEE LR:HTINC CONT'ACTpI OETAIL, SHEET' E-013. V i /'� —wOiINTE z PRFLPS-i LJ PmpT W RDUOH-• C PTO- W C I 2 Pn' LP APE _ � T N F� 1°3 w T I PE9 w�v ORhE-THRU -� mil/ I PNiP3-11�3 PN-LP]�P � 9 ♦�5 vru�-11ail P 9W 6 OIE INCH ON ORGIN& 0PAAINC. 555 ONE INCH LOWER LEVEL FLOOR PLAN (PRELIMINARY TREATMENT BUILDING - AREA 'B'] - LIGHTING 7'— M. Rrm v. A _,ENT SCALE � � & � ATTACHMENT 29-AD3 L-E-102 042S-Ot3-01 r s� �aa7�a SRTTCHGENi 'SRCR�1 •• � ygC ~ F �` �1' ELL ���� � 1- ME-LPr-a GENERAL NOTES - POWER: E 1. REFER TO SHEET E-W5 F O I_ OIE�NE WAIN UMN4 0M ' GFNFfeiTOR YE�P2-4 am 'B'i R. Ao- TO SHEET E-WS NR WEL 'M[-PP1' K' dc-0OHMM- r--- -_ ro IIVHBLE 10 5 PLC G9nEf �� B — 3. REFER TO SHEET E-B03 FOR PANEL 'YE -LPG' 3CHEEK.E. 66 5 aa WURE GENE AMR ISR.RRm OUf NIO CPPPm 1 ] �e - PE Rb •_ Fa 4. I,NNTNN WNn11UM PRIGEMlRE OPEN I I 3P/(E, E5PE>:Ru_r MSOUnO PUwS/EpUPUENT + ROurE CMMM AS NOT EQUIPTEWA T-PPM H Q OR c 4 K y$ 1 �i q_~ G rc lit I E E GE TE 9RENfE]P 5. LOHwin SHN-L BE LOMcEM cn TO OREnl WENT PO�IBEE, WLE45 ORIEAMSE N�PROVEO BY 01YNER. 8 G. COORLIENTE E]G.CT EDUPI E SmsB LOCAPOHS NBH E E MNNp-E _ �� •� � 4 SWM141IOAIb E0111PM MWIF URER, PRIOR TO ROIGH-IM. Gr:- r. 5 ��i 'SWBO-01-W1' E! a y f h GMERITOR I+ W � E REEDIER OUCf BYK E IW E j___ 5 - IIII IIII /� ��1 7. ExR05EV CONIw S BE RIGID+ .INUK CONuE � , 5— Ex WO-40. CONQUFl TCRNINO W Our OF OONpTETE 5— SE P•C ROS v _� cwrrRaspRWRs. E-_-_-_---_ �CEr�. IIII IIIE E L IIII i{ 111LL li d p�e 1 L lE ERII3ili 1i1 I i HFATE�R 6 YE�PI WE Pr cRcu B 3 IIII IIII E 1 -_ EyY� ,�_�,, - - IIIII IIIII IIII IIIII IIII MR UNIT'NU-0801u-mi UN KEY NOTES - POWER: N 8 AIR IIIII III YE- �i ROUTEIE I4/3 BrE COPPER GROUMIHG CCNT z YESPOS�-►1-6 (Bud I'A' IIII IIII,- IIIII III 31 pp1_ NIIG 30' yBNAEO GRd.MIHG ELFx'TROmCEj ASINCIGTEO, AT .]C' _ PRESSURE UNIT YE-PP1-5 IIII IIII III IIII II IIII >o-tiR 4 COHOQ131G UHB RMx1 eElax RMSHEo AND'u=RmvIM4TEir Yb FROM FOINLH M lyq�u ly F o PPu-0�r = v 1 1 111 + IIII IIII IIIII IIII C.A-RE 1 IIII IIII IIIII IIII 6 1 111°IIII cu�,eDI1 2 ROUTE 4 A SYIE COPPER GROLNLIRG COMI1eTve UYUcURE O BURIED PEIYpW %�' m LL, 1 - C - �� 1 11P- ROUTE IG • GROUNCIMO MROUC N • O/l' OMIMT TO "M PERYETER GROUNDING Fl PrrNRr p] a 0 [] 0 Ci I LS 3 ROUTE OROUMCINO CCNQUO RO SuR PERIET a w a InSIRUMEMTFTpM/CpRRCI 6Rp.NNNG ELEC DE SEE ONE-UNE IWRMI x WCr S RK r0 HW S. $_ PLAM PpR COelTNLUPON O ROUTE (2) Y M HNI CONDUITS FROM ro PLC LNENEf- EA, VI DLE p SEE Qe rE (z) r conouRs FlmM PULL aox ro M.nHOLE MR i E 1:7 E V "UcTVw SBE LIpi K/MIBC. POSER cmum. �f ROUTE II/c A1G GROUHONG cOHdrCfOR FROM OUCTRWN U z POKER OUCT BWK SEE POIhlL MN//I::H��IXE BM6"A i w�Rnnwn[—R�i i E L/ 8 I STUB -UP SPME COIOUBS (V WAN14OLEAMDOL1) AND LAP •T T2' &FF- I 1 B NO IN MWCLE/EIYCNO E, N T PER OETNL SHEET E-� pp� 1� ROUEE Z' OMPUN FROM Y T TO MNM GENERATOR COHTA]L PwEL S ] FLOOR PLAN (MAIN ELECTRICAL BUILDING) - POWER'„:' 3 P BNr 6 CRE INCH ON oMGINLL OPAMINO. 555 ONE INCH I SHIED 0. E1611K£R N Y_ 1%ma WELiaD 0. B6IMSR NENED & OEIAALEG ATTACHMENT 30-AD3 - E-=' A. ubbock 1EXAS ADDENDUM 4 Engineer's Addendum No.4 RFP 14-12048-TF Northwest Water Reclamation Plant DATE ISSUED: November 5, 2014 CLOSE DATE: November 13, 2014 at 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Engineer's Addendum 4 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 TKFloresg,!Eylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, *76A& 74n" 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. 0425-013-04 ADDENDUM NO.4 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF LUBBOCK, TEXAS NORTHWEST WATER RECLAMATION PLANT RFP 14-12048-TF CONTRACT NO. 12048 PROJECT NO. 922221.9242.30000 TO: PROSPECTIVE OFFERORS AND PLAN HOLDERS The Plans, Specifications, and Contract Documents shall be modified as required by the following items: Item 4-1 ADDENDUM 3, ITEM 3-3: Delete specification section 01100 1.10 C, which was previously added in Addendum 3 (pertaining to overtime pay for the Resident Project Representative). Item 4-2 ADDENDUM 3, ITEM 3-6: At the end of 02001 2.12 A. added in Addendum 3 add the following sentence: "Materials that meet the City of Lubbock's specification for item 8.8.02 Flexible Base (Caliche) with a plasticity index of 5-12 will be allowed in lieu of TxDOT Item 247. Materials that meet the gradation requirements for TxDOT Item 247 Grade 3 will not be allowed." Item 4-3 Specifications, PROPOSAL SUBMITTAL FORM: On page 3 of the form, in the table for identifying manufacturers for certain equipment, add a footnote callout "" to the end of "BLOWER, POSITIVE DISPLACEMENT (11240):" and in the footer of the page add the following: The blowers specified in Section 11240 have not been preselected and shall be included in the total for proposal Item No. 1. These blowers can be found on sheet M-650, and are different blowers than the preselected blowers for the MBR system described in proposal Item A2." The proposal form will be reissued in a future addendum to incorporate this change and a price for the allowance for SCADA integration in Item 14. Item 4-4 ADDENDUM 1, ITEM 1-17: Delete this addendum item in its entirety. Instead refer to the reissued sheet S-502, that is a part of this Addendum. ADDENDUM 4 - PAGE 1 of 10 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum 41Addendum4 2014-11-04.docx 0425-013-04 Item 4-5 Specifications, Section 05120 — STRUCTURAL STEEL: Before the period at the end of 1.2 B. 1. c. add the following ", where specifically noted on the drawings and in the specifications" Item 4-6 Specifications, Section 05500 — METAL FABRICATION: Delete Paragraph 2.14, Items A — D and replace with the following: "A. Finish No. 1 (Hot rolled, annealed and passivated), unless noted otherwise. Delete Paragraph 2.15, Items A — C and replace with the following: "A. Mill finish, unless noted otherwise. Item 4-7 Specifications, Section 09910 — PAINTING AND PROTECTIVE COATINGS: Delete Paragraph 3.07, Item G in its entirety and replace with the following: "G. Galvanized Ferrous Metal and Non -Ferrous Metal, Interior: (Not Used)" Delete Paragraph 3.07, Item I and replace with the following: "I. Galvanized Ferrous Metal, Interior and Non -Ferrous Metal Submerged or Intermittently Submerged: (Not Used) Item 4-8 Specifications, Section 11381 —AERATION SYSTEM, FINE BUBBLE ❑IFFUSER: In Paragraph 2.2, Item B, delete "304L" and replace with "316L". In Paragraph 2.2, Item C.1.a.3, delete "304" and replace with "316". Item 4-9 Specifications, Section 15010, BASIC MECHANICAL REQUIREMENTS: In item 2.1 A. delete the following: "and equipment of domestic manufacturer," Item 4-10 Specifications, Section 15104, CHECK VALVES: After 2.2 A. 2.c. add "d. Valmatic." After 2.3 A. 4.c. add "d. Valmatic." After 2.5 A. 5.c. add "d. Valmatic" ADDENDUM 4 - PAGE 2 of 10 F:"ojectsl04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum 4Wddendum4 2014-11-04.docx 0425-013-04 Item 4-11 Specifications, Section 15139, ELECTRIC OPERATOR: In item 2.1 A. 2. After `with PT" add " or WG". Item 4-12 Specifications, Section 15800, PIPING SYSTEM, INSULATION: Make the following changes to the PIPE INSULATION SCHEDULE in Part 3.10: Delete the row for "BLOWER AIR PIPING' Delete Note 4 in its entirety and replace with the following: -A. Water and wastewater pipes include all pipes conveying any liquid." Item 4-13 Specifications, Section 17520, INSTRUMENTS: Change the tag number for the Ammonium/Nitrate Analyzer from 600-AIT-102 to 500-AIT-102. Item 4-14 Plans, Sheet G-002, INDEX TO DRAWINGS (Seq. 2 of 434): Add the following to the index to drawings, in the appropriate location: "284A C-906 CIVIL STANDARD DETAILS VIP" Item 4-15 Plans, Sheet G-008, PIPE MATERIAL AND PIPING NOTES (Seq. 8 of 434): At the end of Note 17 add the following: "MECHANICAL JOINT FITTINGS ON PVC PIPE SHALL ALSO HAVE AMINE CURED EPDXY LINER. ALL DUCTILE IRON FITTINGS FOR BURIED SERVICE SHALL HAVE A BITUMINOUS COATING." Item 4-16 Plans, Sheet G-009, ABBREVIATIONS (Seq. 9 of 434): In the PIPING CONNECTION INDEX add the following in the appropriate alphabetical location: "RFA RESTRAINED FLANGE COUPLING ADAPTER" Item 4-17 Plans, Sheet G-027, MBR CIP SYSTEM P&ID (Seq. 27 of 434): Delete Sheet G-027 in its entirety and replace with ATTACHMENT 1-AD4. ADDENDUM 4 - PAGE 3 of 10 F:"ojectsl04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum 41Addendum4 2014-11-04.docx 0425-013-04 Item 4-18 Plans, Sheet G-036, VALVE SCHEDULE (Seq. 35 of 434): Add the following notes: "2. VALVE SCHEDULE CONTAINS ONLY VALVES 4-INCHES AND LARGE AND VALVES WITH MOTOR OPERATORS OF ALL SIZES. VALVE SCHUEDLE MAY NOT BE ALL INCLUSIVE. REFER TO P&IDS AND MECHANICAL SHEETS FOR VALVES. 3. IN THE FURNISHED BY COLUMN GC = GENERAL CONTRACTOR AND PES = PRENEGOTIATED EQUIPMENT SUPPLIER." Add the following to the valve schedule: 500-V-111 14 BFV FE MBR G-025 OPEN MANUAL UPPER EXPOSED NEW GC GALLERY PERMEATE ISOLATION 500-V-112 14 BFV FE MBR G-025 OPEN MANUAL LOWER EXPOSED NEW GC GALLERY PERMEATE ISOLATION 500-V-121 14 BFV FE MBR G-025 OPEN MANUAL UPPER EXPOSED NEW GC GALLERY PERMEATE ISOLATION 500-V-122 14 BFV FE MBR G-025 OPEN MANUAL LOWER EXPOSED NEW GC GALLERY PERMEATE ISOLATION 500-V-131 14 BFV FE MBR G-025 OPEN MANUAL UPPER EXPOSED NEW GC GALLERY PERMEATE ISOLATION 500-V-132 14 BFV FE MBR G-025 OPEN MANUAL LOWER EXPOSED NEW GC GALLERY PERMEATE ISOLATION 500-V-141 14 BFV FE MBR G-025 OPEN MANUAL UPPER EXPOSED NEW GC GALLERY PERMEATE ISOLATION 500-V-142 14 BFV FE MBR G-025 OPEN MANUAL LOWER EXPOSED NEW GC GALLERY PERMEATE ISOLATION Item 4-19 Plans, Sheet C-005, YARD PIPING PLAN NORTH (Seq. 42 of 434): Delete Sheet C-005 in its entirety and replace with ATTACHMENT 2-AD4. Item 4-20 Plans, Sheet C-006, YARD PIPING PLAN SOUTH (Seq. 43 of 434): Delete Sheet C-006 in its entirety and replace with ATTACHMENT 3-AD4. ADDENDUM 4 - PAGE 4 of 10 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addend= 4Wddendum4 2014-11-04.docx 0425-013-04 Item 4-21 Plans, Sheet C-007, YARD PIPING PROFILES I (Seq. 44 of 434): Delete Sheet C-007 in its entirety and replace with ATTACHMENT 4-AD4. Item 4-22 Plans, Sheet C-008, YARD PIPING PROFILES II (Seq. 45 of 434): Delete Sheet C-008 in its entirety and replace with ATTACHMENT 5-AD4. Item 4-23 Plans, Sheet C-009, YARD PIPING PROFILES III (Seq. 46 of 434): Delete Sheet C-009 in its entirety and replace with ATTACHMENT 6-AD4. Item 4-24 Plans, Sheet C-010, YARD PIPING PROFILES IV (Seq. 47 of 434): Delete Sheet C-010 in its entirety and replace with ATTACHMENT 7-AD4. Item 4-25 Plans, Sheet C-011, YARD PIPING PROFILES V (Seq. 48 of 434): Delete Sheet C-011 in its entirety and replace with ATTACHMENT 8-AD4. Itam A-7R Plans, Sheet C-012, YARD PIPING PROFILES VI (Seq. 49 of 434): Delete Sheet C-012 in its entirety and replace with ATTACHMENT 9-AD4. Item 4-27 Plans, Sheet C-013, YARD PIPING PROFILES VI (Seq. 50 of 434): Delete Sheet C-013 in its entirety and replace with ATTACHMENT 10-AD4. Item 4-28 Plans, Sheet C-015, IRRIGATION PLAN (Seq. 52 of 434): Delete Sheet C-015 in its entirety and replace with ATTACHMENT 11-AD4. Item 4-29 Plans, Sheet C-016, LANDSCAPE PLAN (Seq. 53 of 434): Add note: "REFER TO C-002, ATTACHMENT 4-AD3, FOR LOCATION OF DETENTION POND." ADDENDUM 4 - PAGE 5 of 10 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum 41Addendum4 2014-11-04.docx 0425-013-04 Item 4-30 Plans, Sheet M-050, UPPER LEVEL — PLAN (Seq. 67 of 434): Delete Sheet M-050 in its entirety and replace with ATTACHMENT 12-AD4. Add the following general note to ATTACHMENT 12-AD4: 1.9. FOUL AIR PIPING NOT SHOWN FOR CLARITY. REFER TO M-056 FOR FOUL AIR PIPING." Item 4-31 Plans, Sheet M-055, SECTIONS (Seq. 72 of 434): In Section E, on the buried portion of the 161RSIPVC line, delete the centerline elevation callout of "3236.41 " and replace with "3237.00". In Section F, on the buried portion of the 201RSIPVC line, delete the centerline elevation callout of "3236.21 " and replace with "3237.00". Item 4-32 Plans, Sheet S-051, TOP PLAN AND SECTIONS (Seq. 75 of 434): Delete Sheet S-051 in its entirety and replace with ATTACHMENT 13-AD4. Item 4-33 Plans, Sheet S-055, SECTIONS (Seq. 79 of 434): Delete Sheet S-055 in its entirety and replace with ATTACHMENT 14-AD4. Item 4-34 Plans, Sheet M-101, PRELIMINARY TREATMENT SYSTEM, UPPER LEVEL — ENLARGED PLANS (Seq. 95 of 434): Delete Sheet M-101 in its entirety and replace with ATTACHMENT 15-AD4. Item 4-35 Plans, Sheet M-103, PRELIMINARY TREATMENT SYSTEM, LOWER LEVEL — KEY PLAN (Seq. 97 of 434): Add the following note: "3. CONCRETE ENCASE THE 361SRSIDIP PIPE PER STANDARD DETAIL 100, UNDER THE ROAD AND TO AN EXTEND 5 FEET BEYOND THE ROAD ON BOTH SIDES." Item 4-36 Plans, Sheet M-109, PRELIMINARY TREATMENT SYSTEM, SECTIONS III (Seq. 103 of 434): Delete Sheet M-109 in its entirety and replace with ATTACHMENT 16-AD4. ADDENDUM 4 - PAGE 6 of 10 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addend= 4Wddendum4 2014-11-04.docx 0425-013-04 Item 4-37 Plans, Sheet M-120, FOUL AIR PIPING PLAN (Seq. 108 of 434): Change the valve tag numbers as described below: 100-DMP-151 to 350-DMP- 151 100-DMP-152 to 350-DMP- 152 100-DMP-153 to 350-DMP- 153 100-DMP-161 to 350-DMP- 161 100-DMP-162 to 350-DMP- 162 Item 4-38 Plans, Sheet S-110, STRUCTURAL BUILDING SECTIONS (Seq. 121 of 434): Add the following note: "WHERE COMPACTED SELECT FILL TXDOT FLEX BASE IS USED, MATERIAL SHALL BE PER 02001 PARAGRAPH 2.12". Item 4-39 Plans, Sheet S-121, STRUCTURAL BUILDING SECTIONS AND ❑ETAILS (Seq. 126 of 434): In Section A add the following note: "WHERE COMPACTED SELECT FILL IS USED, MATERIAL SHALL BE PER 02001 PARAGRAPH 2.12 or PER PARAGRAPH 2.13". Item 4-40 Plans, Sheet M-400, SECONDARY TREATMENT AREA PLAN (Seq. 133 of 434): Delete Sheet M-400 in its entirety and replace with ATTACHMENT 17-AD4. Item 4-41 Plans, Sheet M-404, SECONDARY TREATMENT AREA PLAN (Seq. 133 of 434): In Section 0, an the 121DIDIP pipe, add a flowline elevation callout of 3238.20. Item 4-42 Plans, Sheet M-505, SECTIONS (Seq. 164 of 434): Add Note 6: "6. CONTRACTOR SHALL MAKE THREE CONNECTIONS TO EACH MEMBRANE UNIT FURNISHED BY THE PRENEGOATIATED EQUIPMENT SUPPLIER, TWO FOR FIE CONNECTIONS AND ONE ALP CONNECTION. ALL THREE CONNECTIONS SHALL UTILIZE A 3-INCH FLANGE. PRENGOTIATED EQUIPMENT SUPPLIER FURNISHES ALL PIPING INSIDE THE BASIN FROM THE LINE SHOWN IN SECTION L. CONTRACTOR FURNISHES ALL OUT OF BASIN PIPING AND THE PIPING THROUGH THE WALL TO THE FLANGED CONNECTION ON THE 90 BEND UP TO THE LINE INDICATING PIPE BY CONTRACTOR. CONTRACTOR SHALL INSTALL ALL PIPING." ADDENDUM 4 - PAGE 7 of 10 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum 41Addendum4 2014-11-04.docx 0425-013-04 Item 4-43 Plans, Sheet S-501, SECTIONAL PLAN a@ ELEV. 3245.00 (Seq. 167 of 434): Delete Sheet S-501 in its entirety and replace with ATTACHMENT 18-AD4. Item 4-44 Plans, Sheet S-502, SECTIONAL PLAN a@ ELEV. 3263.00 (Seq. 168 of 434): Delete Sheet S-502 in its entirety and replace with ATTACHMENT 19-AD4. Item 4-45 Plans, Sheet S-507, SECTIONS (Seq. 173 of 434): Delete Sheet S-507 in its entirety and replace with ATTACHMENT 20-AD4. Item 4-46 Plans, Sheet S-508, SECTIONS (Seq. 175 of 434): Delete Sheet S-508 in its entirety and replace with ATTACHMENT 21-AD4. Item 4-47 Plans, Sheet S-519, STRUCTURAL DETAILS (Seq. 185 of 434): Delete Sheet S-519 in its entirety and replace with ATTACHMENT 22-AD4. Itam A-Aq Plans, Sheet S-533, STRUCTURAL BUILDING SECTIONS (Seq. 217 of 434): Add the following note: "WHERE COMPACTED SELECT FILL TXDOT FLEX BASE IS USED, MATERIAL SHALL BE PER 02001 PARAGRAPH 2.12". Item 4-49 Plans, Sheet S-534, STRUCTURAL BUILDING SECTIONS (Seq. 218 of 434): Add the following note: FOUNDATION NOTE: CONTRACTOR CAN SLOPE/TRANSITION THE BOTTOM OF THE FLOWABLE FILL FROM 3231 to 3233 STARTING APPROXIMATELY 10 FEET EAST OF THE TRANSITION FROM THE MBR GALLERY SLAB (LOCATED T-10" WEST OF COLUMN LINE C). In Section A change the elevation of the TISLAB from EL 3241.50 to EL 3242.00 Item 4-50 Plans, Sheet M-560, WATER AND DRAIN PIPE AREA PLAN (Seq. 230 of 434): Delete Sheet M-560 in its entirety and replace with ATTACHMENT 23-AD4. ADDENDUM 4 - PAGE 8 of 10 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum 41Addendum4 2014-11-04.docx 0425-013-04 Item 4-51 Plans, Sheet S-610, UV BUILDING SECTIONS (Seq. 251 of 434): Add the following note: "WHERE COMPACTED SELECT FILL TXDOT FLEX BASE IS USED, MATERIAL SHALL BE PER 02001 PARAGRAPH 2.12". Item 4-52 Plans, Sheet M-650, MECHANICAL BUILDING PLAN AND SECTIONS (Seq. 258 of 434): Replace the callout "6" SS BUTTERFLY VALVE (TYP.)" with "6" BUTTERFLY VALVE (TYP.)". Item 4-53 Plans, Sheet S-652, MECHANICAL BUILDING SECTIONS (Seq. 261 of 434): Add the following note: "WHERE COMPACTED SELECT FILL TXDOT FLEX BASE IS USED, MATERIAL SHALL BE PER 02001 PARAGRAPH 2.12". Item 4-54 Plans, Sheet S-810, MAIN ELECTRICAL BUILDING SECTIONS (Seq. 266 of 434): Add the following note: "WHERE COMPACTED SELECT FILL TXDOT FLEX BASE IS USED, MATERIAL SHALL BE PER 02001 PARAGRAPH 2.12". Item 4-55 Plans, Sheet A-900, ROOM FINISH SCHEDULE (Seq. 273 of 434): Modify room schedules to reflect resilient base is required at ALL gypsum board finished walls at the following locations: PTU Electrical Bldg — Room 10-105 Mechanical Bldg Electrical Room 65-102 UV Electrical Bldg -Room 60-101 Main Electrical Bldg — Room 80-101 MBR Structure — Office 52-104, Control 52-201, Electrical 52-202, and Stair 52-203 Item 4-56 Plans, Sheet C-903, CIVIL STANDARD DETAILS IV (Seq. 282 of 434): Detail 125: BLOCK AND BLEED ASSEMBLY FOR PLANT WATER, replace the note "PVC BALL VALVE" with the note "PLUG VALVE WITH 2-INCH NUT" Item 4-57 Plans, Sheet C-904, CIVIL STANDARD DETAILS V (Seq. 283 of 434): Add notes to the following details: Detail 114: BACKFLOW PREVENTER SHALL BE 6-INCH. Detail 115: IRRIGATION BACKFLOW PREVENTER SHALL BE 3-INCH. ADDENDUM 4 - PAGE 9 of 10 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum 41Addendum4 2014-11-04.docx 0425-013-04 Item 4-58 Plans, Sheet C-905, CIVIL STANDARD DETAILS VI (Seq. 284 of 434); Delete Sheet C-905 in its entirety and replace with ATTACHMENT 24-AD4. Item 4-59 Plans, Sheet C-906, CIVIL STANDARD DETAILS VII (Seq. 284A of 434) Add ATTACHMENT 25-AD4 (Detail 119) onto a new standard detail sheet C-906. item 4-60 Plans, Sheet M-901, MECHANICAL STANDARD DETAILS II (Seq. 293 of 434): Detail 348: FLUSH MOUNTED PIPE SUPPORT, add the following note: "4. CONCRETE ANCHORS CAN BE USED IN LIEU OF A Z FITTING & EXPANSION ANCHORS." Item 4-61 Plans, Sheet M-905, MECHANICAL STANDARD DETAILS V€ (Seq. 297 of 434); Add ATTACHMENT 26-AD4 (Detail 322) onto standard detail sheet M-905. Item 4-62 Plans, Sheet S-932, STRUCTURAL STANDARD DETAILS VIII (Seq. 320 of 434): Delete Sheet S-932 in its entirety and replace with ATTACHMENT 27-AD4. All items in conflict with this addendum are hereby deleted. THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. ALAN PLUMMER ASSOCIATES, INC. TBPE Firm No. 13 r_.JOSHUA P. FRISING ER.. O Joshua P. Frisinger, P.E. A �g75�5 e November 4, 2014 lx 9 11 =��•,r tr?q0!; '4'CEF SS9- - �t11 SIO WE ADDENDUM 4 - PAGE 10 of 10 F.lprpjectsl0425%013.04 Advertisernent&BidDocumentslN M'RP_PEanVAddendum 4Wddendurn4_2014-1 i-04 o0ex ® tE x 1 Iniwaa a re "a wino" sn*vs rCWK SWAM L _ aax eoarux - --------------- - — — oapMc refa U — — — CITY OF LUBBOCK TEXAS NORTHWEST WATER RECLAMATION PLANTASSOCIATES- o o o PHASE I + B R 4 s m ua. na>E nen�on ma's" Ka'imn. crcw 3; GENERAL M♦3R CIP SYSTEM P&Ip CITY OF LUBBOCK,vns v .snwn vue sun ew �mxrwnRmrExns "4 a' ::�•i TEXAS +uo�srw rnnan:ii*-�.iwo vnxem+�ro-ibe Tore r+n Fii 16/RS/PYC CIGM11EI 20.16 REDUCER20/RS/%2WAS PIPECER HEADER AT PTU PIPE42/RS/DP 42AS/WFE _ Jc DETAIL 1 SCALE 1' = 3•- ,a TE6E l L E° Au PLUG 111_ E 12' I. PLUG 10ALNE (400.V-102) [40U-V-1D1) DETAIL 2 SCALE: 1- = 1'-B' E SHT. M-4DO FOR ADDTON& INFORMATION N= I. REFER TO 0-007 AND G-006 FOR ADDH1011AL NOTES. 2. OFFSRE PIPELINES B4 OTHERS, CONNECT TO ON -SITE PIPES 20 FEET WEST OF PROPERV LINE EXCEPT 12/POV/%CG l S. SEE IRRIG4TON DRAWINGS FOR CCHTNI/ATION. 4. INSTALL FENCE PER SPECIFICATION SECTON 02825 AND PER THE DETAILS ON SHEET C-05. REFER TO ARL1iDECNRAL DRAWINGS FOR ENTRANCE CATE DETALS. 5. SEE GRADING PLAN FOR ONERFLOW PIPE. POND ORAIWZE PIPE SHALL BE 8-INCH. NOT 24-INCH SHOWN ON GRADING PLW. 1� N 831.32 PROPERTY UNE E 1414.58 FL-3228.OG I SEE NOTE 5 S PERIMETER FENCE (SEE NOTE 4) W SEND E=3227.91 �\ 6' VALVE N W-12 E 1414.3a Ti VALVE 0 1.4 •1 1 NC�45' BENO I FL=322].]S I I N 8908] E 1i3S01 I ❑ URGE 6TC © I I RELTPlE 12' I MJ PLUG RP2 RPI AND COTNELT PVC STUB. of TO 12' OTHERS 67 MJ PLUG 1 N N&B4 I I a r PVC E 126E-50 [rn mnERs S PN E 6'=3234. E 6'-sass-69 I N 797.E4 N 800.9E E 136420 E 1266.50 I E=3233. SEE NOTE 3 i N E 1269�26115D I I I I I I I I I I I I I I I I I I I I I I I � I I I 30- NJ PLUG E 8'-3231.72 STA 3+0222 N 24x30 REGMCER N 628.36 E 1162.69 ETAB 50 30 $TA 1+23-f0 N 829.86 E 134&51 150' BUFFER E � I YARD PIPING PLAN NORTH — PHASE 1A SALE 1' = 30' _ _ I 60RIp �OTMWINC� S ONE INCH ORAN1 FIC NEO,m JPF REHEKO OAO ATTACHMENT 2-AD4 � c—vas SEE SHT. M�00 OONHEGT TO TTAC H M E NT 3-A 14 (' FO"�° C-005 I�AATCHLJNE H 5S205 '' W FL 6'-32]6A6 RiYlf NORTH T E-523].33 a Md SEE '4 ADDIOOHIL INFLYtlMTm E 1257.36 FL 1e"`3231.D3 N 169A7 E 105-1 Z STA 6+ 7 OOHNECT 0 N 904.1s E B01.99 N 567.57 E 91769 FL�271.4 =323]'Sy 52�0s-33 % 6 D RC YH-p yH FL 6' CONNECT ro ft 12'- 7 ILOS I iN 1 It n MH-23 YH-1 6 - [-3237.36 N 520.54 5TA I. E 1093. 11 .27 508- 19 STTWC 112'- ]•� 5L" OUT d. L f N 58],57 E 909.06 SEE 6HT- y_� N 5 553231-1 E N1093.44 =5236.80 52055 11 3.27 H 370.23 E 1126&50 N 367 N S6BB� E 13i2A1 STA 1+15.86 H 5]6.56 FOR ILV1gNnL •� INFOEAIATIOH 0 E f096.]4 zS23].SQ F 500.61 N 35. 39-98 FL=3i3i-93 %1 PERIMETER FENCE y� 13 0 30 60 6 f E =B.W3 E-321 12-E=32J8.56 E-�'�-17 �e'ffi 920A68.50 =3Z36. 1 .27 E H 492-36 N A i 233.03 5Lig5-65 559.98 E 1XM-LO f=' 3g'2 1 GRAPHIC SCALE 1' - 30' $q 5+57,8p N 552.97 E E 107]381 2NI E 99]26 E 1086.76 11 r , BUFFER 20HE E 902-01 m 81216.6 E-7.Q34.26 - E f 4 �/� 6' FL-32 17 1 [-3237.52 N 508.19 494.39 H 496.60 E 930. / ll- E 1077,61 T N L+Li v1 7.53 5=01 E 12"SO A 1+00 16/i1�1PVC STA 2+66.37 2/1/9/PAC 1 E 909-05 E 11 E 12 eg5B Tex 1 AL/PVC 1.47 FL-5237.03 '� v ,� 2+37-33 44 3 MH-6 I6/O/PV� MH- N 1 134LSI STATE PLANE COOR01NATES: E 670,71 MH- E=3235.53 -15 N 7297715.22 �7 STA 3+54,27 STA 2+93.15 H-4 STA 5+9 36 FF CP NOTE 0 49L.38 1 E 926721.62 a N 479-07 N 4 9LO7 E 901A9 N 479,97 N 109.97 E 1� E 1'.A1.40 10 WANT COORpNATES: Y pa E 1032.31 E 1161.47 STA 0.32. 0 N g46.}2 24 F �31 A 2,00 �2p6 11 STR 2-F31.47 I N L78A9 E 1L80-ov pad Y7 E 1116.- 1165-26 L/PN =3215-3 E 13d6.51 (STATE z� STA 2+32.37 STA 3+61. STA 1+76.11 N 466-82 PLANE COCRpWVTE5c FFF N 458.71 H 567-47 H i16.91 E 1268.50 1 N 729770127 E 896.33 E 987.56 E 1118.81 =3236-ov E 926721.16 TL=3237.18 N 448-3L Si A 2+20.0 H 1+3L-33 97-i1 STA 1+O $TA 1+69 1� fe o Y H 113-21 E 1301.4CI 6 POi P'YC FL-3257.46 E 901 362.52 E•� N 387.41 N,yY PLANT 14 f ` .99 '3 1035.E E 11 3 E 116333 A 1+ 30/FA 6'-]235.50 1 . 'i0` mHFRSj -COORDINATES; E 1ie0-ov _ - L F F H 388.91 E 1185. E 1268,60 A 3+W,57 H 361 A7 N 357w7 E 1313.91 LARGE OCNESTX: A 2+16-i7 STA 1�•W N J66-91 1+1i.14EN �.91 E 98726 A 3+28.43 METER TAP STA S+i6.m 1668. H 361.n E 1116H3 • 0 H 551.77 1 W OTHERS] PROPERTI LINE E 1093.48 16/RS/PVC 1 1 © I 1 NOTES: - 20 E=3236.E E 96].56 SEE NOTE 61 N 325.91 E 951-24 STA 3+n N 361.40 f E-3236.90 1 H A 96.1E 11- REFER TO CJ05 FOR OR AL NOTES- F. E SHf- Y-1O0 5EE NOTES E t0O9,13 1 IOD N MD` H 4]9.9] $A 2+43.9 E 40 371 N 361,g0 STA 1.77 STA 1+36-33N Syt•77 FOR ADOOILw11 NFORwnOH E 13 6-7] T ® 2- OFFSRE WPEUHq W OTFIERS, a = E 956.Y4 E 108682 N 34D-19 E 1C85A8 119.63 4' W CONNECT TO ON-STTE PIPES 2O FEET NEST of PROPERTY uNE. r 30 F PVC LL IN-5257.63 MH-13 STA 2+16.2 STA 1+61 N 3L0-79 f06S20 1378.$319 _2 FL 12'-3214.51 IH _ 0Vf 1 EXCEPT 12/POi/PVC. ❑ N FL WT-3237,62 N 325.81 N 294,14 E 1006,7] E 1080.6] a YH- 5.28 MH- 1 N 312.45�4.41 E +4]5m 3. CH OPrIH UNES INTO YWHOLE F Z E 901.99 N 263.0E E 95274 N 29L-14 E 1074-37 N ]00. �'� E 1 PROy9E WCNBILL ELAMERIC CHECN VALVE wfTH FUNGE N .7 E 1125.D3 2+02�56 d' 97.53 ACCORDANCE WRH SPECIFICAMONI 36/S 329,i9 1185.28 •6 370.02 1 151 oL- 30 F PVC FL-3239.00 CONNECT TO 1+17.1] STA 1+ I�pg NECT TO REIA15 4- CONTPACTCR'S PIPE COHN.. K Q UC7 E=3237.ffi 1/P1'1/ ONO, E 930.42 N 26305 H H 301-6J ].01 Fl 5'�T222.1 FL 12--3S23A2 N ]12A6 SHALL MATCH PPE MATERAL FOR a P" Q a [-323],g8 E271 N 285.08 E 110595 E f 62-fi 8 E 1358.5 IX 30]-S.T E 1]]6.]0 OUTFALL PIPE - RCP, CCFRP, OR PVC. E 269-1` E f074-5] 8EE &+f. M-201 FDR STA 1+00 E 135221 O F .W E 920.42 E H3271-HO E 271m NT273.916-03 E 100E E=3239- E 1080.60 3 TA 1+W N 273.91 AWOICLNL E 1104-76 INTORMATIDN ST N 313-60 E 13L8.69 1 1 1+00 2i /PVC X 266"7 S 5. SEE IRRIGATION OPAWIHOS FOR COHTHLV1nOH. 6. ATTACH A L-INCH TALL 31655 PLATE TO THE ENO OF THE L kkU--�� O } - L H 1 1 FL-323G02 N 27180 E 999.LY I 1+00 1 SVCE 1352.21 j 1+621 24 /PAC STA 1+27. 3.80 M 313.80THE 86.99 E 1321.31 1 1 24/0/PW AS R ENTERS THE RWWPS. GROui SLOPE INSIDE PIPE FROM THE PLATE 6ACy uPSTREAN AT A SLOPE OF 1:6 8 1 / 3 ] 2 SEE F/OTE 5 Si ri � rTftN15 OHE FROY T�I1E PIPE 3 ] INVERT UP TO THE PLATE, 3 3 _b E N XSS v E 111667 ••J]iL1 3 3 E 999.4Y 3 3 1 N 146.02 -- -------- ------___--- --- ---------- -- ---- ------ - ----- 9T5d-6..4ea 1312 E 997.57 1 3 a t E=3278.35 N 146.02 ONNECi TO ATURAL 3 3 E 1090.60 E-1Y36.00 REMOVE 1' Mi PLUG CAS PPEUNE 9Y OTHER 3 3 1 FL-323L5 H 14602 AND CON ECT TO 11' N 92.90 E 117M7 E 126&50 PVC N 13588 (9Y OTHERS) E 1502-66 3 3 3. 3 3 5 E 1450. 1 3ANO HOPE 3 4 • 2 _FL-3237.70 H 92.90 3 4 3 41 E 996-36 8' PLUG VALVE WRH VALVE fiv% � 1 STA 4+62.96 N 40.00 1 E 1460.00 3 4 13 4 1 6W R ONE INCH ON Crar,INA1 oRroxNc 3 i 1 .1 . 2'. E 1178.61 STA 31-6 .5S WE INCH i 3 3 ® X 40.00 E 136E STATE PLANE COORDINATES: N 729=I 35 O[Sw:ELL .PF i 3 3 E 92670].67 d1nNN FJC 3 3 1 . 4 SEE HOTS 2 9/0 PVC W-14 PLAINT COORDINATES: CH[d� 00 6EVEtEO OrIl I ON 3 3 . 4 I N 40-00 W; 1 E 1480.00 3 ] 2YARD PIPING FLAN SOUTH - 3 3 2 1 SCALE: 1' = 30' 0425-013-01 ®wwwwwwwwwwwwwwwwwwwrwwwwwA i J J ® ? T wwwwwwwwwwwwwwwwwww�wwwww wwwwwwwwwwwwwwwwwww�wwwww wwwwwwwwwwwwwwwwwww�wwwwwwwwww _ J y wwwwwwwwwwwwwwwwwww�wwwwwwwwww . wwwwwwwwwwwwwwwwwww�wwwwwwwwww wwwwwwwwwwwwwwwwwwwrwwwwwwwwww :. wwwwwwwwwwwwwwwwww■wwwwwwwwww L { ^ wwwwwwwwwwwwwwwwwww�wwwwwwwwww J r j __ .. wwwwwwwwwwwwwwwr■sr+�*.�-w•wrwwwwwwwwww wwwwwwwwwwwwwwr�wwww�wwwwwwwwww® ®wwwwwwwwwwwwwww►�wwww�wwwwwwwwww wwwwwwwwwwwwww►��w�wwwwwwwwww _ wwwwwwww�4(Glwwwwwww■ lww■wwi(G(G��wwwwww wwwwwwwwwwwwwwwww■� w�wwwwwwwwww wwwwwwwwwwwwwr:�:rwww■rwwrwwwwwwwwww wwwwwwwwwwwwwraww�■ �w�wwwwwwwwww "'M wwwwwwwwwwwwwr�sw�■ uw�wwwwwwwwww wwwwwwwwwwwwwr��w�■ �w�wwwwwwwwww ®wwwwwwwwwwwwwrasww■ �ww■wwwwwwwwww® wwwwwwwwwwwwwr�wrw�■ �w�wwwwwwwwww wwwwwwwwwwwwwrrwew�■rw�wwwwwwwwww wwwwwwwwwwwwwrrw�w_�_■rw�_w_w_w_w_w_w_w_w_w_w_ HE wwwwwwwwwwwwwww�■ rw�wwwwwwwwww®IIIJB ®wwwwwwwwwwwww�.:...ww■rww■wwwwwwwwww wwwwwwwwwwwwwww�■ �w�wwwwwwwwww wwwwwwwwwwwwwww�■ �w�wwwwwwwwww wwwwwwwwwwwwwww�■�w�wwwwwwwwww wwwwwwwwwwwwwww�■ �w�wwwwwwwwww wwwwwwwwwwwwwww�■ �w�wwwwwwwwww wwwwwwwwwwwwwwww■ �ww■wwwwwwwwww wwwwwwwwwwwwwww�■ �w�wwwwwwwwww wwwwwwwwwwwwwww�■ �w�wwwwwwwwww �w�wwwwwwwwww wwwwwwwwwwwwwww�■ �w�wwwwwwwwww® ®wwwwwwwwwwwwwww�■ wwwwwwwwwwwwwww �■ �w�wwwwwwwwww wwww�wwwwwwwwww■rw�wwwwwwwwww wwww��rrm�wwwwwwwwww■�w�wwwwwwwwww wwww�wwwwwwwwwww■�ww■wwwwwwwwww wwww�wwwwwwwwwwww■�w�wwwwwwwwww www��wwwwwwwwwwww■�w�wwwwwwwwww � • wwwwwiwwwwwwwwwwww■rw�wwwwwwwwww wwww��wwwwwwwwwwww■�w�wwww�wwwww wwr►�ww�wwwwv�����wwwww■rw�wr�ra:��isJ��wwwwww wwn�w■r�wwwww,■��������.•�������wwwww www�rwwwwwwwww�wwwii��wwww�wwwwwww �� wwwwwwwwwwwwwwww■■w�wwww�wwwwwww •� wwwwwwwwwwwwwwww�ww■w�wwwwlwwlwwwww ®wwwwwwwwwwwwwwww�iiw�wwwwlwwlwwwww® wwwwwwwwwwwwwwww�ww■w�wwwwlwwlwwwww www��wwwwwwwwwwww�ww■w�wwwwlwwlwwwww www�k�wwwwwwwwwwww�ww■w�wwwwlwwlwwwww wwwl4iwwwwwwwwwwwww�ww■wwwwl�wwwww wwwl�wwwwwwwwwwwww�ww■w�wwwwl wwwww www�rw•wwwwwwwwwwwww■w�wwww�wwwww wwwr�rwwwwwwwwwwwwwr�rrru�wwww.� wwwwa�w•wwwwwwwwwwwwl��c�:i�wwww. _ • wwwww wwwww wwwww ®wwwR�wwwwwwwwwwww�l�A—f���wwwwY wwwwwwwwwwww r.■wrwwww 3+f9 fg. MM --■�aiai■i�i■ tlfi���lT.71:r1T-TS�7.T.T!���------------� 4+0 11 I - HEADER . 42JRS ��i[ii7Ewrf,�E�s��Frf:��■�GR7��■9[R7G���IRi������������ ��l�k ?a�� L ■:���E�C 1i>!F ��■yf ■L�� CAI �� Irk a �, �- ��: �= �% as NNNNNN'N■NNNN�'1NNri'N�NFNNNNNNNN • • • D' a �' NNN/1■r'.L'�NNN�!"f^!•NRF�E!`Ff;NNNNNNNNNNN NNE■fwCiWNNN�f��NFi?NEiCi�F� NNNNNNNNNNN NNN Npr-t1NNNN■!f )♦!!F NI�F I!r3 NNNNNNNNNNNNNNN y • NNNN■I,G�NNNNf�.NNNN,C?N•4C�C2N•NNNNI%JNNNNNNNNNNN NNNI' ■■�NNN��NNN■NNNNNN/JNNNNNNNNNNN NNNI%■■�NNN��NNN■NNNNNN wNNNNNNNNNNN NNNN■■N■N■�O�NNINNN■N■NNNNNIANNNNNNNNNN� � � NN�Nu■■��■NNNNINNN■N■NNNN�i%I�NNNNNNNNN _ _ . - NNNII.■■��■NNNNINNN■N■Nfi■ImNNNr%1NNNNNNNNNN a a ■ r_r■NEWA■■��■NNNr■INNN■N■NIINNNNI%NNNNNNNNNNNN N!J•N■ ■■�� ■NNNr■ INNN■N■ ��NNNNI %NN■r31�"�4T"NNNNNNNNN N�aN■ ••�� •��� ���NAI� ��NNi�G NNrJ•NNNNNNNNN NNIN�L-- J■NNNNNNNNNraNNNNNNNNN • NNN■N■NNNNNINNN■N■NNNNNNNNNNNNNNNN • •�fic`NNNINNN■NNNNNNIri�:�li�::���,i�NNNNNNNNN NNN■NI�NNNNr■ INNN■N■ NNNNri'N1NrtNNNNNNNNNN®"'�� ®NNN■�^• NNNf.NIINNNNr■ 1NN1•riNNNNNNNNNNNNNNNNNN NNNNfIN�NNr1•NfiNN����r ANNNNNNNNNNN NNNINi�.r�rr�rrN�}7la':L�J�'.�•�7'r.7Ns1�_NNNNNNNNNNNN NNNNIlrirNriNri���� ���i.iNNNNNNNNNNN . NNNNr �NNNNNN�NNNNNNI■N■NNNNNNNNNNN NNNN■ �NNNNNN�NNNNNNI■N■NNNNNNNNNNN NNN/ Nr 1 �NNNNNNr■NNNNNNI■NNNNNNNNNNNN • NNN/rNII�NNNNNNr■NNNNNNI■NNNNNNNNNNNN � NNNINN_I�NNNNNNr■NNNNNNrr■N■NNNNNNNNNNN "'�� NNNe 1�1�1?E�] S'-■NNNNN�I�NNNNN�L�■iH1;:�NNNNNNNNNNN®Ill�i� ®NN�I�`l�l■■�NNNNN��NNNNN�N�I�+kiNNNNNNNNNNN NNN: �:s! �r �NNNNN!G£NNNNNCr�rFi'��NNNNNNNNNN NNN- FAIN•! �■� �:1NNNNN�I�.NNNNN4l�1lRFNNNNNNNNNNN NNE�i7Nr7�r-��NNNNE�NNNNNF��L�'NNNNNNNNNNN � FINE SCREENED SEWAGE FROM PM TO CLBR vErer- SCALE I'= IV - PERMEATE TO UV DISINFECTION NNNN�NNN�r�SNNNNNNNNNNNNNNNNNNNN® • ®NNNNNNNN!NfiNNNNNNNNNNNNNNNNNNN NNNNdL�rL'r:�L� NNNdC3:NNNNNN!'��NNNNNNNNNNNNN NNNr7►NNN�F�NNf��aNN��rF:■�NNNNNNNNNNNNN NNNr ■INr■Nri�NN?r•�N■rr�NNN1�NNNNNNNNNNNNNN Nfi3Z.7i ■rNfiN��NNINfiNNNN■�NNNNNNNNNNNNNN N«■1�% ■INNNN►�NNIN- NNNNI�NNNNNNNNNNNNNN NNNG �lNNNNfi�NN���NNNNI�NNNNNNNNNNNNNN � NNNr/. �i�� NZNZ�i�i®iNNNNNNNNNNNNNN • NNNf/.� NNNNf��.iNNNNfi1NNNNNNNNNNNNNNN NNNr/. ■��NNNNINfiNNNN1I��NNNNNNNNNNNNNN NNfi+7N■ ■<�NNNNINfiNNNN11/t1NNNNNNNNNNNNNNN NNNr ZZZr��NNNrN�Nr■NNN�A• SIl•NNNNNNNNNNNNNN NNNN ■N�1N!!!1_*.�r1�w��.�`���a�raINNNNNNNNNNNNNNN NNNI/■Nt�IN■ifiiYLZ'�G'dLLiINr■NNNNfr� ■_�C'■ m i �•'NNNNr1lui: �Ci?'�■NNNNNNNNNNNNNN ■NNNNNNNNNNNNNN NNCiN■ ■NINfiNNN[aNr"�/.l•T�7NNNNNNNNNNNNNNN NN■_JNINfiNNNNNNNN■CNNINNNNNNNNNNNNNN NNNNINfiNNNNNNNNNNNINNNNNNNNNNNNNN • NNNNINfiNNNNNNNNNNNINNNNNNNNNNNNNN NNNNINfiNNNNNNNNNNNINNNNNNNNNNNNNN® ®NNNNINfiNNNNNNNNNNNINNNNNNNNNNNNNN NNNNINfiNNNNNNNNNNNINNNNNNNNNNNNNN NNNNINfiNNNNNNNNNNriNNNNNNNNNNNNNN NNNNINfiNNNNNNNNNN©NNNNNNNNNNNNNN NN INr■NNNNNNNririNr.r■NNNNNNNNNNNNNN �NN���Nr■NNNNNNNririr� �NNNNNNNNNNNNNN® NN +1.7NNNNNNNi'NE:I.iNNNNNNNNNNNNNN NN ��NNNNNNNNri•��irii�rlotNNNNNNNNNNNNNN .' � NN !KNNNNNNNN■�[Y.Ir�I�i1sNNNNNNNNNNNNNN NN ° h1<INNNNNNNlwa■ lbt- NNNNNNNNNNNNN NN L">N•NNNNNNNMMNU •Si7:NNNNNNNNNNNNNN YYY€�F3a.■YYYYYYYYYYYYYYYYYY..� YYYCifE•WYYYYYYYYYYYYYYYYYY.■ YYYFw1RE�Y_YYY_Y_Y_Y_Y_Y_Y_Y_Y_Y_Y_Y_Y_Y_Y_a! ■ ■ , ■ x J �' AYYYYYYYYYYYYYYYYYYYYYYYY _____ � .� YYYR� YYY■.� I I ■YYYYYYYYYYYYYYYYYYYYYYYY . � - YYY.�� I ■YYYYYYYYYYYYYYYYYYYYYYYY a�a�a�a■E� I■a�a�a�a�a��a�a�a�a�a�a�a�a�a�a�a�a�a�a�a�a�a�� � �' YYY=I I ■Ywar a'".w'^�■Yr- " 'v=mYYYYYYYYYYYYYYYYY -_ r YYY.�.I■YY.�\Yr�rir:.��YYYYYYYYYYYYYYYYY a �f YYY.■.I ■YY....��YYYYYYYYYYYYYYYYYYYY YYY.■.I ■YYY►�IYI.'YYYYYYYYYYYYYYYYYY YYY.■.I.■YYYa,�■Yli►�YYYYYYYYYYYYYYYYYY YYYa��ii���gii�i: /�YYYYYYYYYYYYYYYYYY aaaa.aaaa.aaaa.a.a.aaaa.aaaa.aaaa.aa��a.E?r.l�aaaa.aaaa.aaaa.aaaa.aaaa.aaaa.aaaa.aaaa.aaaa.aaaa.aaaa.aaaa.aaaa.aaaa.aaaa.aaaa.aaaa.aaaa■ a■YYY...�1.■a.1�YYYYYYYYYYYYYYYYYY YYYYYYY..■tea! ■■1 %a..YYYYYYYYYYYYYYYYYY®III80 ®YYYm YYYYYY� �_r.rl%�YYYYYYYYYYYYYYYYYY YYY���JY....■..1 %�YYYYYYYYYYYYYYYYYY Y.*�r�YYY.■i■._■..1€/�YYYYYYYYYYYYYYYYYY Y.�YE�R!■1"i�i�l.�S��all/�YYYYYYYYYYYYYYYYYY � Y.L�a��L•S7�iYi■��� rY.�■11/�Y�!!_�ETFiITaIYYYYYYYYYYYYYYY aaa�a■���alalalala, ■ n �����alalalalalalalalalalalalalala! YYYYYYYYa! ■ 11....Yr�YYYYYYYYYYYYYYYY � YYYYYYYY.�■IY�aaa.�YYYYYYYYYYYYYYYY � � ®YYYYYYYY_.���Y_Y_Y_Y_Y_Y_Y_Y_Y_Y_Y_Y_Y_Y_Y_Y_Y_Y_Y_ Y.�!IYY■aYYYE'.�:��YYYYYYYYYYYYYYYYYY® ����� � Y.fili��YE�EiL7YYYE■E�11■bF.�YYYYYYYYYYYYYYYYYY®����® ®aaa�aaaa.�Kia�r!a�a�a�a�■[�;�'aa■aaa�aaa�aaa�aaa�aaa�aaa�aaa�aaa�aaa�aaa�aaa�aaa�aaa�aaa�aaa�aaa�aaa�aaa� Y.��f�iYEf±r3�YYYriF��rS.E�YYYYYYYYYYYYYYYYYY Y.�"•_€�YG€�YYYa�Cf.•iRF ".i�1YYYYYYYYYYYYYYYYYY Ya...tiMYl^l;�1YYYEJ,�YYYYYYYYYYYYYYYYYY 00 00 .f 1'1 0 Tri EFFLUENT FLUME .. FROM BOX TO OFFSFTE WAS PIPELINE YYY@!E�YYYYYYa�11a�!I.a��YR!1.■a��aYa��a�■YYYYYYYYY YYYI�F�SYYYYYY.�IE�±IA.C.�JR�Y.�A�7.��iRFI.�:I'�l:■fIa1C�YYYYYYYY YYY� f3�YYYYYY....�31�8�a.L�f�iY.a�J:+l�i....7`:[�....� IEiC�JEiC�YYYYYYYY � YYYF�t�1 i ■YYYYYY.�t1i3�iIt�S1iE�=1Y.�Fi67�.�i4k��s.fif�fili��YYYYYYYY YYY�1€JI■YYYYYY.�i�JaF�€rJY.n7nl.R■�.F�n1F���YYYYYYY I ■YYYYYYaII.�..�alY.■.■.�.YY�■YYYYYYYYY Y aaaa.aaaa.aaaa.a�\ I ■aaaa.Ei^li..;Yaaaa.aaaa.aaaa.aaa�laa..a�a,aaaa.a.a■a�E�a�Ya,�■a�a�a�a�a�a�a�a�a�® ®YYY■.� YYY.■.I ■.� YYYYmC�11.�..�alY.■.■.�.■IrWii�i�lr'��.�1■YYYYYYYYY YYY.■.I ■►�YY.�^ �1Ya'lal.alalYalalal.YYal1■Y'I�YYYYYYY YYY.■.I �YYYYY�...�I�..�alY.■.■.....a�Y..■1■Y I�YYYYYYY YYY.■.I ■YYYYY��.�I��..�.■Y.■.■.�.'�Z'^"•":��■ICI■Y ■,�r'Li:"�iiYYYYY YYY.■.I ■YYYYY.��.�la,�..�alY.■.■.�..�3 = ii■ill■Y ■��Y°1�YYYYY YYY.■.I ■YYYYY.��.�I.���_a_�alY.�.�.�.YSfl�1�Y %�YYYYYYY aaaa.aaaa.....'■E�iliiE��:v: ��E�ia�a�i■iiT�� ■�iYiE�i■■�sZ�:�������� �a�a�a�a�a�a�a� YYY.■.■YY.fifGfYYYaIIY.�aIY.■.■.�.fiYG■I.�f.�l■.��i►�YYYYYYY �YYYYYYaIIY.�aIY.■.■.�..�����:n�7 /�YYYYYYY YYYYYYYYYYaIIY.�aIY.■.■.��.����'�'�•�� ■■IYYYYYYY® ®YYY.. YYYYYYYYYY.�IY.�.■Y.■�.�'��'�� :m�eri�i a�Y.��".■YYYY YYYYYY...��Il�lEilE{Il�.l���..��' ��1.�r ;rer�l ��:�iiir■ a�a�aYYYYY Yasls����—.�-��--.A.-..,.—��Q-��'m� �r�r�sbE�lYala�■■ass�aslYraYYYYY ONEalIYla■■■a��m�a.��YYYY YYYYYYYYYYYY...� IYYYa�Ia�..■..a�1►��IYYYYYY YYYYYYYYYYY...�...� IYYYa�Ia��.■a,\a� laf�E�� �YYYYYY YY6���YYYYYYYYalI.■...�IYYY...�la�al.■a��l.�.■■a��iYYYYY aaa� aaaaa+�� aaa� a� aaa� aaa� aaa� aaa� aaa� aaa� aaati � aaa� I � aaa� aaa� aaa�! a, a, a, a,. a� l aaa a, � aaa� E! •� aaa� aaa� aaa� aaa� aaa� Y.....+�MiiY■ alYYYYYY.�..�7.I:�YY.�SIEZ!.�.�1.��.�11.■s.■F7.�'iE�iYYYYY Y.Dili:TSYI'-!.�YYYYYY.�"1!��;IYYY.�?II'�"�E�.�A.�''1elE�■'�J?�'LT]k�CTiiGiY7YYYYY Y. €mmYRF�YYYYYY.1:31Ii�YYaJi:C■ E�7.GJ:t■�]:JAt9MIrl�rk.i�YYYYY Y.�E�Js�YG��YYYYYY.�J7:iFIYYY.�AI�F�E�I.fiiE:�J�iIE�.�F�l��.fi�■FE3�YYYYY �"°�� Ya��E�#-iEi�YY:G��YYYYYY.�'��.�`s.'�YYY.��!"In�E�■-a, YYaIYr�JJYY.�YYYY.�YYYY.�YYYY.�YYY....�.� r`■l�r�'��T��.117g1■:'�in�YYYYY � ° No Text MINE MINE IM #MINE�F3'1•����E3MINEFt1•����������ME MINE =UM=�������==M 1 ■ % MINE MINE MUM MINE MEMO 0000n MINE �lilG������������������ MINE MINE MINE MINE MINEMINE r MINE MINE II I I��I�I�����TE!■IT�I�■���������������=� =M I II-01111111111111 �E: ����■�C �■���������������MINE ®�� M 80 �� II I I���ti ���■��SJ�� ��■7•mimion mimion mimion mimion mimion Eon� l�■��C�S'��G7•����������MINEMINE OEM MINE =M o�P"J1►R!R.lI I � r�■������������� �MIM Mifi M==IIM =M■NES M==IIM M==IIM M==IIM M==IIM M==IIMMENEM �� • �EmEM��1�1���1�1�■��� 1 `li���■������������EmE MillillEpi MEN MENNEN MINE WUM111111111111 MINE 9=1110111111111111 MINE MINE �S:li lfi■S3l■����IFi�7E1� >•��L'J��S"rw[um���FLU��� ���������� =MR."M€i3>1•A6TRE M31•iMim MINE l�k;F7 Million Million Million Million MINE MINE MINEMINE MINE MINE RWWPS FOUL AIR TO ODOR CONTROL vEra- SCALE I' PTU TREATMENT UNITS FOUL AIR TO •D•• CONTROL ��iA��������������=� NMENEMINE MINE MINE M III III �� Eon mon MINE MINE� MINE MINE MINE� ■It•®M=111111111111 MINE MM=MMMIRF=M=M MINE IMEME �EEmEEE��■ I M�����I�►a�������EEmEEE �� MINE WOMEN MINE Elm ■ I ■■��11s'�ir_�Ilr�lJ■�������������� 6I��FNNOM �I�■���i������M==IIM • MINE ���■ I WOMEN OMf�G����l�a�l�i�������������M� MINE MM=IlIMffM=MMIMI N MEMrWOMEN MINE MINE� WOMEN OM MINE MM=■w �MMM MINE� MINE �"I r�rw����ri��W1iLyL'iQiiiili�*>�Sl��������������� ®MINEM MINE 111111111110.11 MINE� �iMINE i������■�I�! MINE������■�1��1�16���������������� MEMIN ���������■�I��I�I0111111111 M� i �i►ii'i.7��F?fiii1�1'FrikY+ �i�;•.iramoon moo������������� �I GTJ•��1f i�9���il�t MINE ���1•��iMkl�ilH�1•�I1•iCll•N€l'71���������������MINE MINE �� E ■aE=iiq��`s13�� sE]r� [ l•�;�f i irJ��������������� MINE MINE QD MENOMONEE. BACNFLOW PREVENTION DEVICE - RPZ © CONTROLLER R F RNN / FREEZE SENSOR OR OT BASED BEAT Ilk STATION OGNIROL VALVE PIPE SIZE IS f UNLESS OTHBRWISE NOTED r HIM I. No: Mill CONTROLLER I LONE 1 -S 018 NOZZLE 1/i-4 1/2-9 -- 93.0 GPM ZONE 2 - mP 2000 NOZZLE 1/4-12 1/2-12 -- 13.2 CPM ZONE 1 - mP 1000 NOZZLE 1/4-5 1/2-5 3/4-1 -- 3.4 GPM ZONE 4 - ]ONE 5 - T25 f+18 NOZZLE 1/4-1 1/2-9 3/4-2 -- f05-6 GPM W jS NOZZLE 1/4-2 1/2-6 F-1 -- 44.8 GPM � ZONE 8 - ZONE 7 T25 110 NOZZLE 1/4-11 1/2-5 -- 63-5 GPM 2000 NOZZLE 1/4-7 1/2-M 3/4-3 F-7 35.3 GPM of - ZONE 9 - mp -- mp 3D00 NOZZLE 1/4-4 1/2-3 -- &4 GPM ZONE 9 - mp 2D00 NOZZLE 1/4-5 1/2-14 F-4 -- 10.1 GPM SS11p ZONE 1D - ZONE 11 - mp 3D00 NOZZLE 1/i-3 1/2-] F-2 -- 23.5 GPM mp 2000 NOZZLE 1/4-5 1/2-6 3/a-1 F 7 -- ..2 S. M� � M l00 ZONE 12 - 23 f4 H02RE 1/i-5 1/2-11 F-2 -- " GPM a ZONE 13 - ZONE I- mp 2000 NOZZLE 1/i-4 1/2-14 F-7 -- 22.1 GPM mP 2000 NOZZLE 1/4-6 1/2-26 F-12 -- '" GPM ZONE 15 - mP 1000 NOZZLE 1/4-1 1/2-46 F-1 -- 20A GPM ito-02• --tt-- 6 COMTROLLERt 2 ZONE 1 - '25 015 NOZZLE 1 i-5 1/2-4 -- 392 GPM ZONE 2 - PCN 10 NOZZLE u16RELu -- &a CPM ZONE 3 - 25 /16 NOZZLE 1/4-4 1/2-11 -- 109.9 GPM ZONE 4 - ZONE 5 - PCN 10 NOZZLE 8 LIMB IA -- 8.0 GPM 125 016 NOZZLE 1/4-3 1/2-10 -- 101.4 GPM .Y. ZONE 6 - mp 2000 NOZZLE 1/4-2 1/2-44 -- 321A GPM G ZONE 7 - 125 418 NOZZLE 1/4-3 1/2-5 F-3 -- 105.6 GPM ❑ 20NE 8 - mp 1GDO NOZZLE 1/4-1 1/2-45 F-9 -- 23.8 GPM a1 2ONE 9 - ZONE 10 - mp 30M ND22LE 1/4-5 1/2-17 3/4-2 F-10 -- 71.4 GPM DRIPUNE IRRIGATION APPROK 2L0 LINEAR FEET -- 1.9 GPM ZONE 11 - i25 f4 NOZZLE 1/i-3 1/2-a F, -- 42.1 GM a ZONE 12 - mp 1ODD NOZZLE 1/i-12 1/2-9 3/i 3 2 F-3 -- 11.1 GPM a ar ZONE 13 - mp 1. NOZZLE 1/4-4 1/2-10 F� -- 7.5 GPM X 600 ZONE fi - ZONE 15 - i25 i16 NOZZLE 1/4-2 1/2-6 F-2 -- f09.9 GPH DRIP NE IRRIGATION APPROOc 200 UNEAR FEET -- 1.9 GPM ZONE 16 - mp 2000 NOZZLE 1/4-9 1/2-20 3/4-2 F-3 -- 24.6 OPM k U c2-1 2 }• c'i-m r n-1 �• cl-10 1 }- 127-}16-59.2 6PM pNPLNE- 1.9 GPM 12'r+16-aao GPM MP3DD0- 25.3 0PM CZ-2 1' C2-11 Y C1-Z 1' C1-11 I• PCN f0- S.O CPM 125-jh 42.1 OPM MP2000-13.Z GF41 IF2DDD- 132 GPu r/1 a ¢ 2: R 4W C2-S 1" C2-12 1• C1-3 1' CI-12 2 �" 123--/15- foa.9 GP MPf uOG- 11.1 GPY MP1000- 3.4 CPY 125-+4- SLA [i1A [F,] Q UW � � Z �G m [4 ❑ C2-0 1' C2-13 1" C1-4 3• C1-13 1 }• ° Ir 0 PCN 10-&D GPL MPIC00- 7.6 CRM 145-i18-1D3.6 GPM MPyWD- z21 gPu C] 125-�16-H11.4 OHI 123�18-109.9 GPY 12'J^�s- 44.6 OPA1 MP2000- 39.0 I I 1 I R ZOO C2-0 2" C2-ls 1• C1-5 2 �• C1-15 1 }- MP2000- 13.1 OPM ORIPLIE- 1.9 CPM cs-r10- 61S GPM Ii1000- 2Gi GPM r I I ¢ Y I 125-�16-105.6 GPM MP2000- 2M GPM MP20DD- 353 GPu I r I c2-6 1 �• c1-e r - I IFIDDD- 23A 6PM MPj00p- 8d GPM 0- 5 ONE NCH ON g pI 000 OR9RaL ORANIRG. E OHE INCH 3 n � I MP3900- 77.4 6PY MP20D0- 19.1 6PM QiF.A<f0 JPF O+6 SITE PLAN 6EHEK0 MR • L- c-015 0425-013-01 I I TTAC H M E NT 11-AD4 1•-0' 3'-O' '-2" 14'-11' Y-'�' 6'-0' y 1 e m 1� CDNOREff PIPE ` 5 i i i I • I I I I a 16/RS/FAlC PAC. [SEE FgTE 7] I PG/RS 1 r +ay, STANCH ON W 1 ! \ 1 5 I 3 I EDGE RAID, I ! 1 3 (SEE NOTE 6) I 1 o 6 1 4'-Or I e I 1 I 1 I I L------------ J YARD _OW. OF 0) E (SEE NOTE 5) 1 I 'THIR STYLES uooOR 2 ' 4 ! : 2 1• PENETor 8) wPRONm Egw4 (nP. OF x) - - - - -- --- - ] (SEE NOTE 5) ..5= 5' •--� �`!.�^$.� �f r- 5• o" F3 ©--� ©---(��� r---=es�e-lee-s-- f -_ _-_ _ AR eaC_+le+ I � ----- 112'! I I I PRECAST CONCRETEFN WHEEL STOP. (Trp. OF 5] I I 1 1� a L---------- _r_ ___ 1 I I (?�GEE ESELTFnCW 1 1 --------------- " L 05 O1 SLNE GATE MOTOR N RATFLOOOR. � CSC-1f12 Np/1RE0 ON FLOCK EQUIPMENTIPIPING SCHEDULE [5EE NOTE 3] (5EE Man 3) PEDES AL CM. OF 2] I I DESCIRII"l'lON APPRO]L LENGTH NOTE L--- —----- ------------- --- -J SENSORS - NET NSLL A" 52 R-ODD-1 T1 [SEE HG1E 9] 53 PF6Y.H1p1 - DOUBLE LGf' HATCH, 3A PF-C60-151 - - J0.2AL OR 1 SENSORS 0 WEf WEIl "B" EOLUI, �l 55 R�176-141 - - IIIIrQ`J`■ IpRV`. D 56 Rom` 151 - - I L1 52 PI�161 UPPER LEVEL PLAN SCALE: 1/4'-1'-0' ATTACHMENT 12-AD4 PIHR NpRX GFrYrau urnr � €{ ( 1. FOR PPE CONENW*Nr5, SEE SHEET C-013. i F 2. FOR AWO M N61E.S SEE SHEET G 00T. 3. AM TO CAm SCHmULE ON 6 EET "TO, nc A, p6MMCEOR SHALL Celli "TENOR CONCRETE SURFACES WITH SPELUy PROIV7WT ;90n IN ACCORDANCE wRH SPccR nON now. f ilf 5 6. µUF HA ASSES wRFI 31655 NLRD'A'ARE HW . LATCH H/3CHC5 Si1ALL BE FACTORI' ASSE4BLu IIS RNFCE HRui LATCH A�� AM . E PIDLOdc HA5P5, AND PADL OPEN ARMS• NUDE SWAM A555Tm LISNG NECHAT C EN'FE TO SAFETY OW1nNC THIT CDNFOiW TO 1$s t CSFN PEOUIREl1EN15 (2p CFR i910.25.). 20 CrR wmm.0 6. E 13 MOW S'AHP TO ROAD/DRNRWAT. T. F1ELFl ROVE VEW LNE ALONG APPRO MATE ROUTES DEPC'-M. ANC}gR VEN} JWS TO 5LA6 ON APPRCIONAM 5 fAr nryERyALS WRH 31 ass RPE BRACNEfS AS LANUFAOTLJRED ST ANML CR APPROVED Eauµ, - IM055 & REFER TO VALVE SClIE LE DN SHEET CCAD. EQUIPMENTIPIPINC SCI3EDULE DEBCRIPTTpN A1'TILdx. LENGT'EI NOTE FII fING3 1 it' 4S a D - - 2 10' p0• ELBOW - - 3 12" 45' Aum - - 4 1y pp ELBOW - - S 16" w ELBOW - - 6 16"LS mm - _ 16'P7 EL - - e 2D' 9P W" - 9 30' 45• BEND 10 M. TEE - ]i 1 12 W.30•atr REDL7N61RE - - mucER - cor�ENrmc 14 30'x12' REDUCER - CWDrrFNC 15 -W.10" RmUCER CONCW}RIC u 30"1FE" RmucFR CTJIK'FMRN 56 1 ' - ODNCBNFRIC Se 12'r1D• REDUCER CUNXNM 16 le PLUG Y w - 0W-V-11 SD-V-162 17 10' CHEM VALVE - p V-111 060-V-151 la 12" PLUG VALW - OSO-V-1 50-V-142 19 12' CHECK VALNE - OSO-V-131 -V-141 20 16' PLUG VALVE p6p-pV-lpp 21 16" PLUG V w 066-V-1 D50-V-1p2 i 16" CHEEK VALVE 050-V-121 O50-V-151 23 YD• PLUG Ao4VE - 05a-CV-101 24 30" MG VALVE - �-1C3 ARY i0" OSD-PAY-111 161 49 Pp ARV 1Y u 50-ARV-1 O51 141 30 ARV 161 WNQ 050- -121 151 51 1 ARV AP 3T u - G5a~AAY-1 112 PIPER R PIPE SPOOLS 25 fv" FLxPE SPppL 5'-6'i• w 10" RFA P6 1p' FixPE DP SPOOL 4'15"t W f0" RFA 27 10FL.FL DIP PIPE 5'-1p'► - 28 10• PuK DIP PIPE 13'-6Y. W IV RFA 23 12' FLAPE DIP PPE S'-10-2 IM 12 RFA 30 tr W. DIP SPOOL 2'- C't - 51 TC TLx1l Ow PIPE 3'�'3 - 32 12• FLfPE DIP PIPE 16•-6"t W tY RFA 34 12' R-APE DIP SPOOL Y-0"2 W 12• RFA SS 16" FLEE pP SPOOL Y-p'3 W 16' RFA ]6 16" z: pP PIPE 5•-f0"2 T! }6" RFA 37 16' FLPFL C1P 5P00L S-S"t W 15' RFA 36 10' FLrR DIP S-Ok 39 1a" Fla pP SpoOL 5-0•t w 10' RFA 40 1a' FUPE DP PIPE 9•-11't W 16' RFA 41 ml FLAPE DIP SPOOL 46-2't wl 20' RFA 42 yy FL -PE DIP SPOOL Y-DY w D• RFA 43 30' FL l DIP SPOOL 2'-A't W 30" RFA 44 30" FLHl CF SPOOL 1•-6"t - AS W FLWL DP SPUCL 1'-26s 48 3W F E DIP PIPE 13'-1y W 30' RFA 47 36' ROE W SPOOL 1'-B•3 W 30" RYA ONE INCH J� CSR M—oso M'R GRIr SXAlT {T'P} • `L� _---_—_—T ---------I �L ______ ___ 11______ r_______ 1•_3• I I I I I 1•�+ I I I I I I I lli iIi iIi it S I ills I I I I I • � iIi iIi it I I I I I I I I I I I • I I • I ,, I--�--------ky--�--------ii��--------+s*}�-------fir � �I I. r L-------r �I I. � r------- r IL------ L------- IT n -------, I -- - - - - - - - - -------, I -------- I I I -------, ---------------------------- PPE OPv*. -- RE- NEIH (T-.) BI RI p I I -------------------- --------- ----- E iV. 1242.00 1 1 I®T of io 0� ATTACHMENT 13-AD4 PLANT WORM �IL�.fi: 1. 4gIFV 4,— IHT(71 —4, —"ONS SHOW" WITH MANUFA.CTORER. 2. REM TO MECH. ODOR CONTROL AND ELEC./IMSIERMENf SHEETS FOR PIPE AND COMPU f PENETRATIONS ERUIP. CURES AID PPE SLIPPORIS DIMENSIONS AMID LIDUTIONS NOT SHOWN. ]. REFER TO 07M DISCPIINE DR HISS FOR OTHER REMS NOT SHOWN ON m TIE PLANS. 4. F COWHO FOR lI�TtiCA1 CONTOL PANCL PDIERNTONS, DEBAR MUST BE l'47Ttl0 A♦p MAPI® PPoOR 1b ANO AML10m DUREKi [%INMG OPW�TI7N. E 15's5' HATCH OPENING I� #R a 6- C/c EW T&S ZE GATE STEM Of471NG ' "� T3 - (4) #3 : 4--Cr M TB MELf1 FOR SIM I I /�� DNO TM a.LGCATIONI MP. OF 2] I OPENING i'-R' I 1i'-1' I 1 I TOP PLAN SCALE 1/4'-1'- T m (2) I8 DIAO. EAR .J' F 1. SEE GErAILa FOR ADDjRD11 REINFDrcIN1Nc AT f0' AND f27Y Q dscxrcE PIPING PENETRATION TfM4L TOP SLAB PIPE OPENING RENF. LINO a LJ ag❑g DETAIL �l y NTS E-051 d 3 0tA Y_ 3 IL a 10" OR 12, OD) 0RClPRCE PPE 'EZM °z FMRE 1a' [ID] I)WHA GE PPE (2J /6 DL%G. r C/C, T&B / IONE SHOWN FOR CLARTIT 1. 14Q 1. DISTMCE (D) 94ILL RE 127 FROM THE CFMTRINE OF PIPE TO CENIER OF DIAGMIAL 9Yri. 6w+ F+ ONE N ON ORIPFNL MMWHD. 2. OLKAN.L 6 AS SHOWN SHALL BE PIA= AT (2) 19' AND (2) 12' D6CWRLTi PPE ONE INCH LOCATIONS. .EMONED -AL— All. DISCHARGE ETAIL PIPE ROHF. Drl WL M6 NTS S-051 eE�llm TOP ,rum ATTACHMENT 14-AD4 4g �a OWE sm ODMEIs IuTq, / _ g VERT- F NF. fir OR FOOIINC r lOp os suer A5� #6 O S.. EW, Two #8 ■ B". EN. Ts i- TIE: suasugn� oEaIGENkA1 E -DOMED HILE ILA g... DaI 1EAsWM.. HE IN5 wr m -DOMED c&A PLWNc p p g n or!!Fn 5H47�. 11E IH�oE CYAETQ+ OF TFE CWHC jam{ `WALL 5E AT UMr Mx& i0 7HE 5H4T 64wM. A r CLEW COM 54FpI.7QR HIVQ OF PLISIIC CONCRETE 5 I E 70 `EwnCAL S*S A WIED YIIIIM T CASINO DURING ORRAC . 2 11ETua TOP 5 T OF CDNCIM M ONLY AFIQI µ SPEdF1 G9NG NAT BEEN PLtM OR *MIN CASING Is PFAVAI{O?. 41 B7 PITCH O- PLACE LONCREM IN SINIF N ONE LCWWu OI7MON. No 9Hff sML PE LEFr OPEN M —E 711N a 11— 805 Ma CONCREM N FORA15 51DE SPACM SHALL BE UM TO ri EQ CW G6E SECTION AeN SECTION sc ALE 1/2' -1'-D' S-O51 SALE- 1/2' -1'-O' 5-051 1i Turmr TOP AHD H[IjjON a storm NurtuY of swFr n a F DDEAL NOT TD SCALE - :C to a yak 0 m a e In 0 3 3 BEND EYMM Y 3 I (2) #B . ti-0" HO GE BARS Lr C„7 DW- FS (IYPJ (2) #7 F 10'-O' PIPE O DING, EF (WP-) j I RE.iECK Z ING I Izj We PEE I PAIBf. azss.m OPEMW _- RE MIN I I 4P I I I erav- azsl.5o I I I I I L_______ r � 4 ADO'L DIAOT-RENF- AROUND 48"0 PIPE DPENNG ADD'L OIALT.RpNF- AROUND 42'.42' SLIDE GATE OPENING ADD'L DIACT.REINF. AROUND 30'SP PIPE OPENING 6w+ � ONE Z C. DETAIL DETAIL DETAIL � Wow SOAL,E- 1/{• = 1'-0' E-OL55 SCALE: 1/4' = 1-0- 5-055 sr : 1/4' = t'-0' S--GM ONE INCH oEa�n a1 w �N tlltl4m BIL AAlIm Sp _ 5-055 NOR-SLP FRP PLATE, (SEE STPIACTUMJ Ty le�-.. M-111 �r VK�M/PVC PLAHT NOfRN Ci11ETdIL NOlFB- 1. SEE LFt(p ipq ADLYTgNAL HOifS ANO RBOtiLATlOfI I- FFOOT 318SI C IIKIR PLATE IMIII ATfACNEO WRN 31. 1xPAH9oR AH61CR5/ 3. SS-Z CTRCNLAR CCMCRETE BLOCK -OW. SEE STRUCTURAL 4. NNl L W CLEAR ACT= OR PLL%I-OLOW WILL5. i Wl1 CIRDULIR CONCRETE BLOC[ -&A. SEE SIRIICTURIL S. ■ INpGTES ECNIPMERT PTt MD BY PRE-NECOTNTEO EDtlIP1 SIIPPI]FR. DESCRIPTION APPROx LENGTklMNOTErrmNR52 {'W P16 30Y90'EIBON ■ 2 �5 cRrr ERIYATERIIG urrt too-mu-m 1 I .TV — Gf1Lf ML7L.0 rLHIN VfSTI Vmlzi — SCALE• MALE: 3/8'-V-o• i 's r1 FINE SCREEN COWACTOR 06CHWCE PIPIRC, (SEE SHEET M-I" ME EQUIPMENTIPIPING SCHEDULE Q I DESCRIPTION APPAGX. LENGTH NOTE FRI o 1 OW REDUONO 90r ELBOW 2 4. 1K1' 3 4' OUND FLRI6E - - 4 6'r4' REDUC.40 TEE - 5 61 Bd ¢BOW 6 5' TEE T B 3G'aZC' REOW]HG ELBOW - - xt E CCNCENTRI 15 20' 90' MOW 17 20•zt27 RTTxrER COWEHTRI 18 30k20" nOIl m TEE 20 36 ' EE - N w (SEE NOTE 3) ■ ■ CRR CEI9LTEMNO um CRR CE1g4THDRG ma 1 1D0-Cml-tl1 � 1F�CM1-124 I (SEETAVITFORIA STRURURAL7 4 f {SEE NdTE 5) \ I I I I 2 6 STN SR TRENCH DRAIN, (SEE STRUCTuf ) SECTION SGLLE: 3/16'-1'-0' 41-100,M-101 E1-103, M-105 ATTACHMENT 16-Aa4 1. ME M-1G0 FOR ADMTIONLL RCiEB AHD IMIFO M TM DEse "ION APMOU LENGTH NOTE 2. CLE/JP ACR PLEYICLAS H W- SEE Y 1= F _ z LL I L wK 16' PwO 'Am - 30�Y-113-12I-1J7 3. SHIRS i P PLAITWM t= SKp FOR CLWTY. STAIRS k PATFppyl TO BE SUPPLED BY EgINPMENT It4NI.F- RER, SEE SPECEICAT10*4, - 18' CHECK WyYE - 3D9-LY-122 4. UN O URNSE STATED. ALL WATER SURFACE ELEN5T1(Rt5 ARE 13. S. z a% W? - J6D-V-001 �i W ISA MOO CF F THROI/GH ME PREIJMIWRY TREAIYE F UN � F _ E 10' KNIFE CATS Y W - 35 W-121 E. i0 CuBIO-YARD SCTHrue, TYPE ROLL-OF1 COHTA m. SEE �T G. l 16' Fl_mE SPOOL 3'-9' I!/ I RFA 6- 3fl�HCH CIRCIAAR CONCRETE RLO'Jf-pfT, SEE STRIICI[IRAL W' 3'+ a 16' FLdl SPOOL 3'-9 - ]. &MN TEES EQUIPMENT PRMDED BY PRE-RE60'iwiED EOMKAERT 9IIPPllER. =P33 a a � O (Tm- OF 2) i T/ITN-L s Pu1FTARY ECifZ�AO f I wrsu I � RM. OF 3) g� �FTf-350.D6] {iTr. or xi 1 � 3246.W SLOS TI T RIPE 35 2/PW/p 1 /ALUY/PVC � 3233.50 t MRHEAD CR NE su-P— STSTEM, (SEE STRUMURO 1/ALUM/PND TNMRAIL FE BcrESI s10-Fs-t t t [SFE STRUCTURAL] (SEE r10TE "I Ct WEIR PLATE 31655 GMT 4 EL�3265.50 + (5EE STRUCRMWI) i I 31LL CHAHI(L TIC (SEE NOTE 1) _ SECTION SOALE! M-100 M-101 M-103, M-104,A1-105 Lu H W 6 V n In ?} 5V) �0 m� Z= LLP Oy. � mz Ux aW z EC a � 3262A0 MAC METER Flf-300.121 -j 1 y a, F ! db �:k gg PIPF 9 OUE r Cu F 0 �• Sic _ - JL TSSIUR OIWOR PLAHr NE1FR1 N II P/M5F iB --------------- C;�: II ae I � a III - I II II � Ill r//a II III II I,I II - jl AFL-3237-90 III ry g14,gp III II I � 4 dE=szsaoe N 603.+7 E 912.02 II MH- 12/C g N 600.1 ] E 90e.6B }, r O ¢ mE=3xJ8.OL N ss292 3 0 E 9[I&]5 II O Z 1 II Da �U mE=3xaaoe II z c N II N 549.64 I II E 912A2 II II I I ii 7�� � N 53g.g0 STAIR$ .o E 91es5 , u.r�s.-•�x,� II El II �� 1 Yn-5 1ePo II &Q 5 pE 1 I . SECONDARY TREATMENT AREA PLAN OF9NE I C1NINC. ONE INCH 3 SCALE: 1' = 2W-0" REaLNm APE Oen�n .Wt (f1 [" JPF eEHEKO b6 sp ATTACHMENT 17-AU4 M-4W 0425-G, ]-0, H B03A� BLOWII+ CHEM. E 917.g9 e E=sus. t t m � ROOM R(1pM uga n 600.1s E 91 ].69 CL� (41$IH$ -325if.11 N 552.92 g451ry$ E 917-69 _ AUVIniEPNNCE ROOM 1 H 9i �� E 917.g9 m H E 1•�p 20"-10 1/2' C 2O'-10 "I. F 20'-10 1/2" 21'-10 1/2' D 11-Y PLANE NORIII � 8 Y d F"OK"N W-4 0 -2• 27 Lp ads: i � a V-D'. 7•-2' LINE 3 S C Q DOOR OPEMRO {jTP-) DOOR OFDIFIC 1. REFER 70 � S-500 FOR ADDITIONAL NOTES- ,�r i� PL1 P{1 I SSS I s-s19 Inn- a Lacs} ® I I I . \ 1 I F1EY. 5241.57 I �xEv. ]24120 � � ' 1 _ •,1 J -- z=o r-----_-------- ---- ----------- r- 5v 3.14 TRENCH L 4'N6'MI'-6' V11`E OO RrP, of i) I or xY '� 2'x2k1' sump S-519 [Tf , 4 L0051 EM- 324,. ARE B/s�J06 _ _ I f I 519 UW7 2 LOW ® FOR LOCA71x1] I 1 '-.. TEIM= 241,51 I 1Fx><v. 3241-1 e1 X I D 1 [j I ''� •, 506 ____ _------------- I EZ 1 (jQ W l I I g I I I .a I s-506508 I I I s�508 I L� 3 3a --- I I I ❑ y a� J 1 — ' ----L---- ------------- ------------- 137 I I / I 2i1.59 I1E1'. 3]41-2�i rr I W S SDB ' 11 rV- 3241-33� - -51g.MP. 4 LOC I 1 I I I P '� I ; ILII rani. I '_____ ______ __ ___- 'I S /• E1 I� I 3'-4Y7'-2' Y-0•R Y-2' I DOOR OMING UNE NOA7pN DOOR OPE74NG �551 25 I I 15'-Y ❑ RAS PUMP 5AMON SERIES wLVE PRO w Ira ONE ILR1 p1 ONE INCH ol6Gly -AL- SECTIONAL PLAN 0 ELEV. 3245.00 H B F E 0 2W-10 1/2' x0'-10 Itr 2d-10 ,/Y W-10 1/2' PLAW NORTH 8 E . x- x'-r CCLUYII I. FfFER TO SFEET 5-500 FOR ALd110w+1 N01E5 Y d ,r CIM so& x'Li aF n ct I I I I I 0' Oufl�FNHC SIRS _ n T-------- _--- ____ __ ________rY______T I _I CB2 1 07 I PG 5�03 , CEIRREoF 1 I mum; °0' 7 ~ E P4 w•o sue cnr,Fr1 r xru I I I nr� I , o 14'" - sw I OPENING � � 04 / I I I I I I VON I - x 3 OB� 0 i • I Q 2� —I I Al I CF i ^ 10' P,PE PENERUTION u I Q W I RE NWIANICAL MP-1 I I Cat 6'-6" I i I I I� ' I �3 a 3b I ItY,SLAIPE •� 3 3 Z Sr 3 I I MI i' 001111E 000R is %JW9%004GR0 I I C62 -0• ' -0" t•�• ffi' 3C mm "ID o III '-/ClyJ!•M Iu0 WU {11'P•7 Z N I I r� I APPROKO EO1L I I 0YERMANIG UM __ _______ _____ _____________ `B1- t - "5 ell t r 1 .seo.h zr - -------- --- I I Y I I 1Y Cuu AYA11 I I L_ J RE-- S-55 PI S RE -R0 1ATWMM 6.a a ONE 11f,i 0. INtICNAL MMMMC. SECTIONAL PLAN @ ELEV. 3263.00 ONE INCH ol6Gly AIL SCALE 1/8".1'-0" AlAtl/� Ore >b s-W2 o+xs-o,z-O, ATTACHMENT 1 S-AD4 COLIMN —... COLUMN m oNG I 2'-0^ wNL 2'-0" 1 1 BE:ONO S� E (rn ] (TIP-) � M ,Y• CNU WALL—1 I 1 1 1jf' ALUM GFATIHG 12 CNl1 WALL p d vv ElE1'" 32e2-op 3F ff5 e{ a{ � I e{PLASM wfow — — — — — — — — — — — — — — — I I I I -------------.] E.D. moo I I Y I I I I I I I I I I 7-0• T-0• I I I I I I I I I I I I 3ie ELEV. 3252.33 EIEV" 325233 NEMNT WITH IoNIUC kl5 1YAl R STOP J. SPUMPCull •) C32 I 1 221 I C93 I C IC61 F a I I I I I I I I I I IELEV. 324240— CJ .. _• M1.'-; .. • •• TRENCH EMNo RPIs'%PIE i71'(T1R.]. i'� - _. " I "'• J :: . .. .. • I' �• I•. H V7 a� N SECTION Ill J- 16 a � 7 �o lea �w p 1 ALm mmcr I 1s^ CW 'AMIL •a Q cn 17L+ .•.�, iT°P ELEV. 5262.00 Li ❑ 3 --------------- m --------------- I I I I ® I U I I I I I I I I I I I I I I I I I [xJ }e e'—o• O Z 32s .W I I I 1 I I I Y—o• 7-0• I I I I I I pAc. s• CSC omom I I I J I I I I I 3 I I I I PILASTERHYGHNPILICIT"POPET/JG 1$• NEy*AY NiM 47r I I I I I I I I I I I I I I I I I I I I I I 11 ' "•• aw+ Is ow nai o. INtICNAL 0l05MMC. pNE INLH iimG AIL IA LN tlA� BIL AEAl1lD 016 EEY. 3217-00 .{.• .. ;I•: I ".r.�:.�:,.•.' ,r".' I .'I .I "I L-------J SECTION ATTACHMENT 20-AD4 s-5a� SCALE- ,�d^ — ,•—o• 5-�502 1114 O� f z a^ cu go [,17 s-0• 9 ..... .. R a s c n: 'III III III LA 8 u m � u z 17 lil III III _ 4-W N 1 0 CITY OF LUBBOCK TEXAS g a NORTHWEST WATER RECLAMATION PLANT PHASE IA �.,__l M0. DATE RN" BY v�n�ls�u�n�Ts�f,cis WREACM m 1 -si MEu9RMlE SECTIONS BhSINS „ ,eo r r�,o-sps f y`•s SECTIONS CITY OF LUSBOCK Ims,mlveasrrvomvaumx,w p TEXAS R ;° REFER ra 'PW OR 5-02, FOR RONK FIR RpN RE B/s-0 !1 e RENF- NIT[ ALL REINF- sHoxH ARE fs 6' NAx RpNF. NOTE ALL RBYF. SHOWN ARE f8 O EW., FF. uH1E55 O11TFxM� Ha _ ENT-. EF. UNLESS ❑TERWRE NOFEO. DETAIL r1 DETAIL n DETAIL SCALE 3/B" CIF -OR S-500 SCALE 3/$- -,'-0" 5-1500 $Ckk 3/B' -1 NM MEMO BAR HOOHED 1181E Ecom w HOd M ENOS TO FAR FACE ENDS TO FAR ME OF WALL Or WALL MD' A00'L fave' SPLICE W/ RTFULAR BARS AT MO,L fME' sPLICE W/ REGULAR EARS AT HEgR of WALLS o FULL HEIRHF OF WALLSLL i NBR &WN NBR BASIH YBR BRyN W NOTE: ROBS: 1- SEE PLAN FOR WALL ORIENTATWNS. 1- SEE PLAN FOR WALL ORENFWMNS. 2- SEE WALL SEC110HS FOR REGULAR MALL RpNFC/dCE1/EM. 2- SEE WALL'EMONS FOR REGULAR WALL RpNFORCp/EMF. AW'L P17NF. RT WALL CAFVIDR ADO'L P17NF- AT WALL CAFVIQi DETAIL r,1 DETAIL f, z1 Nl5 5-301 Nl5 5-301 7 EA Al. F, ff �iemi NOTE: REFER TO GMIEt SFOE RUNF. DETAL FOR HORIL BARS NOT SHOAT'- BASIN SIOE TYPEK TTAC H M ENT 22—AD4 a TFF. Mr.. RE: 1/5-506 5-509 i� y � 35q - REMr.. IF FOR REv1F. RE RAS P.S. P ? m RAS P.S. RCHF. CQALS F. DEALS FMNF. NOTE ALLR:1NF. SINON ARE }6 v 5' MAX EX., EF, uNLEM O RAISE Ham. a DETAIL m a � LL To 1g1 Q SCALE: 3/8- _,•-0" S-500 S 5 f6 MRT. MARS x A" YP.7 PIPE PENEFRATF7N RE LECH CF3F-) X 5 5" CORNER, EF c h rr a (T+'P. ALL c ya o Dr PENETRATIONS) s U S m� U� s ❑ ❑ 8 a a o 0 IE S I I4 s f8 wrr- oowps I CLCN- 3233.50 6w+ Fa ♦)NE FNui oN fR PML f INC. 7 ' S S 7 7 ' 7 ] ' 7 2-2 -2 2-2 -2 NOTE' A YIAEYUY OF 1)y' SHALL ONE INCH umGEn LIP MAITICLEuANED N SLEMNAN BREINFON PPE SIFEWE ANO Rf71F'ORdNC. tllvEb 8tC AEAlILO vAa XY WALL RONF- TAIL S-51 9 NOTES PIPE ELEVATIONS 1. REFER TO G-0O'1 PGR AO[XPONAL NOTES- A NO. PIPE ELEVATION 6/O/DIP 3242A0 S PUNT NORTH d g 6/O/DIP S2N.0.5 jei 6/A/AIP szfAm 6/APoIP szs5.n +Io/AIP sss5sa � +/o/DIp szs7.00 x/o/wc sss5.xa °� Y ALkiM ST211ACE a a 50"1"" ��iGGG HYDROCHLORITE P4 STORAGE D sw'AiR 4' PLUG ROCY VALVE IN _ 4 P ' Imo% f 2) FLOOR ORAIN AIR BA9H5 a� ® � - 7'�g' 4•-r r .� � 6 t- 6 d 1 4/O/OIP 4 5 4/11/1fIP `x Q • z 6/0 Ip W ❑ 6/O /OIP ryP uIX1HTEO ONWALLWALL _ - 6 IF - _ E IP ✓ F Q r a [Y� a N a 4 OT VC 4 "'-'0" P-TRAP O Cl .- pa m � ONELA R RESTROOM 4 1r 4 W SEE TARO PIPING PN _ FOR CONTINIMTON OFFICE STORAGE RVOAI G -d f ❑ 3 O yy - 4'-1 F 3 U�d • r z � - SEE CONTINUA FOR CONTINUATION pN MAINTENANCE ROOMER S4•_Ap- , .R. 1] i.P.V iniS N?:n WATAHD DRAIN PIPING w 5 ONE Mpi ON AREA PLAN OR lNAI OA NINC. SCALE- CAF��„-T,�" ONE INCH OESLN[O �P[ pRAMI �I NAP ❑IEmm JPF AEHEKE sp ATTACHMENT 23-AD4 L_ M-560 A445-013-01 1 2 6/O/GIP 323552 3 f s s a COO/D/DIP 5235.77 4/SS/PVC 5235.00 G/p/Olp 5233.66 4/0/DIP 5236.00 2/O/PYC 5234.6E 4 4/o/oIP 5235.7E 4/88/RC 3235.OB 4/SS/P5C 3235.22 1/AL/P5C 3238.80 PANEL 27 CAP 9L7WEEN BOTTOM OF FENCE "NO TOP OF YON STRIP BY CON'T1106TOR (SEE ROTE PJ Aa s'-e'lTYP_1 BY dTT A1VW1 w TEE S NER POST d mm STRIP TOP VIEW CAp _ _ _ _ 96' BEXD PEDUCFR 4 IETER BfPA55 SE CE UNE h*.14' CROM El 7- PLAN FENCE nx, TONXIE ° SCALE: 3/4'=1'-O' 6CTE WLLE � 0 'Q WARR GATE a �y ❑ a� D s'—o"{TYPlv F IJNE PAST PANEL CORNER POET FROM VIEW PANEL �'x1�' [,'RCDYE TYPICAL 1 3/4' 105WE fiD% a corER f � DETAILS 0 PANEL AND CAP SCALE- 1 1/2' 1'-C REDUCER QF REWIRED) so• BEND" ¢q � wAWw EE o b F� El a b ao VA TAPPSLEEVE [[,,]] C Aib YALYE M REINFORCEMENT AS REOIAREO N7y O 1WN1$' SLOT TYP. E%ISTINO -N Q 3 YOtY STRIP ENo pnsr LYE posr copNER pasr TYPICAL LARGE DOMESTIC METER TAP F1 NOT TO SCALE v'>s !HUES qq 1. ALTERNATNELY. METER BYPASS SERVICE LINE AND CATE WLYE CAN �E uXE POST � DI � Rg LOGVTm INSIDE YEFER YAllLT. , +�-yr RBE mdRnOE6 H SCALE: 3-1-O" AEPON OXIT CORNER POST SECTIONS DH .� 17�-,. PIER BELOW ELEVATION FENCE SCALE: 3/4'=1'-O' Waorer m S omaYrL orawlNc. ONE INCH 'mm m. OIYAAA APN MENED APN AEHEKO AAN MENT 24AN sp L- C—sos 042xr013-01 `m E m fi a O N V w a w _ ATTACHMENT 25-AD4 ENGINEERS AND SCIENTISTS NOTE: 1. WHERE THE WATER LINE CROSSES THE 10" WAS LINE THE WATER LINE SHALL BE INSTALLED BELOW THE 10" WAS LINE WITH A MINIMUM OF 1'-O" SEPERATION DISTANCE VERTICALLY AND ONE JOINT (18, MIN.) OF PVC (CLASS 150) PIPE SHALL BE INSTALLED IN SEWER LINE CENTERED ON WATER LINE. THIS WORK WILL BE CONSIDERED SU"DIARY TO THE INSTALLATION OF THE PROJECT AND NO SEPERATE MEASUREMENT OR PAYMENT WALL BE MADE. 2. PSI (PIPELINE SEAL AND INSULATOR, INC.), 8525 GOFORTH STREET, HOUSTON. TEXAS, 77021. 3. ALL CARRIER PIPE JONTS WITHIN CASING PIPE SHALL BE RESTRAINED. PROPOSED ROAD CARRIER PIPE L COMPACTED TRENCH BACKFlLL SPACER PIPE T 7 30' 30' CENTER AN 18' MIN. SEWER PIPE JOINT ON THE WATER PIPE. '+15 RISER, TYP. FIBERGLASS REINFORCED 10/WAS/PVC — POLYESTER RUNNER, TYP. (STANDARD SPACER POSITION) SECTION S/PDT/PVC SPACERS MAX 1 WITH EMBEDMENT FOOT FROM EACH PER SIDE OF CARRIER 100 PIPE JOINT CONCRETE ENCASEMENT PER ' 0a -1' MIN. `PIPE JOINT 12" PVC CASING PIPE 12" WIDE CASING SPACER, CASING END SEAL, PSI MODEL Al2G-2 OR PSI MODEL C OR APPROVED EQUAL APPROVED EQUAL AS PIPE CR NOT TO SCALE ENVIRONMENTAL F.NGINFFRS AN f] SCIENTISTS z LL RCP BELL FIELD CUT ATTACHMENT 26-AD4 'R REINFORCED CONCRETE PIPE RCP WALL FITTING e NOT TO SCALE JOSHUA P. FRISINGER r ..,.........................�.....r ��. 97545 T T T sPucE uwN � rEaErISTNP 1 a• Pus ES ASS EN aNFR pEpm (SEE NOTE moo r P1C NPnm& my AM Q OQIL 910wN R]R WALLS; �AB6 SPAR. yy5 yy� 3� 3� OWLS TO ANTW w RAT! TTY uno wATEASICP e' 5]/ dcM MITTPI 5TN HKOI( N SPEC TOP BIR NHEAE IE x' sTutjER 7 1n1L MP.) rr PR L— ZLj — wH�N '� RNUNHEN dNINr 5Tp NDICAIED AS SPECIFIED (TIP uNo) FCO1Na SEE NOTE 5] FIOOK FOGNG 7 P uN01 ENO WALL INEERNEDENTE WALL mum �. AMY WATERrMP oErwM ANT LHuID oDwN-WDM -FA ANN AN —cD T — AREA cF STR A uMRE IN ALL ANTERIOR W6 CMLE wAls AND SUBS. ANO WHO, NNIcK= ON PENIS. 2 SNAKIER WALL YAW EEMWINKED AT uON13 NBIgIR IIATEASICP OR WIE: SARIER WNLL Nor S1O11N DN TIE CI% NG 1 EW NiQaImIAT! WALL WR NWIaNTON NOT CL41 FOR MD WALL G DMD BH1 HOOM AIDS TO WMM OF SLAB ON FAR FACE OF %U "M CAE ODKR NDIU= ON CEIIEUL 51RUOT)ML NOTES °SIM- 3- THE SUWNOE N THE oNN°TRUOTIOH ,RW} s*U IE unFORNLr I omMED N AMPLN M (olsTAE uEINEEAI HIM ANo LOW POINTS ANo SIDE TO SIM OF $V To DA E A FRESH G, ROUGHEN d(HNr NAY BE RE W BY A NEIFD OCNSTRUCIIpI J(Ifl1, U COn1RACIDRS OPIION, AS 51401N ON THE V( CONSIRUCIg11 JOINT CETNL CONSTRUCTION JOINT 5flo HOT TO SCALE W- W YN. 51-0• YEL V-W YN. 101-0• HAx 1— AEAX. 1C-0• ILAfl. G SPKIC G 9ENCNa ® 5,D HOW mP uNo1 a CORNER sm NOCK (TrP unD o' ,YP. E ME LIP SPACE SE4EHERL IMIE �1N srRucnlldi rn1Es foPinwLj ++LTERwgE eONNs rl— ClCORNERENIML ,K XDR�IL RW/RAAY HICUS ..• . R N ORN[CNW REINFORCING AT WALL CORNERS sa) NOT TO SCALE EIE� RUINING N_5 iLEpy 10P PARS NORTN i SOIf1N E-W EEAM TOP BARS (N S EIEANsj DO R WEST RWEST EAST N-3 BFALI BOriDY BAps (Err 6cw5] E-W EI m E10=m am BAR PLACEMENT FORE UAL DEPTH BEAM5515 N(3E TO, SCALE SuPPORI �. in. NOl i'-0' Mln. 3'-0' MH. W: AFAI. CJ MIC" SEE m TW. N. UI1LM vHVt 5E NOICAATED Ow TIE PLANS. SOE BEMI jOM AT HAS A EmIION.'TC E -EWE THE THETHE N01E rouIMc CONIR"TWS PRNPO'#O [NNML TNN .MIA} LOp NS; MUST EE A RvgW RT EIIONEER 3. >II apY N IM S PRIce A TEE WHCfETE PLACOAO1r. NAY V2 d L/2 2 uHF.6 DIIERI'ILY EgMATFD ON THE PIANS OR APPR0IW w ENGINEER, 919E YAT AND SUB MAR 5MI PUCEMIMS BAWL NOT E1lCEW 'A FI MW OR 3000 SF. WINE d(NNIB SHALL BEN Ac%XIRDNICE NTIII L016TRUG1tlN JOWT DlDNIS SHOW! ON PLAN TIG SAEer- TYPICAL CONSTRUCTION JOINT SPACING so3 NOT TO SCALE ❑ SIIPPORE SUPPNRE O1.m SQ I�IW .M2 sQ BOIN MOM S LA kw G1JEYt MiltAff anBadP xlnc SQ gyu MDT! s SUPPORE (TAP.] 1. ALL W DID" 53a K SbHNry HOONS PER ACI 315 uMM o1 OmM S FED. ]. EICETIU BAR HNOHED ENDS 1 FIR FACE NF IIALL WITH CO� CONEBI MdG41EP ON GE1E]EIL SIPUCNRAL NOMS SMIDIT TpICAL DETAILS SHOWN ON "U AID S-933 ARE UU W TO RWYPS (g-050 S]. CLRR (S- m SERIESX IBR (Srt SERIES). RASPS (S-55D SEXES]. AND ODOR D0N1ROL s-4M AM STRUCTURES AND 5 2 APPLED IN LEU of SLNNR TFPICA. M 5 MOWN` ON o71m TIPICAL DETAIL SHEM. AFPLIr.AELE Tmm Ow" N6F SHDwN ON S—m ANO S-733 SHALL w Am m AS I10."ESSAWI', Mgt 1. TOP BOH41RmQR 9 NAY W UP SPLICID AT YIDSPNI WIIN A YNYY SPIJC! � OF LW m w SPL - 2 ALL DMOU AW NAY BE LAP SHUC£O AT SUPPCNIS MM A MINIMUM 12' LAP. 3. PftyVE AN ACI 5TANN" W NOOK FOR TOP MD DMOM RONFORCIN:, 4. SIDE BARS NOM PE: F EACH 5IIE CIF EERY AND 5HALL BE SPACED AS SHOWN ON DETAILS. 5. FOR 9ZE AND SPACING OF SDRRUPS SEE BEAM 3C I-E W PEWS. SIIRRAVS SNWL BE SYMIEIRXAL ABOUr fEN1ERIJNE OF SPAN. UhlE MOM oD w i ONE LPTR OF RONFi1RMEMr SHOWN. SEE BEAM RENRIR W DETINLS FOR rLL OF RONFNRODAM L TO6. TYPICAL BEAM REINFORCING ELEVATION sus M" TO SCALE �s MR 7 &R 6 NIE NCH ON NR161NL Df051'INC. ONE INCH .NW5 APY O AX ABM I➢IE A[Allm MN A. ubbock 1EXAS ADDENDUM 5 Engineer's Addendum No.5 RFP 14-12048-TF Northwest Water Reclamation Plant DATE ISSUED: November 7, 2014 CLOSE DATE: November 13, 2014 at 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Engineer's Addendum 5 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 TKFloresg,!Eylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, *76A& 74n" 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. 0425-013-04 ADDENDUM NO. 5 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF LUBBOCK, TEXAS NORTHWEST WATER RECLAMATION PLANT RFP 14-12048-TF CONTRACT NO. 12048 PROJECT NO. 922221.9242.30000 TO: PROSPECTIVE OFFERORS AND PLAN HOLDERS The Plans, Specifications, and Contract Documents shall be modified as required by the following items: Item 5-1 ADDENDUM 2, ITEM 2-22, Plans, Sheet G-035, VALVE SCHEDULE On valves 100-CV-111 and 100-CV-121, change the size from "4" to "3". Item 5-2 ADDENDUM 3, ITEM 3-1, Front End Specifications, GENERAL INSTRUCTIONS TO OFFERERS: Replace Item 13.1 in its entirety with the following: "13.1 The construction covered by the contract documents shall be substantially completed within nine hundred (900) CONSECUTIVE CALENDAR DAYS and final completed within nine hundred ninety (990) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to proceed issued by the City of Lubbock to the successful proposer. Item 5-3 Front End Specifications, GENERAL CONDITIONS OF THE AGREEMENT: In Item 34 TIME FOR COMPLETION AND LIQUIDATED DAMAGES, delete the amount of LIQUIDATED DAMAGES for SUBTANTIAL COMPLETION of 13,000" per calendar day, and replace with "$5,000" per calendar day. Item 5-4 Specifications, TABLE OF CONTENTS: In the appropriate location, add the following to DIVISION 15 of the TABLE OF CONTENTS: 15072 PIPING SYSTEMS, ODOR CONTROL Item 5-5 Specifications, Section 02835 — ORNAMENTAL FENCING, GATES, AND OPERATOR SYSTEMS: Item 1.4 C replace "loop detectors" with "photo -eye sensors". Delete 2.2 B. 6. b. in its entirety. Renumber the subsequent items of 2.2 B.6. accordingly. ADDENDUM 5 - PAGE 1 of 11 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum 51Addendum5_2014-11-07.docx 0425-013-04 In the next to last item in 2.2 B. 6. replace "loop detectors" with "photo -eye sensors". Replace 2.2 C. in its entirety with the following, and renumber subsequent items of 2.2 accordingly- "C. Primary Protection Device 1. Provide inherent obstruction sensing system that is self-contained within the operator. The protection device shall meet UL325 requirements. The system must sense and initiate the reverse of the gate, during both open and close operation, within two seconds of contact with a solid abject. D. Photo -Eye Sensors 1. The MANUFACTURER shall supply the following sets of photo -eye, per unit supplied, designed to be interconnected with the controller. a. Type: infrared reflector b. Application 1 j Secondary Protection Devices a) Install one (1) set of photo -eye sensors per unit at the gate crossing on the exit side of the gate to prevent the gate from closing while an abject is within the path of the close edge of the gate. Note that the close edge is the edge the gate moves towards during closing. bj Install one (1) set of photo -eye sensors per unit to prevent the gate from opening while an object is within the path of the open edge of the gate. Note that the open edge is the edge the gate moves towards during opening. 2) Automatic Opening a) Install one (1) set of photo -eye sensors per unit to provide the signal to automatically open the gate for vehicles exiting the property. Gate shall automatically open upon crossing the sensor beam. The open position of the gate shall be controlled by a timer internal to the controls of the system and adjustable by a touchpad. 3) Provide one (1 ) spare set of photo -eye sensors per unit. C. Photo -eye sensors will be installed outdoors. Photo -eye sensors shall be rated for permanent outdoor use, and be capable of continuously functioning in exposure to sunlight." Delete Paragraph 2.2 F (Miscellaneous Electrical) Item 1. b. in its entirety. Renumber the subsequent items of 2.2 F.1. accordingly. Item 5-6 Specifications, Section 13215, PRECAST WIRE WOUND PRESTRESSED CONCRETE TANK: Replace item 2.2 A.1.j. with the following: "j. Design Groundwater Elevation: at top of drainage pipe in aggregate layer." Delete item 2.2 G. 2. in its entirety and replace with the following: "2. Minimum floor thickness shall be 6 inches. The transition from the wall footings to the thin slab shall be designed to accommodate the wall loads and stressed for differential movement. Design shall incorporate a method to accommodate the stress at joint between thinner tank slab and thickened slab or footings at tank walls and penetrations. Method may include minimum 10" slab with two mats of rebar extending ADDENDUM 5 - PAGE 2 of 11 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum 51Addendum5_2014-11-07.docx 0425-013-04 a minimum of 6 feet from the wall. Other methods of relieving stress will be considered." In Item 2.2 G. 4. Change the minimum amount of reinforcing steel from 0.6 percent to 0.7 percent of the concrete area in each perpendicular direction. Delete item 2.2 G. 6. in its entirety and replace with the following: "6. A geotextile shall be placed between aggregate drainage layer and the flex base layer above. A second geotextile shall be placed between the flex base layer and granular leveling base. Geotextile shall be a needle punched nonwoven polypropylene fabric as manufactured by US Fabrics 100NW, Mirafi 140N, or Propex 401." In Item 2.2 G. 7. change the H D P E moisture barrier thickness from 15 mils to 20 mils. At the end of 2.3 A. 1. add the following sentence: "In lieu of Type K cement, Type II or I/II cement may be used." At the end of 2.3 C. 6. add the following sentence: "in lieu of using a waterproofing additive, 2 inches of shotcrete can be used on the final cover coat." Replace the last sentence of 2.6 B. 1. e. with the following: "All concrete connections may be by anchors designed by the Tank Manufacturer, or by anchors designed by the Contractor and approved by the Tank Manufacturer." After 3.7 F. add the following: "G. Cracks that develop in the slab shall be repaired by routed out the crack and filling with an epoxy or other approved repair material. Item 5-7 Specifications, Section 15022 — PIPING SYSTEM, STAINLESS STEEL: Delete 2.1 B.1.a. in its entirety and replace with the following: a) Higher Pressure Air Service: 1) Buried: Welded 2) Above ground: Welded or Flanged. Provide at a means of removing valves and other accessories using flanges or threaded unions. Item 5-8 Specifications, Section 15070 — FIELD TESTING OF PIPING SYSTEMS: Delete 3.5 C. in its entirety and replace with "NOT USED". Item 5-9 Specifications, Section 15072 — PIPING SYSTEMS, ODOR CONTROL: Add Specification Section 15072 per ATTACHMENT 1-AD5. ADDENDUM 5 - PAGE 3 of 11 F:"ojectsl04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum 51Addendum5_2014-11-07.docx 0425-013-04 Item 5-10 Specifications, Section 15892 — FIBERGLASS DUCTWORK, FOUL AIR: Add the following to the end of Paragraph 2.1, Item A.2: "e. Daniel Company' Add the following to the end of Paragraph 2.1, Item A.3: "e. Daniel Company' Item 5-11 Specifications, Section 15910 — FRP DAMPERS: Delete Paragraph 1.4, Item C.2 in its entirety and replace with the following: "2. Design pressure, inches water column: 30" Item 5-12 Specifications, Section 17000, INSTRUMENTATION GENERAL PROVISIONS: Replace 1.3 with the following; 1.3 CONTROL SYSTEM INTEGRATOR A. The CONTRACTOR shall employ a qualified system integrator to provide engineering, furnishing, installing, termination calibrating, adjusting, testing, documenting, starting up, and training in accordance with the contract documents. Scope included but not limited to the following; 1. Plant Network Multi Mode Fiber Optic Cable. Work includes termination panels, terminations, patch panels, patch cables, etc., per drawings and Specification Section 17311 "Control System Network." 2. Category 6 Copper Ethernet Cables. Work includes terminations panels, termination, patch panels, patch cables, per drawings and Specification Section 17310 "Plant Control Network Requirements." 3. Furnishing, installation and calibration of field instruments per drawings and Specification Section 17510 "Instruments." 4. Furnishing, and installation of Flow Division Box PLC:030 per Specification Section 17300 "Programmable Logic Controllers (PLC) Requirements." 5. Furnishing and installation to marshaling termination panels per Specification Section 17400 "Instrument Panels." 6_ Coordination of programming, installation, testing, etc. with pre - negotiated equipment suppliers and allowance based system integrator. 7. Installation and calibration of vendor supplied field instruments per drawings and specifications. 8. Termination and initial loop checkout of instrument wiring from instruments to controls panels. Add the following paragraph as 1.12; ADDENDUM 5 - PAGE 4 of 11 F:"ojectsl04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum 51Addendum5_2014-11-07.docx 0425-013-04 1.12 ALLOWANCE BASED SYSTEM INTEGRATOR A. The OWNER has provided an allowance, shown in the bid proposal, for Wunderlich-Malec Engineering to program and configure the plant control system components not included in the scope of the Pre -Negotiated Equipment System Integrator. The Allowance Based System Integrator's work of scope to include engineering, HMI and PLC programming, calibrating, adjusting, testing, documenting, starting up, training, and all related activities required. Item 5-13 Specifications, Section 17520, INSTRUMENTS: Delete the "PRESSURE TRANSMITTER" instrument data sheet located in the instrument schedule and replace with ATTACHMENT 2-AD5. Add the "DIFFERENTIAL PRESSURE TRANSMITTER" instrument data sheet, ATTACHMENT 3- AD5, to the instrument schedule. Item 5-14 Replace the Ovivo scope of supply in Appendix ❑1a (pages 380-384 of the Volume 4 PDF) with the revised scope of supply in ATTACHMENT 4-AD5. Item 5-15 Plans, Sheet G-006, FUTURE SITE PLAN (Seq. 6 of 434): Delete Sheet G-006 in its entirety and replace with ATTACHMENT 5-AD5. Item 5-16 Plans, Sheet G-007, GENERAL CONSTRUCTION NOTES (Seq. 7 of 434): Delete the last sentence of EXCAVATION AND BACKFILL NOTE 9 and replace with the following. "EXCESS SOIL ABOVE AND BEYOND WHAT IS REQUIRED FOR FINAL GRADING SHALL BE SPREAD EVENLY ACROSS THE AREA INDICATED ON G-006. SOIL SLOPES IN THE SHALL NOT EXCEED 10:1, EXCEPT OPPOSITE THE DIRECTION OF SITE DRAINAGE WHERE SLOPES MAY NOT EXCEED 5:1. TOE OF THE SOIL PILE SHALL BE AT LEAST 10 FEET FROM ALL FENCES AND PROPERTY LINES." Itam 5-17 Plans, Sheet G-008, PIPE MATERIAL AND PIPING NOTES (Seq. 8 of 434): For C-9001C-905 PVC change the pipe thickness from DR18 to DR25 for all pipes except for those used for potable and plan water. Change the Test Pressure for RS using CCFRP to from "50" to "5" psi. For RS BURIED add as an approved material "DIP", with minimum thickness class for'42 INCH PRESSSURE CLASS 150" For RS EXPOSED change the pipe size from "8 THRU 20" to "8 THRU 30". ADDENDUM 5 - PAGE 5 of 11 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum 51Addendum5_2014-11-07.docx 0425-013-04 For GS EXPOSED change the pipe size from "4 THRU 6" to "3 THRU 6". For FE sizes 6 THRU 14 change the rating from "C900 OR C905" to "SCHEDULE 80". Change joint type from "FLG" to "SOLVENT WELD OR FLANGED, SEE DRAWINGS FOR LOCATION". Change the Test Pressure for EFF using RCP or CCFRP to from "50" to "5" psi. For ❑ DIP BURIED change the pipe size from "4 THRU 18" to "3 THRU 18". Change the minimum thickness class callout from "4-12 INCH PRESSURE CLASS 350" to "3-12 INCH PRESSURE CLASS 350". Change the Test Pressure for all D pipes from "50" to "5" psi. Delete the two rows for AHP and replace with the following. AHP AIR HIGH PRESSURE 1 OR 2 BURIED 304 SS SCHEDULE 40 WELD 200 NIA NIA CLASS IV AHP AIR HIGH 1 OR 2 EXPOSED 304SS1 SCHEDULE WELD, 200 NIA NIA NIA PRESSURE 316SS* 40 FLG, OR AHP AIR HIGH 1 OR 2 EXPOSED GS SCHEDULE FLG 200 NIA NIA NIA PRESSURE I 1 1 140 1 OR T Change the Test Pressure for all ALP pipes from "50" to "25" psi. Delete the three rows for FA. Refer to note 31. For NAOCL change the pipe sizes from 1 OR 2" to 1 THRU 4". For POT change pipe sizes from 1 THRU 12" to "4 THRU 12". Change "BURIEDIEXPOSED" to "BURIED" ADD a row below POT with the following: POT POTABLE 1 THRU EXPOSED PVC SCHEDULE SOLVENT 150 NIA NIA NIA I 1 4 I I I 80 I WELD 1 1 For PW using ❑IP change the pipe sizes from "1 OR 6" to "4 THRU 6". For PW using PVC change the pipe sizes from 1 THRU 6" to "4 THRU 6". ADD a row below PW using PVC with the following: PW IPLANT 1 1 THRU I EXPOSED I PVC I SCHEDULE I SOLVENT 1 150 NIA I NIA I NIA WATER 4 80 WELD Add the following yard piping notes: "29. FOR DUCTILE IRON PIPE WHERE PRIRESSURE CLASS IS CALLED OUR FOR 4- INCH, THICKNESS CLASS 51 MAY BE USED. FOR DUCTILE IRON PIPE 6-42", THICKNESS CLASS 50 MAY BE USED. 30. PROVIDE A MINIMUM OF TWO MECHANICAL JOINTS CONNECTIONS WITHIN 10 FEET OF WALL FITTING FOR SIDE PENETRATIONS, AND FROM END OF CONCRETE ENCASEMENT FOR BURIED PIPES AS THEY TRANSITION FROM UNDER STRUCTURES. FOR PIPES UNDER A STRUCTURE PROVIDE A MINIMUM OF THREE MECHANICAL JOINT CONNECTIONS WITHIN 20 FEET OF ADDENDUM 5 - PAGE 6 of 11 F:"ojects104251013041Advertisement&BidDocumentsANWWRP_PlantlAddendum 51Addendum5_2014-11-07.docx 0425-013-04 END OF CONCRETE ENCASEMENT AS BURIED PIPES TRANSITION FROM UNDER STRUCTURES. 31. REFER TO SPECIFICATION SECTION 15072 PIPING SYSTEMS, ODOR CONTROL FOR PIPE MATERIALS FITTINGS, TEST PRESSURE, AND EMBENDMENT. 32. TRANSITIONS FROM C900 TO SCHEDULE 80 PVC SHALL BE ACCOMPLISHED USING A ROMAC 501 COUPLING OR OTHER ENGINEER APPROVED COUPLING." Item 5-18 Plans, Sheet G-020, GRIT REMOVAL SYSTEM P&ID (Seq. 20 of 434): Delete the pipe callout "21D" on the drain lines from the Grit Pump discharge, in two locations, and replace with "30". Also, the drain line shall be located an the suction side of the grit pumps, upstream of the valve and pressure indicator, instead of the discharge side. On the drain lines near the Grit Pumps, delete the ball valve and replace with a plug valve, in two locations. Add tag numbers to the valves; 100-CV-111 for the valve associated with pump 100-GP- 111 and 100-CV-121 for the valve associated with pump 100-GP-121. Clarification: The diaphragm isolators for the pressure instruments should be shown on taps on the main pipe, instead of in -line with the pipe. Item 5-19 Plans, Sheet G-023, FINE SCREEN P&ID (Seq. 23 of 434): On the drain lines from the Fine Screen Compactors (350-FSC-111 and 350-FSC-121) change the size from "8" to "4", in two locations. Itam 5-?n Plans, Sheet G-025, FLAT SHEET MBR BASIN P&ID (Seq. 25 of 434): Delete level transmitter LT-500-1X1. Remove the triangle from pressure gauge PI-500-1X1 Delete pressure gauge PI-500-1X2 Add a 1-inch solenoid valve with a triangle and the tag number CV-500-1X3. Run a signal a discrete signal from the PLC to the valve with the tag "OPEN COMMAND". Item 5-21 Plans, Sheet G-035, VALVE SCHEDULE (Seq. 34 of 434): Add the following note: "2. CHECK VALVES SHALL BE SWING CHECK VALVES UNLESS NOTED OTHERWISE." Change the size and type callouts of damper 200-DMP-102 from "30" to "36" and "PRD" to "VRD", respectively. ADDENDUM 5 - PAGE 7 of 11 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum 51Addendum5_2014-11-07.docx 0425-013-04 Item 5-22 Plans, Sheet G-037, VALVE SCHEDULE (Seq. 36 of 434): Change the size callout of damper 850-DMP-241 from "30" to "24". Item 5-23 Plans, Sheet M-112, PRELIMINARY TREATMENT SYSTEM SECTIONS VI (Seq. 106 of 434): Add the following to the GENERAL NOTES: "6. SCREEN MANUFACTURER TO PROVIDE A CUSTOM FABRICATED ALUMINUM RAKE WITH A 20-INCH WIDE ROW OF 3-INCH LONG TINES FABRICATED FROM 210 GAUGE ALUMINUM AND SPACED TO MATCH THE BAR SCREEN OPENINGS. RAKE TO INCLUDE A 1-1/4-INCH DIAMETER, SCHEDULE 40 ALUMINUM POST AND STANDARD NON -SLIP HANDLE. TOTAL RAKE HEIGHT TO BE BETWEEN 11 AN 13 FEET. ALUMINUM MATERIALS SHALL BE GRADE 6061-T6." Item 5-24 Plans, Sheet M-121, FOUL AIR PIPING PLAN (Seq. 109 of 434): Change the number cal lout for the pipe hanger standard detail from "351" to "355". Item 5-25 Plans, Sheet M-123, FOUL AIR PIPING PLAN (Seq. 111 of 434): Change the number cal lout for the pipe hanger standard detail from "351" to "355". Item 5-26 Plans, Sheet M-200, UPPER PLAN (Seq. 127 of 434): Delete Sheet M-200 in its entirety and replace with ATTACHMENT 6-AD5. Item 5-27 Plans, Sheet M-201, LOWER PLAN (Seq. 128 of 434): Delete Sheet M-201 in its entirety and replace with ATTACHMENT 7-AD5. Item 5-28 Plans, Sheet M-202, SECTIONS (Seq. 129 of 434): Delete Sheet M-202 in its entirety and replace with ATTACHMENT 8-AD5. Item 5-29 Plans, Sheet M-203, SECTIONS AND DETAILS (Seq. 130 of 434): Delete Sheet M-203 in its entirety and replace with ATTACHMENT 9-AD5. ADDENDUM 5 - PAGE 8 of 11 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum 51Addendum5_201411-07.docx 0425-013-04 Item 5-30 Plans, Sheet M-204, SECTIONS AND DETAILS (Seq. 131 of 434): Delete Sheet M-204 in its entirety and replace with ATTACHMENT 10-AD5. Item 5-31 Plans, Sheet M-205, SECTIONS AND DETAILS (Seq. 132 of 434): Delete Sheet M-205 in its entirety and replace with ATTACHMENT 11-AD5. Item 5-32 Plans, Sheet M-501, UPPER PLAN (Seq. 160 of 434): Delete level transmitters LT-500-111, LT-500-121, LT-500-131, and LT-500-141. Item 5-33 Plans, Sheet M-503, SECTIONS (Seq. 162 of 434): In Section J delete the pressure gauge PI-500-142. In Section J add a triangle next to the cal lout for the 1" solenoid valve. Add the tag number Cv- 500-143. Item 5-34 Plans, Sheet M-504, SECTIONS (Seq. 163 of 434): In Section K delete the triangle from pressure gauge PI-500-141 Item 5-35 Plans, Sheet M-506, SECTIONS (Seq. 165 of 434): In Section M delete the triangles from pressure gauges PI-500-111, PI-500-121, PI-500-131, and PI-500-141. Item 5-36 Plans, Sheet M-604, POST AERATION PLAN AND EFFLUENT METERING PLAN (Seq. 245 of 434): Replace the standard detail callout on the effluent pipe wall penetration from 320 to 322. Item 5-37 Plans, Sheet M-850, ODOR CONTROL SYSTEM PLAN (Seq. 268 of 434): Replace the 30" elbow and 30"x36" reducer at the discharge of Odor Control Fan No. 1 with a 36" elbow. ADDENDUM 5 - PAGE 9 of 11 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum 51Addendum5_20147 9-07.docx 0425-013-04 Item 5-38 Plans, Sheet 1-400, CBR AND MBR TERMINATION DIAGRAM I (Seq. 388 of 434): In MEMBRANE BASIN NO. 1 TERMINATION PANEL TP:MB1 make the following modifications: Change the callout for item 13 from "MEMBRANE BASIN NO. 1 LEVEL" to "MEMBRANE BASIN NO. 1 PERMEATE SOLENOID VALVE". Change the tag number from item 13 from 500-LT-111 to 500-CV-113. Change the wire from "MFR CABLE to 1-91C#14. Delete the junction box and callout for 1- 2PR#16TSP. In MEMBRANE BASIN NO. 2 TERMINATION PANEL TP:MB2 make the following modifications: Change the callout for item 13 from "MEMBRANE BASIN NO. 2 LEVEL" to "MEMBRANE BASIN NO. 2 PERMEATE SOLENOID VALVE". Change the tag number from item 13 from 500-LT-121 to 500-CV-123. Change the wire from "MFR CABLE to 1-91C#14. Delete the junction box and callout for 1- 2PR#16TSP. Item 5-39 Plans, Sheet 1-401, CBR AND MBR TERMINATION DIAGRAM I (Seq. 389 of 434): In MEMBRANE BASIN NO. 3 TERMINATION PANEL TP:MB3 make the following modifications: Change the callout for item 13 from "MEMBRANE BASIN NO. 3 LEVEL" to "MEMBRANE BASIN NO. 3 PERMEATE SOLENOID VALVE". Change the tag number from item 13 from 500-LT-131 to 500-CV-133. Change the wire from "MFR CABLE to 1-91C#14. Delete the junction box and callout for 1- 2PR#16TSP. In MEMBRANE BASIN NO. 4 TERMINATION PANEL TP:MB4 make the following modifications: Change the callout for item 13 from "MEMBRANE BASIN NO. 4 LEVEL" to "MEMBRANE BASIN NO.4 PERMEATE SOLENOID VALVE". Change the tag number from item 13 from 500-LT-141 to 500-CV-143. Change the wire from "MFR CABLE to 1-91C#14. Delete the junction box and callout for 1- 2PR#16TSP. Item 5-40 Plans, Sheet 1-500, MBR COMPLEX OVERALL PLAN (Seq. 392 of 434): Delete level transmitters for LT-500-111, LT-500-121, LT-500-131, and LT-500-414. Use conduit and wire for 500-CV-113, 500-CV-123, 500-CV-133, and 500-CV-143. ADDENDUM 5 - PAGE 10 of 11 F:"ojects\04251013041Advertisement&BidDocumentslNWWRP_Plant Addendum 51Addendum5_201411-07.docx 0425-013-04 Item 5-41 Plans, Sheet 1-501, MBR BASIN TYPICAL PLAN AND SECTIONS (Seq. 393 of 434): In Section A add a 1-inch solenoid valve with a triangle and the tag 500-CV-123. See drawing M- 503 (Seq. 162 of 434) Section J for the exact location. Show homerun to TP:M132-13. All items in conflict with this addendum are hereby deleted. THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. ALAN PLUMMER ASSOCIATES, INC. TBPE Firm No. 13 Joshua P. Frisinger, P.E. November 7, 2014 .J05Nt1A . �......' ..*. r ..5........... F 15ING ........... • rr -� 97545 ��,ti'••l� '•ti0- 11i rtz1hiGi -'�C c�l ADDENDUM 5 - PAGE 11 of 11 F:lprojectsl04251013-041Advertisement&BidDocument$INVWVRP Plant\Addendum 51AddendUM5 2014-11-❑I.docx ATTACHMENT 1-AD5 0425-013-03 SECTION 15072 PIPING SYSTEMS, ODOR CONTROL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Description of materials to be used for odor control piping. 2. All foul air piping systems will be tested. If demonstrated workmanship on one or more tests show that lines are sufficiently airtight, the ENGINEER may waive remaining testing on any given type or section of line. 3. CONTRACTOR'S Responsibility: a. Determine type of piping system to use when options are available. Piping system shall be a complete system with all necessary joints, transition fittings, gaskets, restraints, and supports. b. Perform testing of odor control piping systems. C. Repair any damage resulting from tests. d. Repair and retest all items which do not pass the tests as specified herein. e. Conduct all tests in the presence of the ENGINEER, and to the satisfaction of the ENGINEER and all State and local authorities having jurisdiction. f. All necessary blowers, pipe connections, meters, gauges, and any necessary apparatus to perform and conduct the tests shall be furnished by the CONTRACTOR. CONTRACTOR shall furnish all necessary equipment and make all tests at CONTRACTOR'S expense without separate measurement and payment, but said expense shall be subsidiary to installation of pipe. 4. Test pressures are specified in Test Pressures for Pressure Lines in Part 3 of this Section. B. Related Sections: 1. Division 15 Section 15015 "Piping Systems — Basic Materials and Methods" 2. Division 15 Section 15070 "Field Testing of Piping Systems" 3. Division 15 Section 15030 "Piping System, PVC and CPVC Pressure Pipe" 4. Division 15 Section 15060 "Hangers and Supports for Piping Systems" 5. Division 15 Section 15892 "Fiberglass Piping, Foul Air" 6. Division 15 Section 15910 "FRP Dampers" 7. Division 15 Section 15950 "Foul Air System Testing and Balancing" 1.3 REFERENCES: A. Refer to REFERENCES paragraphs in Division 15 Specification Sections that apply to the allowable foul air piping material supplied by the CONTRACTOR. 1.4 SUBMITTALS A. Shop Drawings: 1. Submit a description of proposed piping system. Description shall include drawings or figures showing which type of pipe will be used at each location. Indicate pipe connection method for each joint. 2. Submit information on pipe support locations. Pipe supports shall be of the type shown in the drawings. Spacing to be coordinated with pipe material and Specification Section 15060 "Hangers and Supports for Piping Systems". NOVEMBER 2014 15072 - Page 1 of 3 PIPING SYSTEMS, ODOR CONTROL F:PROJECT N25 13U4UI MTISEMEN UDOCIIMQJTSVNYWRP_PUH DENW N 51 UT HMEIR3115 PIPING SYSMMS, ODG MG OLWC ATTACHMENT 1-AD5 0425-013-03 PART 2 - PRODUCTS 2.1 ALLOWABLE PIPE MATERIALS A. The type of pipe material approved for foul air piping depends on the type of pipe installation. 1. Exposed/Above ground Outdoor: a. Contractor may use any of the following materials: Fiberglass b. Requirements: Piping system shall be in accordance with Specification Section 15892 "Fiberglass Piping, Foul Air". 2. Buried Outdoor or Exposed (above ground) Indoor: a. Contractor may use any of the following materials: Fiberglass, C900/905 PVC, Schedule 80 PVC, or ❑30341F679 PVC b. Requirements: Piping system shall be in accordance with either of the following specifications: 1 } Specification Section 15030 "Piping System, PVC and CPVC Pressure Pipe" for PVC piping systems. 2} Specification Section 15892 "Fiberglass Piping, Foul Air" for fiberglass piping systems. C. Buried pipe shall utilize Class IV embedment or concrete encasement. 2.2 PIPING SYSTEM A. Contractor shall supply all piping, fittings, and supports, and perform all installation procedures required to provide a fully functional foul air piping system. In addition to meeting the requirements of this Section, the CONTRACTOR must meet the requirements described in the related Division 15 Specification Sections. B. Testing: All foul air testing shall be field tested by the air pressure leak test. The air pressure leak test may be performed by either applying a vacuum or positive pressure on the piping system. Refer to Specification Section 15950 "Foul Air System Testing and Balancing" for addition testing requirements. The following minimum pressures for each leak test option are as follows: 1. Vacuum Air Leak Test: 1.5 psig 2. Positive Pressure Air Leak Test: 5 psig C. Joints: 1. All piping and fitting joints, regardless of pipe material, shall utilize a gasket. 2. Transitional coupling adapters must be installed to adjoin dissimilar types of pipe materials. D. Supports: 1. Supports shall be supplied and installed in accordance with Specification Section 15060 "Hangers and Supports for Piping Systems". E. Dampers: 1. Refer to requirements in Specification Section 15910 "Dampers". Contractor shall furnish all transition fittings required to joint point to dampers. PART 3 - EXECUTION 3.1 INSTALLATION A. General: 1. Refer to other general requirements described in related Division 15 Specification Sections. 2. Examination: Prior to installation, each pipe and fittings shall be inspected, flushed clean of any debris or dust, and straightened if not true. 3. Install piping system in a neat and workmanlike manner, properly aligned, and cut from measurements taken at the site to avoid interferences with structural members, architectural features, openings and equipment. NOVEMBER 2014 15072 - Page 2 of 3 PIPING SYSTEMS, ODOR CONTROL F:PROJECT N25 13U4UI MTISEMEN UDOCIIMQJTSVNYWRP_PUH DENW N 51 UT HMEIR3115 PIPING SYSMMS, ODG MG OLWC ATTACHMENT 1-AD5 0425-013-03 4. Exposed components of the piping system shall afford maximum headroom and access to equipment, and where necessary, installed with sufficient slopes for venting and drainage of liquids and condensate to low points. 5. CONTRACTOR shall obtain training by manufacturer's field representative in the correct installation and support of the piping system. B. Supports and Anchors: 1. The piping system shall be firmly supported with fabricated or commercial hangers and supports in accordance with the requirements of Specification Section 15060 "Hangers and Supports for Piping Systems". 2. Provide supports at equipment and structural members to avoid stress on the piping system and connecting items. 3.2 INSPECTION AND FIELD TESTING A. Inspection: Inspect finished installation for proper joints, sufficient supports, anchoring, interference, and damage to piping, fittings and coating. Repair damage to the satisfaction of the ENGINEER. B. Field Testing: 1. CONTRACTOR shall provide all test equipment, labor, materials and devices at no extra cost to OWNER. 2. Piping systems shall be tested in accordance with Specification Section 15070 "Field Testing of Piping Systems" while conducting the air pressure leak test by applying either a vacuum or positive pressure at the pressures described in Paragraph 2.2.13 of this Section. Refer to Specification Section 15950 "Foul Air System Testing and Balancing" for addition testing requirements. 3. All fixtures, devices, or other accessories connected to the piping system, which could be damaged if subject to the test pressure, shall be disconnected and ends of the branch lines plugged or capped. 4. Repair leaks and retest piping system until the piping system passes the air pressure leak test. END OF SECTION NOVEMBER 2014 15072 - Page 3 of 3 PIPING SYSTEMS, ODOR CONTROL ?: PROJECT W251013-04UDVEftTISEMMT6 UUWUM�_A�DEf M SNRACHMEKFMHM PIPING SYSTEMS, ODG MG OLWC IATTACHMENT 2-AD5 PRESSURE TRANSMITTER SHEET: JOB CODE: DATE: OF 8/18/2014 DESCRIPTION SUPPLY VOLTAGE: OUTPUT SIGNAL: TRANSMITTER HOUSING MATERIAL: DISPLAY: ACCURACY: REPEATABILITY: ❑IAPHRAGM MATERIAL: MANUFACTURER: MODEL: OPTIONS MOUNTING BRACKET: 24V DC LOOP POWER 4-20ma (HART) DIE CAST ALUMINUM 8-DIGIT WITH BARGRAPH 0.15% OF SET SPAN 0.15% OF SET SPAN CERAMIC ENDRESS + HAUSER PMC71 WALLIPIPE BRACKET BLOCK AND BLEED VALVE FLANGE RING ❑IAGRAM FOR 100-PIT-111, 121 TAG NUMBER DESCRIPTION RANGE 100-PIT-001 PTU PLANT WATER PRESSURE 0 - 90 PSI 100-PIT-111 GRIT PUMP NO. 1 DISCHARGE PRESSURE 0 - 30 PSI 100-PIT-121 GRIT PUMP NO. 2 DISCHARGE PRESSURE 0 - 30 PSI 700-PIT-101 PLANT WATER TANK PRESSURE 0 - 150 PSI NOTES: 1. PROVIDE ONE SPARE TRANSMITTER 2. 17520-1 A ATTACHMENT 3-AD5 DIFFERENTIAL PRESSURE TRANSMITTER SHEET: OF JOB CODE: DATE: 8/18/2014 DESCRIPTION SUPPLY VOLTAGE: ❑UTPUT SIGNAL: TRANSMITTER HOUSING MATERIAL: DISPLAY: ACCURACY: REPEATABILITY: DIAPHRAGM MATERIAL: MANUFACTURER: MODEL: OPTIONS MOUNTING BRACKET: 24V DC LOOP POWER 4-20ma (HART) DIE CAST ALUMINUM 8-DIGIT WITH BARGRAPH 0.15% ❑F SET SPAN 0.15% ❑F SET SPAN CERAMIC ENDRESS + HAUSER PMD75 WALL/PIPE BRACKET BLOCK AND BLEED VALVE TAG NUMBER DESCRIPTION RANGE 700-DPIT-101 PLANT WATER TANK LEVEL 0 - 6 FT NOTES: 1. PROVIDE ONE SPARE TRANSMITTER 2. oViWo ATTACHMENT 4-AD5 OVND Equi pment Sm pe of Supply �11105/2014) City of Lubbock NW WRF [M MF 3.00 MGD] Heac works General Equipment Information Size or Unit Motor Function Name Type Value Material Manufacturer Model or Specification RTY Ca Capacity P Y HP SCREENING FINESCREEN ROTARY DRUM 3 MGD SS VULCAN LFP-486 2 2 SCREENING FINE SCREEN ROTARY DRUM 6 MGD SS VULCAN LFP-608 3 1 SLUICETROUGH TROUGH N/A N/A N/A N/A VULCAN N/A N/A 1 GROUP OF MOTORIZED VALVES PER SPEC VALVE N/A N/A N/A N/A VULCAN N/A N/A 1 LEVEL MEASUREMENT LEVEL SWITCH N/A N/A N/A N/A VULCAN N/A N/A 3 LOCAL CONTROL PANEL N/A N/A N/A N/A VULCAN N/A N/A 5 SOLIDS HANDLING CONVEYOR WASHER SCREW N/A N/A N/A VULCAN EWP 250/1200 5 2 COMPACTOR Internal Recycle General Equipment Information Size or Unit Motor Function Name Type Value Material Manufacturer Model or Specification 4TY Capacity HP TRADITIONAL RECYCEL PUMP SUBMERSIBLE 4166 gpm CAST IRON XYLEM FLYGT NP3202 35 3 AVTO O ISOLATION VALVE PLUG 16 Inch CAST IRON PRATT/ROTORK I(J3 MODEL N/A 2 PUMP OUTLET PRESSURE GAUGE PRESSURE 0-15 PSI SS MCDANIEL MPB/SCU-GF N/A 3 GAUGE ISOLATION VALVE BALL 0.5 Inch 31ESS SWAGELOCK SERIES 40G N/A 3 PRESSURE DLAPHRAM DIAPHRAM INLINE 0.5 Inch 31ESS OMEGA SERIES 100 N/A 3 LEVEL MEASUREMENT LEVEL SWITCH FLOAT N/A N/A POLYURETHANE ENDRESS&HAUSER FTS20 N/A 2 LEVEL MEASUREMENT LEVEL TRANSMITTER HYDROSTATIC 23 FEET SS ENDRESS & HAUSER FMB52 N/A 1 TRADITIONAL RECYCEL FLOW FLOW METER ELECTROMAGNETIC 16 Inch POLYURETHANE ENDRESS&HAUSER PROMAG 53W N/A 2 METER MBR Zone General Equipment Information Function Name Type Size or Unit Value Material Manufacturer Model or Specification Motor 4TY CaPacHy HP SUBMERGED MEMBRANE MEMBRANE FILTRATION FLAT PLATE N/A N/A SS316 KUBOTA RW-400 N/A 48 UNIT DIFFUSER EXPANSION SYNTHETIC VIBRATION ISOLATION BULB 3 Inch API AMS203 N/A 48 JOINT RUBBER/SS DIFFUSER INLET I SOLATIO N VALVE BUTTERFLY 3 Inch CAST IRON KEYSTONE F221 N/A 64 DIFFUSER O UTLEY ISOLATIO N VALVE PLUG 3 Inch CAST IRON PRATT PBPV-030 N/A 64 PERMEATEH ISOLATIONTION VALVE BALL 3 Inch PVC ASAHI 1602-030 N/A 128 LEVEL MEASUREMENT LEVEL SWITCH FLOAT N/A N/A POLYURETHANE ENDRESS& HAUSER FTS20 N/A 8 c c�ye sw �v. w.�y. �r oair�-,was so¢cmaycb. r� i ovivo �ATTACHMENT 4-AD5 DVND Equipment Sm pe of Supply (11105/2014) City of Lubbock NW WRF [M MF 3.00 MGD] DIFFUSER CLEANING AUTOMATED VALVE 2 POSITION PLUG 10 Inch CAST IRON PRATT/ROTDRK IQT MODEL N/A 8 DIFFUSER CLEANING CYCLONE N/A 10 Inch SS OVIVO N/A N/A B CHEMICAL CLEANING VALVE BALL 4 Inch PVC ASAHI TYPE 21 N/A B ISOLATION CIP VENT VALVE BALL 4 Inch PVC ASAHI TYPE 21 N/A B PERMEATE HEADER ISOLATION VALVE BUTTERFLY 14 Inch PVC KEYSTONE GR SERIES N/A B DIFFUSER N/A N/A N/A N/A N/A KUBOTA DIFFUSER N/A 16 FABRICATION FASTENERS N/A N/A N/A SS316 OVIVO N/A N/A 64 FABRICATION STRUCTURAL GUI DES & N/A N/A N/A SS316 OVIVO N/A N/A 64 STABILIZER PIPES IN -BASIN PIPING & FABRICATION SUPPORTS N/A N/A N/A SS316 OVIVO N/A N/A 64 FABRICATION IN -BASIN PIPING & N/A N/A N/A PVC OVIVO N/A N/A 64 SUPPORTS WAS Zone General Equipment Information Size or Unit Motor Function Name Type Value Material Manufacturer Model or SpeaHication CITY Capacity HP VALVE VALVE PLUG 8 Inch CAST IRON PRATT/ROTORK IQT MODEL N/A 1 WAS TRANSFER FLOW METER FLOW METER ELECTROMAGNETIC 8 Inch POLYURETHANE ENDRESS & HAUSER 53W2H N/A 1 Permeate Control General Equipment Information Function Name Type TMPMEASUREMENT PRESSURE TRANSMITTER DIAPHRAGM VENT VALVE Solenoid FLOW MEASUREMENT FLOW METER ELECTROMAGNETIC MODULATING FLOW CONTROL AUTOMATED VALVE BUTTERFLY TURBIDITY MEASUREMENT TURBIDITY METER N/A TURBIDITY TRANSMITTER ANALOG TRANSMITTER SC200 TURBIDITY METER VALVE SAMPLING NEEDLE PERMEATE DIVERSION VALVE TWO -POSITION PLUG PH METER TRANSMITTER N/A PHTRANSMFFTER A N ALO G TRAN SM FITE R SC200 Size or Unit Value Material Manufacturer Model or Specification Motor QTY Ca acity P HP -15,15 PSI N/A EN DR ESS & HAUSER CERABAR PMC71 N/A 4 1 Inch SS ASCO 9210SERIFS N/A 4 12 Inch POLYURETHANE ENDRESS & HAUSER 53W N/A 4 12 Inch CAST IRON KEYSTONE/RORTORK IQT MODEL N/A 4 N/A N/A N/A HACH FT660 N/A 4 N/A N/A N/A HACH L%V404.99.70112 N/A 2 1/4 Inch N/A ASAHI LABCOCK N/A 4 8 Inch POLYURETHANE PRATT/ROTORK IQT SERIES N/A 1 N/A N/A N/A HACH DPDSPL N/A 1 N/A N/A N/A HACH LXV404.99 N/A 1 c c�ye sw �v. w.�y. �r oair�-,was so¢cmaycb. r� � ., - � o�ivo 440 �TTACHM ENT 4-AD5 OVND Equipment Sm pe of Supply (11105/2014) City of Lubbock NW WRF [M MF 3.00 MGD] ❑RTHD PHOSPHATE PHOSPHATE NIA NIA NIA NIA HACH 6159600 NIA 1 POWER BOX SC ANALYZER PHOSPHATE NIA NIA NIA NIA HACH LQV156 NIA 1 MTIRAILMOUNT PHOSPHATE NIA NIA NIA NIA HACH LZY285 NIA 1 CHLORINE ANALYZER CHLORINE ANALYZER NIA NIA NIA NIA HACH CL17 NIA 1 MBR Aeration General Equipment Information Size or Unit Motor Function Name Type Value Material Manufacturer Model or Speafica[ion CITY Capacity HP POSITIVE MBR BLOWER BLOWER DISPLACEMENT 2145 SCFM CAST IRON AERZEN MGM90S 200 4 MBR NOISE SUPPRESSION SOUNOENCLOSURE WITH BLOWER NIA NIA NIA AERZEN NIA NIA 4 MBR BLOWER TEMP TEMPERATURE GAUGE WITH BLOWER NIA NIA NIA AERZEN NIA NIA 4 MBR BLOWER PRESSURE PRESSUREGAUGE WITH BLOWER NIA NIA NIA AERZEN NIA NIA 4 MBR BLOWER TEMP SWTFCH TEMPERATURE SWITCH WITH BLOWER NIA NIA NIA AERZEN NIA NIA 4 MBR BLOWER FLOW CONTROL VALVE CHECK [WITH BLOWER} NIA NIA NIA AERZEN NIA NIA 4 MBR BLOWER PRESSURE PRESSURE RELIEF [WITH VALVE NIA NIA NIA AERZEN NIA NIA 4 RELIEF BLOWER] MBR BLOWER PRESSURE PRESSURE TRANSMITTER DIAPHRAGM -151-15 PSI NIA ENDRESS & HAUSER CERABAR PMC71 NIA 4 MBR AIR ISOLATION VALVE BUTTERFLY 10 Inch CAST IRON KEYSTDNEIROTORK ICITSERIES NIA 8 MBR AIR FLOW FLOW METER MASS AIR FLOW 10 Inch SS ENDRESS & HAUSER 651 NIA 4 MEASUREMENT SMU CIP General Equipment Info mnation Function Name Type MA221E INJECTOR INJECTOR VENTURI WATER SUPPLY VALVE AUTOMATED VALVE 2 POSITION BALL CIPTHROTTUNG VALVE BALL INJECTOR PRESSURE GAUGE PRESSURE GAUGE ISOLATION VALVE BALL PRESSURE DIAPHRAM DIAPHRAM INLINE FLOW DIRECTION VALVE BALLCHECK CHEMICAL ISOLATION VALVE BALL Size or Unit Value Material Manufacturer Model or Spedfication Motor CITYP Ca acity HP MAZZEI INJECTOR 4 Inch POLYPROPYLENE 4 INCH 1 CORP 1601-001 EM310E-15- 4 Inch PVC ASAHI IBETTIS NIA 1 C4-02-102 4 Inch PVC NIA NIA NIA 2 G-60 PSI SS MCDANIEL MPBISCU-GF NIA 2 0.5 Inch 316SS SWAGELOCK SERIES 40G NIA 2 0.5 Inch 316SS OMEGA SERIES 100 NIA 2 4 Inch PVC ASAHI 1210-040 NIA 1 1.5 Inch PVC ASAHI 1602-015 NIA 1 c c�ye sw �v. w.�y. �r oair�-,was so¢cmaycb. r� 3 �TTACHM ENT 4-AD5 DVND Equipment Sm pe of Supply (11105/2014) City of Lubbock NW WRF [M MF 3.00 MGD] PRESSURE CONTROL VALVE PRESSURE REGULATOR VALVE 4 Inch NIA WILKINS N/A NIA 1 CHEMICALFLOW FLOW METER ROTOMETER NIA gpm POLYSULPHONE KOBOLD KSM-4020 NIA 1 FLOW MEASUREMENT FLOW METER ELECTROMAGNETIC 4 Inch POLYURETHANE ENDRESS & HAUSER 53H80 NIA 1 TANK PDLYTANK NIA NIA NIA NIA NIA N/A NIA 2 Controls General Equipment Information Size or Unit Motor Function Name Type Capacity Value Material Manufacturer Model or SpecificationHP CITY PLANT CONTROL SCADA SOFTWARE NIA NIA NIA WONDERWARE NIA NIA 1 PLANT CONTROL HMI DESKTOP PC NIA NIA NIA NIA NIA NIA 1 PLANT CONTROL PLC PANEL N/A NIA NIA NIA NIA NIA NIA 1 RAS PUMP VFD VFD N/A NIA NIA NIA DANFOSS NIA NIA 3 BLOWER VFD VFD N/A N/A N/A NIA DANFOSS NIA NIA 4 Spare Part List Sae or Unit Motor Function Name Type Capacity Value Material Manufacturer Modelor Specification HP qTY SPARE FILTER BLOWER NIA N/A NIA NIA AERZEN 894209 NIA 8 SPARE BELT BLOWER N/A N/A NIA NIA AERZEN 893455 NIA 1 OIL BLOWER N/A 6 4TS NIA AERZEN ANSB220 NIA 1 TESTING BLOWER N/A N/A NIA NIA AERZEN NIA N/A 1 REPAIR KIT PUMP NIA N/A N/A N/A XYLEM FLYGT 6571703 N/A 1 TDDLSET PUMP NIA NIA NIA N/A N/A N/A N/A 1 PUMP OUTLET PRESSURE GAUGE PRESSURE G-15 PSI SS MCDANIEL MPB/SCU-GF N/A 1 SPARETURBIDITY TURBIDITY METER NIA N/A N/A N/A HACH FT660 N/A 1 MEASUREMENT TURBIDITY TRANSMITTER ANALOG TRANSMITTER SC200 N/A N/A N/A HACH N/A N/A 1 CALIBRATION KIT TURBIDITY METER NIA N/A N/A N/A HACH NIA N/A 1 STANDARD CAL KIT TURBIDITY METER NIA N/A N/A NIA HACH N/A 1 SPARE PH METER METER ❑PDSPS N/A NIA NIA HACH DPD1P1 N/A 1 CALIBRATION KIT FOR PH METER N/A N/A NIA NIA HACH NIA N/A 1 c c�ye sw �v. w.�y. �r oair�-,was so¢cmaycb. r� a ovivo YEAR SUPPLY REAGENTS ORTHO PHOSPHATE N/A N/A N/A N/A CLEANING ORTHO PHOSPHATE N/A N/A N/A N/A SPARE LEVEL MEASUREMENT LEVEL SWITCH FLOAT N/A N/A N/A SPARE LEVEL MEASUREMENT LEVEL TRANSMITTER HYDROSTATIC 23 feet SS M B R BLOWER PRESSURE PRESSURE TRANSMITTER DIAPHRAGM -15+15 PSI N/A SPARE PLATE MEMBRANE FLATE PLATE N/A N/A N/A SPARE TUBE MEMBRANE N/A N/A N/A N/A SPARE VALVE VALVE N/A 12 Inch N/A SPARE ACTUATOR ELECTRICAL ACTUATOR MODULATING N/A N/A N/A Miscellaneous General Equipment Information Function PRDI ECT KICKOFF MEETING MECHANICAL INSPECTION START-UP / COMMISSIONING START-UP / COMMISSIONING START-UP / COMMISSIONING START-UP / COMMISSIONING START-UP / COMMISSIONING TRAINING I N I TI AL TESTI NG FINAL TESTING EQUIPTECH SERVICE PKG QC & INSPECTION SHIPPING & RECEIVING INBDUND FREIGHT OUTBOUND FREIGHT Name Type Size Unit Value Material acity N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A BLOWER POSITIF DISPLACEMENT N/A N/A N/A PUMP SUBMERSIBLE N/A N/A N/A FINE SCREEN ROTARY DRUM N/A N/A N/A VALVE ACTUATOR N/A N/A N/A N/A N/A N/A N/A N/A ACCEPTANCE N/A N/A N/A N/A ACCEPTANCE N/A N/A N/A N/A SERVICE N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A �TTACHM ENT 4-AD5 DVND Equipment Scope of Supply 111105/2014) City of Lubbock NW WRF [M MF 3.00 MGD] HACH 2825254 N/A 1 HACH 2825352 N/A 1 ENDRESS & HAUSER FTS20 N/A 3 ENDRE55 & HAUSER FM952 N/A 1 ENDRE55 & HAUSER CERABAR PMC71 N/A 1 KUBOTA 515 N/A 5 KUBOTA N/A N/A 5 KEYSTONE GR N/A 1 ROTORK IQ3M N/A 1 Motor fr Manufacdrer Model or Specification QTY HP N/A N/A N/A 2 OVIVO N/A N/A 1 OVIVO N/A N/A 30 KAESER N/A N/A 2 XYLEM FLYGT N/A N/A 1 VUCAN N/A N/A 1 ROTORK N/A N/A 1 OVIVO N/A N/A 10 OVIVO N/A N/A 5 OVIVO N/A N/A 5 OVIVO N/A N/A 17 OVIVO N/A N/A 1 N/A N/A N/A 1 N/A N/A N/A 1 N/A N/A N/A 1 c c�ye sw �v. w.�y. �r oair�-,was so¢cmaycb. r� s IATTACHMENT4-AD5 Control Scope of Supply (11/5/2014) Hyperion proposes to provide control system design, programming, panel fabrication, and an operator interface system for the Lubbock Waste Treatment Plant. This proposal includes PLC control panels, motor control centers, variable frequency drives, HMI system, network equipment, engineering, design, programming, testing, and startup support. The revisions to this proposal are based on the following: - Additional software development for coordination with Wunderlich-Malich - Additional programming for UV system interface (moved from W-M scope to Hyperion) ENGINEERING AND DESIGN Hyperion proposes to provide the following engineering and design services as described in the bid documents. ■ Product data sheets ■ Shop drawings, including o Panel layouts o Panel schematics o Electrical one -line drawings o Riser diagram o Loop drawings ■ Quality control test reports ■ Operation and maintenance manuals ■ Load current and overload setting ■ VFD configuration settings All work on the control system design will be stamped by an engineer registered in Texas. PLC CONTROL PANELS Two PLC panels will be provided as shown on System Architecture drawings 1-001, 1-100, 1-101, 1-400, I- 401 and 1-402 and the associated 10 lists. PLC panels will have the following features: • NEMA12, mild steel, floor mounted, two -door floors standing, enclosures for indoor installation • Single 120VAC incoming main, fed from the motor control panel. • Allen Bradley PLC with the following components: o PLC power supply o ControlLogix 1756-1-71 0 1756-ENBT EtherNet IP communication module 0 1756-IA16 discrete input modules, 120VAC, 16-point 0 1756-OW161 relay output modules, 16-point 0 1756-IF16 analog input modules, 16-circuit, 4-20mA 0 1756-OFS analog output modules, 8-circuit, 4-20 mA © Copyright 20103 GLV. All rights reserved. Proposal #031313-1-MCS-AH-R5 Control Scope of Supply, Page 9-7 This document is confidential and shall remain the sole property of Ovivo. This document may not be reproduced or distributed without prior written approval of Ovivo. The data and information provided is furnished on a restricted basis and is not to be used in any way detrimental to the imerests of Ovivo. ATTACHMENT 4-AD5 Control Scope of Supply (11/5/2014) • Fuses for power provided to field instruments • 24 VDC power supply for field devices • Interposing relays for all discrete inputs and outputs. • Surge suppressors for incoming power and all analog 10. • UPS for maintaining power to the PLC and communication equipment through brief power interruptions • Ethernet switch • Multi -mode fiber optic media converter • UL 508A Listing The following panels will be provided, as shown on System Architecture drawing, 1-001: • PLC-100: Preliminary Treatment PLC Panel • PLC-500: Secondary Treatment PLC Panel PLC AND HMI PROGRAMMING Hyperion proposes to provide configuration and programming for the PLC and HMI for the following systems (as defined by the Input / Output list provided in the specifications: ■ Closed loop biological reactors 1 and 2 ■ Membrane bioreactor area ■ Primary treatment area ■ Communication interface for the following vendor provided equipment: o UV control panel VARIABLE FREQUENCY DRIVES Variable frequency drives (VFD's) will be provided as described in section 16265. Free standing variable frequency drives will be provided. All VFDs will be installed in dry, enclosed electrical rooms. VFDs will include the following: • NEMA12, mild steel, floor mounted, free-standing, enclosures for indoor installation • Danfoss VLT Aqua variable frequency drives with built-in fused disconnects and door -mounted operator terminals • Pilot devices, selector switch and ETM counter as required. • Integrated passive harmonic filter for motors 50 HP and larger. • Standard analog and discrete control terminals. • RS-232 and Ethernet IP communication interface. The following motor controls will be provided: • MBR blower VFDs, 175 HP (qty 4) • MBR recycle pump VFDs, 40 HP (qty 3) • Reactor Basin aerator VFDs, 150 HP (qty 2) © Copyright 20103 GLV. All rights reserved. Proposal #031313-1-MCS-AH-R5 Control Scope of Supply, Page 9-8 This document is confidential and shall remain the sole property of Ovivo. This document may not be reproduced or distributed without prior written approval of Ovivo. The data and information provided is furnished on a restricted basis and is not to be used in any way detrimental to the imerests of Ovivo. IATTACHMENT4-AD5 Control Scope of Supply (11/5/2014) CONTROL SYSTEM NETWORK The control system communication network will be designed, engineered, assembled and configured as shown on System Architecture drawing 1-001 and described in sections 17200 and 17311. The network will include the following: Each network cabinet will include (qty. 2): ■ Network equipment rack ■ Multi -media, gigabyte network switch (qty 2.) ■ Fiber optic patch panel (qty 2.) ■ Cat6 patch panel (qty 2.) ■ Uninterruptable power supply (UPS) HUMAN -MACHINE INTERFACE [HMI] SYSTEM The human machine interface {HMI} system will be designed, engineered, assembled and configured as shown on System Architecture drawing 1-001 and described in section 17100. The network will be based on Wonderware ArchestrA HMI software, and will include the following: HMI Operator Workstations (qty. 2): ■ Dell Optiplex desktop PC ■ 22" wide screen flat panel monitor ■ Microsoft Windows Professional ❑S • Wonderware runtime software ■ Uninterruptable power supply (UPS) HMI Engineering Workstation (qty. 1): ■ Dell Optiplex desktop PC ■ 22" wide screen flat panel monitor ■ Microsoft Windows Professional ❑S • Wonderware development software ■ HP Laserjet CP5525dn Color printer • Uninterruptable power supply (UPS) HMI Server Panel (qty 1): ■ Dell PowerEdge servers ■ Microsoft Windows Professional ❑S ■ Microsoft SQL Server 2008 ■ Microsoft Office Standard • Wonderware HMI data server software ■ Wonderware Historian server software ■ Cat6 patch panel (qty 2.) © Copyright 20103 GLV. All rights reserved. Proposal #031313-1-MC5-AH-R5 Control Scope of Supply, Page 9-9 This document is confidential and shall remain the sole property of Ovivo. This document may not be reproduced or distributed without prior written approval of Ovivo. The data and information provided is furnished on a restricted basis and is not to be used in anyway detrimental to the imerests of Ovivn. IATTACHMENT 4-AD5 Control Scope of Supply (11/5/2014) • Uninterruptable power supply (UPS) SPARE PARTS AND SOFTWARE Spare parts and software will be provided as described in specifications section 17400. The following spare parts will be provided: Spare Parts Qty. Surge Suppressor, 120 VAC power circuit 2 Surge Suppressor, 2 isolated analog signals 10 Relays 20 ❑C power supply 2 Ethernet media modules 2 Fuses (each size used) 10 The following software will be provided: Software I Qty. RS Logix Studio 5000, Standard edition 5 FACTORY ACCEPTANCE TEST Before shipping the equipment, Hyperion will conduct a Factory Acceptance Test (FAT). The FAT is to be conducted in the Austin area, and is to be witnessed by Ovivo. At Ovivo's option, your customer may also attend the FAT. The test will include forcing 1/0 and observing proper PLC outputs and screen representation, as well as alarm and report functions, in accordance with sections 17300, 17510 and 17600. STARTUP This proposal includes time and expenses for 45 days onsite far normal startup activities such as loop checks, clean -water testing and program verification. WARRANTY Hyperion will warranty our work including engineering and panel fabrication for a period of two year from delivery. This is a "make good" warranty: if a defect is found in our scope of work, Hyperion will bear the cost to repair the defect. For any components that Hyperion purchases and supplies on the project, we will transfer the manufacturer's warranty to Ovivo. We will not accept liability for consequential damages or losses such as lost production time or violation of discharge permits. EXCEPTIONS AND CLARIFICATIONS Section 16265 VFDs © Copyright 20103 GLV. All rights reserved. Proposal #031313-1-MC5-AH-R5 Control Scope of Supply, Page 9-10 This document is confidential and shall remain the sole property of Ovivo. This document may not be reproduced or distributed without prior written approval of Ovivo. The data and information provided is furnished on a restricted basis and is not to be used in anyway detrimental to the imerests of Ovivn. ATTACHMENT 4-AD5 Control Scope of Supply (11/5/2014) 0 2.5 C. 1. VFas, harmonic filters, disconnects, protective and pilot devices and controls will be packaged in a single enclosure. 0 3.1 A. Installation at site by others Section 17000 Instrumentation General Provisions 0 1.8 B. 2. a. Owner shall utilize Ovivo hotline to report control system problems during warranty period 0 1.8 C. Owner accepts full responsibility for removal or modification of any part of the control system during the warranty period 0 3.4 A 8. Transportation and living expenses are included for three persons to attend factory acceptance test in Austin 0 3.5 B. 4. RTU Equipment and associated testing are not included. 0 3.6 Training will be provided as follows: ■ 1 day for network administration ■ 1 day for HMI/PLC maintenance and configuration Section 17300 Programmable Logic Controller Requirements 0 1.7 B. Upgrade Service 0 One upgrade for each of the following will be provided during the two year software service agreement ■ PLC software ■ HMI software ■ Windows Operating system (based on compatibility with HMI and PLC software) Section 17311 Plant Control System Network 0 1.5 A. Installation, termination and testing of fiber optic cable are not included. 0 1.5 B. Network equipment will be provided by different manufacturers as required 0 2.2 L. Wireless Ethernet equipment is not included. Section 17600 System Configuration 0 2.5 G HMI training by others 0 2.6 Operation and Control Strategy o Hyperion shall develop control strategy and provide PLC and HMI programming for the following systems: E. Closed loop biological reactor no. 1 F. Closed loop biological reactor no. 2 G. Membrane basins H. Membrane complex sludge pump station I. Membrane complex air scour blowers M. Alum chemical feed system © Copyright 20103 GLV. All rights reserved. Proposal #031313-1-MCS-AH-R5 Control Scope of Supply, Page 9-11 This document is confidential and shall remain the sole property of Ovivo. This document may not be reproduced or distributed without prior written approval of Ovivo. The data and information provided is furnished on a restricted basis and is not to be used in any way detrimental to the imerests of Ovivo. IATTACHMENT4-AD5 Control Scope of Supply (11/5/2014) N. Sodium hypochlorite feed system O. Membrane clean in place system All other systems will be programmed by others. © Copyright 20103 GLV. All rights reserved. Proposal #031313-1-MC5-AH-R5 Control Scope of Supply, Page 9-12 This document is confidential and shall remain the sole property of Ovivo. This document may not be reproduced or distributed without prior written approval of Ovivo. The data and information provided is furnished on a restricted basis and is not to be used in anyway detrimental to the imerests of Ovivn. I A¢x ��x N- �p 15 I ":.o'Dz• NOTES 8Y SYIA�LCi- r I — 1. RAW WASIEWRT6t Pi1MP STRTK]N 2. PRELIMINARY TREATMENT LMR/RMFr PUMP STATION l 3. EOLP117ATON/PEAK FLOW STORAGE BASIN 1 S l �. CLOSE➢-LODP BIDLOGICRL REACTORS/MDR FILTRATION 11 S- W/EFFLLEHT FUME/Pf T AERATIGN/PLAN WATER PUMP STATION I LACE EXCESS OIL IN THIS AR S R-1117 -�' Klr=t 11 ]-8329 E=1313-BS&1 6. W7 WNTRGL SYSTEM 7. MECHANICAL BUILDING B. CHEMICAL STORAGE AND FEED/BLOWER/MA HTENWf+CE OuILDINCS 9. OPERATIONS BuILmNG O - U I a _�., ID- ELECTRIGL BIIILDIHGS 11- SACIOJP GENERATOR AND ELECTRICAL TRAHSFDRMERS I 1 12 PROPERTY LINE 11 PERIAETER FENCE LINE S I g f1- OIL,IGRS WELL S- 15G EASENEM I -FOOT BUFFER ZONE ",� 4 I Q� p 16- 5R7RN WATER RETENTION PONDS 17. THICKENING/DEWATERING/TRRNSFER PUMP/BLOWER BUILDING 19- SLUDGE HOLDING TANKS Wy] V V Z d ` + 4 • N 024 13 3 -SDS.0722 N-5B3. 722 4 E- 2C3. > m 19- SOLAR DRYING BEGS PHASE 11 - 3 NGD PHASE 16 - 6 MCD 0 a � � U F w [A 'c L j r 19 14 4 7 I I I I I I I PHASE 2 - 13 IACO � I PHASE 3 - 1S MGD •- I � � 17 I � CGNTRDL PANT 3 I I NOTES,_ 1- REFER TG G-DDT FGR AL]DmOHAL NOTES. •Anru' p�� 1 S 1 H 522 7 �sT�r e�r� 13 I - D f E-SOE.D722 O 12 MR 19 ONE H OMCINNL D IRMNGN a �sc1m .FP FUTU ITE PLAN ZMED OASR� SCALE. 1 W ATTACHMENT 5-AD5 G-m 0425-0I3-0I REF. TO CIVIL FOR CDNIIRUATIQN RDINATE WAIIWAY CONNECTION WTIH 4 FTI1. FIELD VERIFI' A-13C LKWAY LOCARON. l'-jL" SIOENAIH © [TYP.] QBLOCK AND, �BLEEED 1. SEE SHEET G-007 FOR ADDITIONAL NOTES. 2. AIR VALVE GDNIT LLER PANEL LOCATIONS SHALL BE COORDINATED WTH THE EQUIPMEM MANUFACTIRER. REM ROUTE MR SUPPLY PIPING ALONG WALKWAY AID HANDRAILS AS NEEDED. 3. IT SHALL BE THE TANK MAHUFACNRER'S RESPONSIBIW TO DESIGN AND INSTALL THE TANk FOUNDATION, TO INSTALL THE ANCHORS FOR THE WALKWAYS, HANDRAILS. AND STAIRS, AND TO INSTALL THE PIPES CONNECTING TO AND RUNNING BENEATH THE TANK BASED ON SITE CONDITIONS (AHD EKTENDING A MINIMUM OF 5 FEET FROM THE OUTSIDE EDGE OF THE FOOTING). REFER TO THE SPECIFICATIONS AND STANDARD DETAILS MR TANK APPURTENANCES AND ADDITIONAL REQUIREMENTS 4. GENERAL CONTRACTOR SHALL COORDINATE WITH THE TANK MANUFACTURER FOR THE SUBGRADE PREPARATION, INSTALDVTION OF MECHANICAL AND ELECTRICAL EIXIIFNENT, INSTRUMENTATIONS, CONNECTIONS, AND OTHER ITEMS NOT SPECIFICALLY REQUIRED OF THE TANK MANUFACTURER- DIFFUSER PIPING, ANCHORS, AND DIMENSIONS 3HAL BE AS SPECIFIED IN SECTION 11089 AND THE EQUIPMENT PROPOSAL WCUMENTS. CCNRR6CTOR SHALL COORDINATE DIFFUSER LOCATIONS NTH TANK AND EQUIPMENT MANUFACTURERS. TANK MANUFAC RER SHALL INSTALL DIFUSER ANCHORS. S. THE TANK MWUFA RER SHALL HAVE A REP6QNTATIVE OH -SITE AND SHALL INSPECT AND APPROVE ALL SUBGf ADE PREPARATION. / 6 GENERAL CONTRACTOR AND TANK MANUFACNRER SHALL CDMPL WITH THE REQUIREMENTS OF THE CEOTECHNKAL REPORT, 7. REFER TO SECTION 13215 FOR LEVEL BASE COMPACTION REQUIREMENTS AND FOUNDATION PREPARATION_ LE4EIJHG BASE MATERIAL SHALL BE PFNMOED BENEATH THE TANK FLOOR, FCORNGS, AND BOTTOYA OF THE PIPE ENCA_ENEN13 TO A MINIMUM DEPOT OF B INCHES, UNLESS OTHERWISE SHOWN. PLACEMENT AND CQMPAGTICN OF Al MATERIALS SHALL BE AS REQUIRED IN THE SPECIFICATIONS. S. PROVIDE BOLLARDS AROUND STAIRS A SUPPORTS AND EQUIPMENT PER STANCMRRD DETAIL 269. 9. THE SELECT FILL PLACED BaL THE STRIA RAL FOUNDATION SIAIB SHALL BE A CRUSHED LIMESTONE MATERIAL CONFORMING TO TXCOT ITEM 247. TYPE A. GRADE 1 OR 2. 10. THE GENERAL CONTRACTOR SHALL COORDINATE WITH THE TANK MANUFACTURER FOR THE WALWT CONNECTIONS 11. THE CONTRACTOR SHALL FIELD ROUTE PLANT WATER CONNECTIGNS. PIPES MAY BE MOUNTED TO THE WALKWAYS AND AROUND THE PERIMETER OF THE TANK. REFER TO CIVIL YARD PIPING MR CONTINUATION. 12. COAT ALL INTERIOR SURFACES OF THE INNER EQUALILATON WIN [INCLUDING WALLS, CEILING, FLOOR, SUMP(5), WATERSTOP REN ENCAST, PIPES AND SUPPORTS, ROOF OPENINGS, ETC.). REFER TO SECTION 13215 AND ONISION 9 FOR SPECIFIC COATING INFORMATION. ALL TANK CONNECTIONS APPURTENANCES. AND EPOKY ANCHORS SHALL BE INSTALLED PRIOR TO INSTALLING THE COATING. CLEAN OFF ALL EXCESS EPOKY AROUND THE ANCHORS AND PROTECT ANCHOR THREADS DURING COATING 13. PROVIDE NON -SUP SURFACE PREPARATION ON THE WALKING SURFACE OF THE DOME COVER, PER SECTION 1321& EXTENTS SHALL BE A MINIMUM S FOOT WIDE SAND PROJECTING INWARD FROM THE OUTER EDGE OF THE ROOF SLOPE. AN 8 FOOT WOE STRIP CENTERED ABOUT THE HANDRAIL TR EXTENSION TO THE CENAL HATCH, AND A 20 FOOT DIAMETER CIRCLE AROUND THE CENTRAL HATCH. 14. PIPE SUPPORT LOCATKNNS ARE FOR ILWSTRATIDN PURPOSES ONLY. FURNISH PIPE SUPPORTS IN ACCORDANCE WITH THE SPECIFICATIONS. WHERE NOTED, FURNISH THE TYPE OF SUPPORTS INDICATED. CLAMP PIPES LOOSELY TO PIPE SUPPORTS TO ALLOW FOR THESANAL EXPANSION AND COMPACTION. ,15. PROVIDE LANDING IN STAIRCASE. AS SHOWN ON E-0ARCED STAR 4• TEE HOSE STATION 1 3D4 [TYP, 3) 30/OF/OIP INLET FROM PTO y Ai SLOPE NON -SLIP SURFACE (SEE NOTE 13) 1INUATIONVrt 374 6" CONCRETE EQUIPMENT PAD 2/AIR/SST [f0 AIR TAX) TYPE I GUIDE SUPPORT (TYP. 3) 485 487 0 '. • .1i --------7~ 24% VERTICAL AIR RECEIVER TANK 21313-ART-111 LIT-200-102 LE-zoo-102 (C" PER MFR) ROOF PF AIR AWES FOR Aft LIMES \ \ 24. 7 �\ I �200-ALE-f O1 \� + 200-LE-101 rt-_2OO1.SH-101--------* I%�INS1R. ROOF • AI_ A� SS' aiiuNQM 1I1I 114 I �1��-LLZO.-1yyPEHETR4TI0H 2-z OF TANK R Cerrrek IN TANK OR INSTRUMEM ACCESS A 2OO-NT-I131 X '! N 237.27 CONCRETE 'f \ 1178.67 ' 1O0ME ROOF 444 p EOUALRATION fI (3A$IN 42' ACCESS HATCH 5) OR M-203 00 4 36- VACuuM Q u-zu= ` ALUM. 2 WALKWAY J -ND AND HAI[1YP. 3J RAL L-PIPE SUP R � 10 5 PEAK FLOW STORAGE BASIN .30E-0FDIP EMERITE/. OVERFLOW PIPE BCLLARO® [TYP. 11) D2 Q ALVE� M-204 ROLLER PANEL NOTE 2. TV 2] - AHD SUMP' BEGIN ROOF SLOPE f TOP NOUHIEDRAILHANDRAIL DGE OF RODE TRENCH DRAM IYATER CANNON [TYP S)® M-205 q 3 1 - REF. TCIVIL FOR L CONTINUATION ATION ALUMINUM 545 UPPER PLAN SCALE: 3/32"=1'-O" JREI CIVIL FOR CONTINUATION Q VALVE "HOLE cTYP. OF 2) im RESIN 4'-D- SIDEWALK OLUSICE FACE OF WALL INSIDE FACE OF YlAL1 CONCRETE WATERSTOP ENCASEMENT (PER MFR) BEGIN FLUOR SLOPE (PER MFR) PLAN NORTH LEGEND ■ = ITEMS PROVIGM BY EQUIPMENT ON ONE OINCH SUPPUERMR IS , PER SECTION 11080 ORIGINAL D INCH C. Clm WN kID PF IaE�>tEn DA6 TTACHMENT $-AD5 g:' M-200 0425-0 ', TO COCK CONTROL SY$TEL f a6"A24' TEE a0'>ta6' RFDuCER FOUL Ali FROM LARGE -BUBBLE 1.S/AHP/SS MIXING ------� SYSTEM OIFFLSERS AND HEADERS 38" BP n b •^� \ BEND �� 18" MDDULAnNc MOTORI2A. � � I PLuc VALVE AND e'-o' o1a 202 `\ ACTUATOR MANHOLE _ (TYP. OF 2) r,, ~off, a 200-v-101- 'J BLOCK VPLUG- 125 BLEB] ASSEMBLY 4/pW/per IBA MJBLI' (TYP. OF 2) "REF. CIVIL FROM MINE 30 OF 90 F/OP \ ♦ f f .6 SCREENS --- E GYERFI.ON N-20o f ++ \1 (REF. CIVIL} PVC OIP� (SEE NOTE 2 1- SEE SHEET M-200 FOR ADDITIONAL NOTES. 9 2. PRONDE BURIED PIPE TR SIITON FROM DIP a _---' TO M A WINIA6IM OF 5 FEET FROM OuTSIDE �. _.� :� EDGE OF FOOTING. 3. PROIDE SUBCRACE DRAINAGE PIPES AS A, I' SHOWN. PIPES SHALL BE V PVC PERFORATED PIPES AT 30'-0" O-C-, CONNECTED ABOUT THE PERIMETER BY A 8-INCH PERFORATED PVC PIPE CENTERED BEE TH THE MOISTURE - , _ 1 4'x4'.V-3" SUMP HARRIER FROM THE OUTSIDE FOOTING. n£ SUBGWE PIPES BENEATH THE SMUMRE 5HALL HAVE IR SLOPE, WITH R DRAIN UNE _—_—_—_ _ _ _ _ _ _ _ _ _ _—_—_—__ TO THE RWWPS AT 0,75% SLOPE AS SHOWN. THE T NI KPUFACTURER MAY PROPOSE AN SLOPE 36 dP OF� - ALTERNATNE DRAINAGE DESIGN TO THE 4.4 ENGINEER FOR CONSIDERATICfJ. CENTER® _ _ OF FROM EO 4. ELEYRTI0N5 OF SUBGRADE DRAIN ONES 5L� SIIYP M-205 TO PFS DENOTED BY AN ASTERISK (.) TO BE CONFIRMED W/ TANK MAN FR RER- CONC. r Ryy WATERSTOP - V¢Y�_ �_ Dx .. ENCASEMENT EaUAUBAS HTIOH LEGEND HIGH PT- TRENCHffj" (EER MFR.] [ ELEV. a 4.6CW 11 . ■ = INDICATES ITEMS PRONDED BY (MIN.-DErm AT H-P: 37 PENEGGTIATEO EOUIPMEM SUPPLIER OUTSIDE WALL FACE BEpN I BMW FLOOR SLOPE INSIDE WALL FACE ROPR SLOPE [PER MFlR.] .- CCNG- WATERSTOP ENCASEMENT (PER NFR-)) � INSIDE WALL FACE _ _ -�-� �• OUTSIDE WALL FACE STORAGE BASIN GONG. FOOTING SURCRACE DRAIN PIPES ------------ ELEv. 524300 LOWER PLAN SCALE. 3/32'-1'-0" WYE PLANT NORTH M 1 ��Y aZ x - HLO� � S.S PIPE8 8. � O] Ee^� Y 0 TO DftWN E FL d. 3223.00 2• a s S CL 0 2" • 3/4" TYPE 3AN 3 STAINLESS STEEL ANCHOR m RING 1AE10E0 TO PIPE ❑ P Ox $ NOTES: R C 1. 1HREE [3] REpUIREO: (2] - B" DIA. FOR Cd/BUSnBLE GAS DETECTOR U ® NJD LEW1 SWITCH; [1] - B" DIR. FCR LEYFL INSTRUMENT. A a INSTRUMENT ROOF PENETRATION DETAIL n SCALE- NTS ., j LI.1 TAXI WALL "7 a SA PANSIONS BOLT EXS 3/4"e u-BOLT W/5" THREADED V 5 BOLT WITH FLAT WASHER �B TH BIDES AND LOCK WASHER ON ry b+ LENGTH, PLUS 2 HEX. NUTS NOT SIDE A EACH SIDE MR IS ONE INCH ON E U-BOLT INSIDE O RGINA- DRAW1 RADIUS INOI � MATERIAL! TYPE 316 STAINLESS STEEL r.Ten LON PIPE BRACE DETAIL $GALE NT$ - d ATTACHMENT 7-A05 M-201 0425-013-OI NAIMIXMM CARTED � %7 WALKNOLY ANp I AWNI HMICRNL (SEE NOTE 3] (SE S N RCASE 1 -ND \TON' ELEV. 3280.87 [REF. SPEC.] % MAX NSE .5Y5E.75 J CONCRETE SIOEN'ALK PEA15 FLDW C TOP SOIL STORAGE B0.51N ELEV. 124.T M 2.-D" CLAY - ANCHOR HOPE DEUI1-51TE MOISTURE FARRIER ': MIXING 13 TOC ELEV. y7y7.Og ® 20 MIL HDPE MOISTURE........................ ..........:::....................................::....... BARRIER CURTAIN ARLYJND 1 PERIMETER OF MonHG TOTOP OF AGGREGATE FILL LAYER ....................................................... 8' PVC PERFORATED LATERAL PIPE jiW.j E ELEV. VARIES AT A SLOPE OF 1% DVERFL0IY ELEV. PER , AWN. NESH HMlCPAIL 568 TANK NANO—URER OUTSIDE FACE [INNER TANK] BRACE ^SHOTCRETE BULB BO' FLSxFLG FEND DIP FL WALL FrrnNTTRNC TA45E ELOOW SUPPORT (SEE NOTE 2] TRENCH DRAIN (BEYCni 1. MAK DEPTH V-00 BE NOTE 12 ON GROUT PULL M-200 FOR -� COATI REQUIREMENTS n MCRETE fiLAB:.:::� .. ................. a.a.1:_Y':::::::::::::: :% �xil::::::.: ....................... 55' ALUM. =GRAIL ACCESS INSTF SIEN FDR HATCH INSTRUMENT ACCESS 18Y-D" [SEE NOTE 3] BO'-D' CONCRETE DOME, RISE 1/10 DIAMETER PLUM. MESH FVNGRML — SPRINGUNE I — SEE NOTE 12 ON SHEET M4L VISE 3259.23 N-20I FOR TINGCUA REGUIREMENTS I CONCRETE WR E01!AL2ATION PER .. PER EHTANK ENrTMAN BASIN I FAC TANK MANUFACNREF) CENTER SUMP G^ GPMULAR ] ^ I M-205 EASE (REF. R.EDIBLE 945E PER SECTION 02001 8" SCARIFIED AND RELOMPACTED NATIVE SOIL AT 85M GPTIMLN MOISTURE CONTENT AS NEASUREO En STANDARD PROCTOR TEST. J ENT ] �.:reP:i _:::T":S:'S'��sC.:.. ..Y•v£.-x:L.-:5:"J�'y'+'T.'1':, !'iS"rN�::;: etFi:.'..�u.f'.. L 3227.00 J FROM EC BASIN TO PFS BASIN & RNWPS OVERFLOW CONNECTION AND SUMP SECTION,"'N SCALE: 1/4- = V-O' M-200, M-201 .rr 111d� i CONCRETE LENCASEMENT® 1'-8' LAYER 1 CEOTEKpLE R" PVC PERFGfMTED PET' NEVER PIPE [TYP.j - AGGREGATE PULL ND. 57 E/D�C 2 d-2IX7, u-2O1 Ta R...-- E FRP DONNCOMER PIPE FLANGE PING (NO BOLT HOLES) NOTES, I- SEE SHEET V-200 FOR ADDITIONAL m T¢" NEOPRENE GASKET NOTE$. SEAL ALL AROIND Z TANK MANUFACTURER MAY SUBMIT ; 0 2' CL 1 ALTERNATIVE OVERFLOW PIPE SUPPORT O S O CL METHODS FOR APPROVAL BY ENGINEER P7 PRIOR TO TANK CONSTRUCTION. L N ; . SECTIDN A: WALKWAY AND HANDRAIL 4 • EXMN51M FOR ILLUSTRATION PURPOSE$ W ❑ Z K 3' MIN. ADD PROTECTIVE ONLY- REFER TO PLAN CA! SHEET A [-± p [GATING AT M-200 FOR ACTUAL LOCATION. OPENINGS 5' EGVAL TO PIP ✓� [] a a � FOUL AIR s � ROOF PENETRATION DETAIL SGALE: TUTS GREENHECK GR51 VACUUM— RELIEF DAMPER OR Y,:' NEOPRENE GASKET APPROVED EQUIVALENT SEAL ALL AROUND N.A • F Y� I S/S EkPANSION BOLT VENT nie'r"Max E 11 s1 sv SOL EXPANSION 60LT. � }I yytFx! 3 _ K TCOATING AT OPENINGS ®' ADD PRDTE� _HALF SECTION HALF PLAN a�-Lm oAc VACUUM RELIEF D E' ROOF PENETRATION DETAIL�i ATTACHMENT 8-AD5 �'-�2 MS O425-013-01 ALUM. HANOPNL R �� 10Y_KIGAY 2i' DAMPER 200-OMP-1O1 TYPE GUIDE - SUPPORTS [TIP. 3] 22'-B" PER TAMK MFR_ PERTANK MF2 SAMPLE TAP TOP OF GR6TING ELEV- (SEE NOTE 4) 24 A/FRP PER WALKWAY MFR- TOW ELEV- PER TANK L ELEV. 3264-30 �SLCPE FLOW _ ELEV- 3264.75 MANIIFACRIRER MAX ,� 3 325l.75 ROOF �_ N © PENETRATX]N .9 M-202 TCC ELEV. TOG ELEV. 3260.57 - ' TOP OF PIPE Nw.G7 L ALUM. ri WAT k pv7=BELOW ELL>'. %'-0' SEE NOTE 2 HANDRAIL (HANDRAIL NOT ® r CaReEL� .- 9Y TANK MFR. SHOWN FOR CLARITY] SUPPORT I PIPE BRALE,2� ow.) M-201 ALUM. STNFiCASE® N GGG7 3._6. SEE NOTE 3 x M PIPE SUPPORT w X. W'- O.I. PIPE I 2 _B _ ]l" EXPANSION JOINT —__ f U M-853 FLANGED PMC/FRP--- GRADE E. 3243-OD - J TRANSITION AT GRADE _ r Q ELEV. 32O.W TGC ELEV. 3237.36 ' �. FCh CONCRETE WATERSTCP ':.'2 r PVC SIP D 6EOTECL.E ENCASEHEM (TYP., PER::.:E ELEV- .96 F] EY TANK MANUFACTURER 2 24'x36' TEE 3263.50 e OIP FLGxFLG WALL _.�T N F RHC B wN �9 J i 20MILHDPENOISR.RE''' ..................................... 30/OF/PVO TO '::': �... Q - 20 MIL HOPE NOISRIRE BARRIER wr- � ¢ Q STORM WATER �fiRIO CURTAIN MOIINO:::::::.:'.:::::.::: ND N. 2 :::.., CURTAIN AROUND SUB PERIMETER G FOOTING -OEOTEXTILE - '.:-PERIMETER OF FOOTING TG TOP 36, PVC TO ~ PIXJD H0. 2 .. ......................................... ... :: OF $UBGRAOE EUMNIA-GE PIPING ... ODOR CONTROL D 0 TO TOP OF SUBCiRPDE DFdVNAGE PIPING EF- CIYIL S ELEV E1E�'. 3232.29 d z FOR COftT. � o Qa ;::;:;'SECTION;:;:;:;:: LL SCALE: 1/4' - I'-D' M-2� 1- SEE SFEET M-2DO FOR ADDITIONAL NOTES. N $ — a a z c ...................... .................................................... . 2. CONTRACTOR SFULL PROVDE A GRATED AWMIWM TRANSITION PIECE, �0 2 SUCH AS A RAMP OR STEPS TO CONNECT THE WALKING SURFACE OF F- 9 O LE THE ELEVNTm WALKWAYS TO THE PECIE ROOF OF THE A BASIN - L] ........................................................................ ... OEOTIXT '+a �W W _ 6 TRANSITION SHALL COMPLY WITH SPECIFICATIONS AND STANDARD DETAILS Q E ELEN- 323BP3: .... WHERE RPPLICF9LE. [yC�e�.'' N V1 g.......................................................................................................... 3. CONTRACTOR SILL COORDINATE WITH WALKWAY SUPPORR AND TARN D k M NUFACTU PER FOR ANCHORAGE, SUPPORT. AHO DESIGN DETAILS FOR BRIDS'-O' (EXTENT TANK MFR. SCOPE) DESIIGN OF ANCHOR E AT WALL AND UPPORTS M0vE ROOFRT�W/J-kW4YAANUAND STRUR SHALL TANK PROVIDE ffi CONNECTIONS 5 S 4. CONTRACTOR SH41 PRDYIOE 1/4-INCH SAMPLE TAPS AS SHOWN. PROVDE A REMOVABLE PLUG FOR EACH TAP- 8 FROM PF$ TO STORMWATER RETENTION POND o OVERFLOW PIPE dETAIL�� SCALE- 3/8' _ 1•_0" M-200. M-201 (®HA__IDAY HATCHADD PROTECTNE TTPE FR-42i2 OR 2•-eALUM. HANDRAIL 2•-�ALUM. HANDRAIL APPVED EOAL2l/FA/FRP d' WALKWAY ®7 26/FA/FRP d: WALKWAY ® OPENICSAT ®il'YE GUIDE MESH HANORNL 568 SERL ALLPARWENDASKEi e SUPMRT TYPE I WIDE Ir� ¢ ELEV- 3264-70 SUPPORT ®® _ 1i a STRINLESS STEEL EXPANSION ANCHORS _ Y PF IGE BANDED {-�• i-O. (TOTAL 12j _ OPENING THROUGH HVJORAIL FOR PIPE . G dO GI ONE INCH ON y TCC ELEV. 3260.57 iti<H PROVIDE EXTENSION - STIR � STRUCTURAL MEMBER PER c� LON TCP OF GRATING ELEV. FOR PIPE SUPPORT TOP OF GRATIN ELEV. TANK MANUFACTURER- PERriP1JIWAT MAR. PER riALNWAY MAR. Nm .PF gg VE11m DA6 i SECTION /"Hl, SECTION HATCH DETAIL SCALE- 1/2' = -D- M-203 SCALE- I/2" = -O' M-203 SCALE \TS ATTACHMENT9-ADS � �W"�Tva$ E TOO ELEV PEAN FLON 3237.3! STORAGE BASIN .... PYC WATEASTOP'.'.".'.'.'.' ]•-O' NUOUS ARW1al PIPE DIA. SLMP 1.5/AHP/HOSE FROM AIR GON$'MGTION JONT TANK 3 MIN AVERS DF 'EN EH PIPE FROM PTU - 30/OF/DIP - — - ENCASELEN . .'T:_0... :.'.:.:.:.:.:.:.:.: AND FLUOR FINE SCREENS OVERFLOW MIN. . FOOTING . .. .... ... ... . DIP EFONy-E MLLER ', RADILIS:.'AR 1413 PIPE FLEXIBLE 20• ELBOW .'.".'.'.'if- ELEV. a=lm] .. .. .. ..... .. ..... LEL411HG BAD:.'.'.'.'.'.': .. ... .".'.'.' .'........ ...... .... .......... ... MATERIAL........: ......F............ .. .'FLEMPI-E BASE PER A ... . "RE DIP ... ... 30/OF/DIP FROM PTU FINE SCREENS OVERFLOWY","", SCALE: HTS M-2DO. M-201 ROOF PENETRATION PIPE SUPPORT IBELD'Aj [SEE NOTE 3] 1-5/MP/HOSE ND RAIL® ■ FR.) WWEF, SuPPI-i AT 3.751NCH C.C. --- AIR VALVE COKTRDLLEP +EL SECTION ` AIR CONTROLLER PANEL &PIPING DETAIL FSCALE: SCALE: 3/4' = 1'-O' 3/4• - 1'-O„ — EO1MN],ATIOM BASIN TUC ELEV PEAR FLOW 3237-30 STORAGE BASIN COHCf¢TE ENCASEMENT [PER MFRj TRENCH DRAIN i �--wx DEPTH 5.97 TOc aEv. CONCRETE ENCASE -ENT 313" .__ -- _ . n .. .............................................. ........ ................. .:......:............................................... a ...... - Z xrrtF'. 3 �sr. � .s .., ... .... .... ..: °'.s"• � K+���'.: "'�: I 1. SEE SHEEP M-200 FOR ADDITIONAL NOTES. � 3 urERs of e M IL 2. D CENTER TANK uANUFACNRER HAr PROVIDE A a'-D' DLWETER ROUND PI)LT. �S,IP _—_—_—_—_—_—_—_—_—_—_ 30/SRS/OIP _—_—_—_—_—_—_—_—_—_ _� BETWEEN ..� ..... SOUP AS AN ALTERH4TINE TO THE SQUARE SUMP SHOWN. PIPE ENCASEMENT ..'. �7+'.'.'. AND FLOOR MC111AG 3- PIPE SUPPORTS AND COMNECTONS FOR AIR PIPING TO AND FROM AIR VALVE CONTROLLER PANELS F1IRNESHED BY EgUIMN MANUFACTURER. . ......... _ •:1.;('' ..{� .L '� F � 'ir � a = �' -1 •T REFER EWIPME PRCPD_AL OCCUMENTS FOR A➢DI IDN L DIP MJ�MJ TD INFORMATION. M SHALL INSTALL ANCHORS PER ............................................................................................ .............. ........... ..�5HURi ..... .B7 RAOI EOUIPMEHT MANUFACTURER IHSTRLCDDNS- BENDhUF RER IN 7RIJ ............................................................................................ .............. ........... ..... FL.... 22B.4] 3fl SR5 DIP FROM PTU ��� FIEEXI� BASE o�oT m ATTACHMENT 10-► SCALE: 3/6' = 1'-a_ Do �Fm MR IS ONE INCH ON ORIGINAL DIV4M - ICIEII u➢N LU6 M-2U4 @ 0425-013-0I $ & FOOTING MPF-j PLAN ® SEE NOTE 12 ON-O" ' SHEET M-200 r WIDE POCKET OF H0. 57 AGGREGATE SURRouWIHG CEnfmAL SUMP FOR CDAPrvC j I CONCRETE SLAG REDNIREMIENTS 6'-D• (6' MIN.) SEE NOTE 2 ' GEmEmLE FLIXBLE BASE :.'.PER SECnON B•MN :.'. 02.001 :.:.: ; e - - AND RNMP9 [REP. CIVIL] CDNC1 E E ENCASENENT� B 1K - - - —1! SLt)PE B' GRANULAR LEVELING J GROAT SLOPE 1g• DIP MJ. E RASE CREF. SPEC.) WALL FITTING 6' PVC P 1 iW LRTERAL PIlR PE YP,) ( SECTION CENTER SUMP SUMP DETAIL SCALE: v Y Y Y Y — v v v v v Y 5/8" 304 S.S. ALL THREAD ROI; 304 S.S MINIMUM L 30 � 5/8" WITH 304 SS. 304 S S. LOCIONG NL15 /j DOUBLE 1 (�> UN 6TRI/T G4LVANIm J i dRIN S RLE SWMEL - RINGS, , r SPUR TYPE PER ANAL FIGURE 1 104 OR EQUAL BQ�a 1Ij y 1. SUPPORT SPAONG SHALL BE PER 5PECIMC TnNS. 1 2. AT METAL WALKWAY ANCHOR SHALL r RE REPLALm WITH A BOLT. PLANT WATER PIPE SUPPORT To "T T:: `.:::ALE A 1/2' OVERHANG (TYP.) 2' MN. I wE L ■,X' THICK HYPALON REINFORCED FABRIC 76".9y TYPE 310 Ss HIM ADHESME ANCHOR ON 6" C/C MR) 22•Ki•M RECTANGULAR OPENING fl f11 � rL I 1})/AHP/HOSE■ (IyY PER MFR) TYPE 319 SS P LAN' • FROM AIR ,NRROLLPANEL IER ADD PRDTEC PH 1 COATING AT OPENINGSI I IIE,I1�� -- - - - - - - �I-5/AFP/HC5E MII (OTY PER MM SEE NOTE 5 1.5/AHP/SS COTY PER MFR) 1 TG SYSTEM HEADERS AHDMI%ING DIFFLSERS SECTION A AIR LINE$ ROOF PENETRATIONS SCALE: 2" = 1-0" WATER CANNON MODEL 4915000-21 WTH #104507-7 SHsPER TIP NOZZLE WITH N' DISCHARGE ORIFICE MmUFACTuRED Br STAHG INDUSTRIES (TYP.) -¢- OF WATER CANNON RISER (SEE NOTE 3) -TAP FOR HOSE BIB CONNECTION ( ffl_ 3 LOCATIONS, REF. TO SHEET Y-200) " DIP PLUG VALVE f RETE ROOF W BEND 2) 4• DIP TEE (SEE NOTE 4)ISS316 `SL'P SS PIPE SUPPORT - WATER CANNONS n SCALE YTS NOTES; 1. SEE SHEET M-200 FOR ADDITONAL NOTES. 2. TANK MANUFACTURER MAY PROVIDE A 4'-0' DIAMETER ROUND CENTER SUMP AS AN ALTERNATNE TO THE SD E SUMP SHOWN. 3. HANDRAIL A1J] HATER C NONS CENTERED ON THE FIAT SURFACE OF THE ROOF EDGE. PROVIDE A MNIMUM 12-INCH GAP IN THE HdNDML AT EACH WATER C4aNON. 4. PRON pE SUPPORTS PER SPECIFICATIONS- REFER TO NOTE 14 OH SHEET X-200. 5. PIPE SUPPORTS AND CONNECTIONS FOR AR PIPING TO AND FROM AIR TROLL VAL4 CONER PANELS FIORNISHEO BY EWIPMEM MANUFACTURER. REFER TO EWIPMENT PRDPOSAL DOCUMENTS FOR ADDITIONAL INMF!MATION. TANK MANUFACILFRER SHALL INSTALL ANCHORS PER EQUIPMENT MANuFAMRER INSTRUCTIONS. BAR IS ONE INCH ON ORIGINAL DRAIING. m JD�N Dr- ID -Iff— PE_ WAG d TTACHMENT 11-AD5 �' M-205 0425-013-01 $ Page Intentionally Left Blank �_ City of Lubbock TEXAS ADDENDUM 6 Revised Proposal Submittal Form, Modified Evaluation Criteria, & Engineer's Addendum No.6 RFP 14-12048-TF Northwest Water Reclamation Plant DATE ISSUED: November 11, 2014 CLOSE DATE: November 13, 2014 at 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the origival 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 Revised Proposal Submittal Form. 1. Revised Proposal Submittal Form The Proposal Submittal Form has been revised and must be submitted with the proposal. The Revised Proposal Submittal Form is attached to this addendum. Please acknowledge reception of this addendum, as well as previously issued addenda, on the signature page of the Revised Proposal Submittal Form (ADDENDUM[ 6, ATTACHMENT 1-AD6). 2. Modified Evaluation Criteria Front End Specifications, General Instructions to Offerers: Item 32.2 change percentage for CONTRACTOR QUALIFICATIONS from " 30%" to " 20%". Item 32.4 change percentage for CONSTRUCTION TIME from "5%" to "15%". 3. Enzineer's Addendum 6 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(&,mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, 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. REVISED PROPOSAL SUBNHTTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: PROTECT NUMBER: RFP 14-12048-TF — Northwest Water Reclamation Plant Proposal of (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a Northwest Water Reclamation Plant 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 fiunish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED NO. QUANTITY AMOUNT 1. Constimction of the Northwest Water Reclamation Plant LS 1 (except for Bid Items as listed separately below) complete and in place by plans andspecifications, per lump sum. 2. Development, design, and implementation of the excavation and LS 1 support protection systems, as required by the Occupational Safety and Health Administration, firnished and installed, continuously monitored, complete and in place by plans and specifications, per lump sum. 3. Development, design, and implementation of the Storm Water LS 1 Pollution Prevention Plan, including necessary materials and coordination for compliance with storm water regulations and ordinances, fiunished and installed, continuously monitored, complete and in place by plans ands ecifications, per lump sum. 4. A Unit Bid Item for additional signage to be used only as directed LS 1 $5,000.00 $5,000.00 in writing by OWNER. 5. A Unit Price Bid Item for extra footage of 24" diameter drilled VLF 50 piers, including all labor, materials, casing, tools, and equipment for drilling and constructing complete in place, per Vertical Linear Foot. 6. A Unit Price Bid Item for furnishing and installing additional Class CY 50 A 4000-psi reinforced concrete (for slabs on grade and grade beams), including excavation, forms, concrete, rebar, placement, finishing, and curing, as directed by OWNER, with all materials and labor, complete in place, per cubic yard. 7. A Unit Price Bid Item for furnishing and installing additional Class CY 50 A 4000-psi reinforced concrete (for items other than slab on grade and grade beams), including excavation, forms, concrete, rebar, placement, finishing, and curing, as directed by OWNER, with all materials and labor, complete in place, per cubic yard. 8. A Unit Price Bid Item for furnishing and installing additional SY 100 concrete paving, including curbs, excavation, and surface preparation, concrete, rebar, placement, finishing, and curing as directed by OWNER, with all materials and labor, per square yard. Offeror's Initials ADDENDUM 6, ATTACHMENT 1-AD6 REVISED rTEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED NO. QUANTTI-Y AMOUNT 9. A Unit Price Bid Item for furnishing and installing additional SF 1000 reinforced concrete sidewalk, mow strip, or pads, including excavation and surface preparation, concrete, rebar. placement, finishing, and curing as directed by OWNER, with all materials and labor, per s e foot. 10. A Unit Price Bid Item for farnishing and installing additional CY 400 crushed stone embedment for trench stabilization material or for additional foundation material as replacement for non -suitable material, if needed, as directed by OWNER, including excavation, materials, and labor. per cubic yard. 11. A Unit Price Bid Item for furnishing 1-31C#4+G wire in a conduit LF 1000 covered under Bid Item 1, as directed by OWNER, including installation and termination at both ends, per linear foot. 12. A Unit Price Bid Item for an additional 120 V connection point no EA 10 more than 100 linear feet from an electrical panel, as directed by OWNER, complete and in place including conduit, supports, wall penetrations, wire, and termination at both ends. 13. A Unit Price Bid Item for an 1/0 point, analog or discreet, on an 110 EA 10 card furnished under Bid Item 1 or by a Prenegotiated Equipment Supplier, as directed by OWNER, complete and in place including up to 100 LF of conduit and wire, and termination at both ends. 14. Allowance for SCADA integration by a third party to be selected LS 1 $368,520.00 $368,520.00 by OWNER and paid for by CONTRACTOR as ordered in writing by the OWNER and the ENGINEER. 15. Allowance for fire sprinkler system and related accessories and LS 1 $25,000.00 $25,000.00 piping as directed by the OWNER and paid for by CONTRACTOR as ordered in writing by the OWNER and the ENGINEER. Package 1 Preselected Equipment Al. For all Work defined in the RFP to supply the complete vertical LS 1 $677,692.00 $677,692.00 shaft closed -loop biological reactor system (Section 11085) with 316 stainless steel impeller and shaft, variable frequency drives Section 16265),.. A2. For all Work defined in the RFP to supply the complete membrane LS 1 Q� Qnn ��n Q� �,-�-�-r� c� Qnn 2.1n Q m,-�-�-r� bioreactor system -flat sheet type (Section 11710). with air scour $7,839,618.00 $7,839,618.00 blowers (Section 11240), 2-mm rotary drum fine screens (Section 11073), RAS submersible pumps (Section 11076), variable frequency drives (Section 16265), valves with electric valve operators (Section 15113), with controls and instruments, computers and SCADA system with programming and software. Package 2 Preselected Equipment B 1. For all Work defined in the RFP to supply complete influent 6-mm LS 1 $350,000.00 $350,000.00 screen system, perforated plate and slotted opening type (Section 11074). with controls and screenings washersicompactors. B2. For all Work defined in the RFP to supply complete submersible LS 1 $680,000.00 $680,000.00 centrifugal pump systems (Section 11075) with variable frequency drives (Section 16265) and controls. B3. For all Work defined in the RFP to supply complete multi -tray grit LS 1 $724,418.00 $724,418.00 removal systems (Section 11105) with grit separator/concentrators, dewatering units (Section 11111), recessed impeller non -clog vortex type centrifu al Section 11068 and controls. B4. For all Work defined in the RFP to supply complete odor control LS 1 $771,300.00 $771,300.00 system of bioscrubbers (Section 11264) and carbon scrubber systems (Section 11265) with foul air blowers (Section 11330), accessories. and controls. B5. For all Work defined in the RFP to supply complete ultraviolet LS 1 $176,500.00 $176,500.00 light disinfection equipment Section 11305 with controls Package 3 Preselected Equipment Cl. For all Work defined in the RFP to supply complete chemical feed LS 1 $84,500.00 $84,500.00 equipment acka ge Section 1108 and controls. n Offeror's Initials ADDENDUM 6, ATTACHMENT 1-AD6 REVISED rrEM NO. DESCRIPTION UNIT' ESTIMATED QUANTTI-Y UNIT PRICE EXTENDED AMOUNT C2. For all Work defined in the RFP to supply complete large bubble LS 1 $218,500,00 $218,500.00 intermittent air mixing system (Section 11089) with air compressors, receiver, and controls. TOTAL (Items 1-15, Al-A2, Bl-B5, CI-C2) The equipment supplier shall circle the name of the manufacturer of the following specified equipment the OFFEROR will fuunish for the applicable section. Failure to indicate the selected equipment in the table below may constitute a non- responsive Proposal: System/Equipment Description Manufacturer Blower Positive Displacement 11240 *: Aerzen Kaeser Universal Blower Pumps, Vertical Turbine 11072 : Flowserve Pentair Precast Wire Wound Prestressed Concrete Tank DN Tanks, Inc. 13215 : Preload, Inc. Hvdro neumatic Pressure System 13219 : Charlatte of America Pulsoc Crane BA a 14330 : ProservAnchor Crane Group Gaffey, Inc. KCI Kone Cranes P&H Morris Material handling Electric Operators 15139 : Rotork Limitor ue EIM En ' e Generator Diesel 16230: Caterpillar 01 mins Power Generation * The blowers specified in Section 11240 have not been preselected and shall be included in the total for proposal Item No. 1. These blowers can be fo d an sheet M-650, and are different blowers than the preselected blowers far the MBR system described in proposal Item A2. 4 PROPOSED CONSTRUCTION TME: 1. Contractors proposed CONSTRUCTION TWE for completion: TOTAL CALENDAR DAYS: Offeror's Initials ADDENDUM 6, ATTACHMENT 1-AD6 REVISED 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 Substantial Completion of the project within nine hundred (900) CONSECUTIVE CALENDAR DAYS. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $5,000 (f`VL� thousand dollars) for each consecutive calendar day in excess of the time set forth herein above. 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 Final Completion of the project within nine hundred and ninety (990) CONSECUTIVE 5 CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby forth agrees to pay to Owner as liquidated damages the sum of $1,000 for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of ninety (90) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he fiurther agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials 4 ADDENDUM 6, ATTACHMENT 1-AD6 REVISED Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S ) or a Proposal Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Date: Authorized Signature (Printed or Typed Name) Company Address Offeror acknowledges receipt of the following addenda: City, County Addenda No. Date State Zip Code Addenda No. Date Telephone: - Addenda No. Date Fax: - Addenda No. Date Email: Addenda No. Date FEDERAL TAX H) or SOCIAL SECURITY No. Addenda No. Date Addenda No. Date NL WBE Firm: Woman Black American Native American Mspanic American Asian Pacific American tither (Specify) By Authorized Representative - must sign by hand Officer Name and Title: Please Print Business Telephone Number FAX: E-mail Address: FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Finn/Individual: Date of Award by City Council (for bids over $50 000): Date P.O./Contract Issued: RETURN COMPLETED & SIGNED BED FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. LABEL THE OUTSIDE OF YOUR SEALED BED WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS ADDENDUM 6, ATTACHMENT 1-AD6 0425-013-04 ADDENDUM NO.6 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF LUBBOCK, TEXAS NORTHWEST WATER RECLAMATION PLANT RFP 14-12048-TF CONTRACT NO. 12048 PROJECT NO. 922221.9242.30000 TO: PROSPECTIVE OFFERORS AND PLAN HOLDERS The Plans, Specifications, and Contract Documents shall be modified as required by the following items: Item 6-1 Front End Specifications, General Instructions to Offerers: Item 32.2 change percentage for CONTRACTOR QUALIFICATIONS from "30%" to "20%". Item 32.4 change percentage for CONSTRUCTION TIME from "5%" to "15%". Item 6-2 Front End Specifications, PROPOSAL SUBMITTAL FORM: Delete the Proposal Submittal Form in its entirety and replace with ATTACHMENT 1-AD6. Clarification: Proposals do not have to be bound. If they are clipped, it will be easier to copy for evaluation purposes. Item 6-3 ADDENDUM 5, ITEM 5-11: Delete this item in its entirety. The design pressure shall be 25 psi. Item 6-4 ADDENDUM 4, ITEM 4-20: On ATTACHMENT 3-AD4, C-006 (Seq. 43 of 434) Change elevation on item 13 from 3237.33 to 3237.00 Change elevation on item 14 from 3238.96 to 3237.00 Change elevation on item 15 from 3241.00 to 3233.00 Change elevation on item 16 from 3242.00 to 3235.00 Change elevation on item 17 from 3243.00 to 3237.00 Change elevation on item 18 from 3244.15 to 3237.00 ADDENDUM 6 - PAGE 1 of 13 F:lprojects10425 013-04VWver isement&BidDocuments\NW WRP_Plant\Addendum 61Addendum6_2014-11-11.docx 0425-013-04 Item 6-5 ADDENDUM 4, ITEM 4-25: On ATTACHMENT 8-AD4 (Sheet C-011, YARD PIPING PROFILES V), next to manhole MH-S1, add the standard detail cal lout for detail "180" (WASTE ACTIVATED SLUDGE MANHOLE). Change flowline elevation at Station 1+00 from 3236.50 to 3234.50. At station 2+93.22 change the flowline elevation of the 6/ALP/SS from 3241.17 to 3233.25. Item 6-6 ADDENDUM 4, ITEM 4-34: Delete ATTACHMENT 15-AD4 (Sheet M-101, PRELIMINARY TREATMENT SYSTEM, UPPER LEVEL - ENLARGED PLANS) in its entirety and replace with ATTACHMENT 2-AD6. Item 6-7 ADDENDUM 4, ITEM 4-36: Delete ATTACHMENT 16-AD4 (Sheet M-109, PRELIMINARY TREATMENT SYSTEM, SECTIONS III) in its entirety and replace with ATTACHMENT 3-AD6. Item 6-8 ADDENDUM 4, ITEM 4-50: Delete ATTACHMENT 23-AD4 (Sheet M-560, WATER AND DRAIN PIPE AREA PLAN) in its entirety and replace with ATTACHMENT 4-AD6. Item 6-9 ADDENDUM 3, ITEM 3-7: At the end of Paragraph 2.6.D., add the following sentence: "Manholes carrying effluent do not require lining." Item 6-10 ADDENDUM 3, ITEM 3-38: Delete ATTACHMENT 9-AD3 (Sheet M-107, SECTIONS 1) in its entirety and replace with ATTACHMENT 5-AD6. Item 6-11 ADDENDUM 3, ITEM 3-41: Delete ATTACHMENT 11-AD3 (Sheet M-110, SECTIONS IV) in its entirety and replace with ATTACHMENT 6-AD6. ADDENDUM 6 - PAGE 2 of 13 FAprojects10425013-04VWverisement&BidDocuments\NWWRP_Plant\Addendum61Addendum6_2014-11-1 i.docx 0425-013-04 Item 6-12 ADDENDUM 3, ITEM 3-42: Delete ATTACHMENT 12-AD3 (Sheet M-111, SECTIONS V) in its entirety and replace with ATTACHMENT 7-AD6. Item 6-13 ADDENDUM 3, ITEM 3-64: Delete ATTACHMENT 23-AD3 (Sheet E-003, PARTIAL SITE PLAN (NORTH)) in its entirety and replace with ATTACHMENT 8-AD6. Item 6-14 ADDENDUM 3, ITEM 3-69: Delete ATTACHMENT 27-AD3 (Sheet E-016, ELECTRICAL DETAILS (SHEET 9)j in its entirety and replace with ATTACHMENT 9-AD6. On ATTACHMENT 9-AD6, make the following modifications: Refer to Section "L"; Add 4-2" Spare conduits to controls duct configuration. Refer to Section "M"; Add 4-2" Spare conduits to controls duct configuration. Refer to Section "N'; Add 4-2" Spare conduits to controls duct configuration. Refer to Section "Q"; Add 4-2" Spare conduits to controls duct configuration. Itam R-1 ri ADDENDUM 2, ITEM 2-30: Delete ATTACHMENT 6-AD2 (Sheet M-106, PRELIMINARY TREATMENT SYSTEM LOWER LEVEL — ENLARGED PLAN) in its entirety and replace with ATTACHMENT 10-AD6. Item 6-16 Specifications, TABLE OF CONTENTS: In the appropriate location, add the following: 08110 HOLLOW METAL DOORS AND FRAMES 11087 CHEMICAL TRANSFER AND SAMPLE PUMPS In the appropriate location, add the following after Appendix D: Appendix E TAS Review Letter ADDENDUM 6 - PAGE 3 of 13 F:lprojects10425 013-04VWver isement&BidDocuments\NW WRP_Plant\Addendum 61Addendum6_2014-11-11.docx 0425-013-04 Item 6-17 Specifications, Section 08110, HOLLOW METAL DOORS AND FRAMES: Add ATTACHMENT 11-AD6 to the project specifications. Item 6-18 Specifications, Section 11087 — CHEMICAL TRANSFER AND SAMPLE PUMPS: Add ATTACHMENT 12-AD6 to the project specifications. Item 6-19 Specifications, Section 11240 — BLOWER, POSITIVE DISPLACEMENT: In paragraph 1.2 A. 3. delete "motor operated" before "discharge butterfly valve". 1.2 A. 4. Delete the last sentence of this paragraph. 1.5 A. Delete the second sentence of this paragraph. 1.6 A. 5. Change the words "motor starter" to " VF❑". 2.6 B. 2. In the second sentence change "304 stainless steel body" to "painted cast iron body". 2.6 F. At the end of this item add the following: "Alternate means of moving the equipment will be considered." In the table at the end of the section make the following changes: Minimum Wire -to -Air Efficiency, delete the number "80" Maximum Motor Horsepower, change the number from "25" to "30". Item 6-20 Specifications, Section 15160 — TANKS, FIBERGLASS CHEMICAL STORAGE: In Paragraph 1.4, change the following: In Item A.3.f, delete the snow load value of "5 psf' and replace with "15 psf'. In Item A.3.g.3.a, delete the SIDS value of "0.091" and replace with "0.115". In Item A.3.g.3.b, delete the SIDS value of "0.058" and replace with "0.054". Insert the following as Paragraph 2.4, and renumber subsequent paragraphs accordingly: "2.4 DOUBLE WALL TANKS A. Double Wall System Requirements: 1. Tank shall have a double -wall containment design. Double wall system shall be designed so that if any liquid penetrates the inner wall, it will run freely to a 1-inch gusseted flange at the tank bottom. ADDENDUM 6 - PAGE 4 of 13 !`Aprojects1042511713-04VWverisement&BidDocuments\NWWRP_Plant\Addendum 61Addendum6_2014-11-1 A cx 0425-013-04 2. The 1-inch gusseted flange shall be installed so that it penetrates the outer wall only. A film shall separate the inner and outer wall, providing sufficient room for the liquid to move freely through the annular space. 3. A 1-inch flanged vent for the annular space shall be provided 6 inches down from the tank/dish top tangent. Vent flange shall penetrate the outer shell only. The inner surface of the outer containment wall and outer surface of the inner wall shall have a 20-mil corrosion resistant veil applied. 4. RTP-1 certification does not include double wall tanks; however, all processes and documentation shall be followed, except for the tank registration." In Paragraph 3.6, insert the following into the TANK SCHEDULE, to the right of the Alum Bulk Tank column: Sodium Hypochlorite Backup Tank One 1 562-TNK-011 Sodium Hypochlorite 12.5% 1.20 45 120 NIA Atmospheric Vertical Double Flat Dome Flat Concrete Pad 6' 7.5' 8.5' 1,500 gallons No No As required No No No No No Yes 24-inch 24-inch 3-inch 4-inch wl blind flange with 2-inch tap ADDENDUM 6 - PAGE 5 of 13 FAprojects10425013-04VWverisement&BidDocuments\NWWRP_Plant\Addendum61Addendum6_2014-11-1 i.docx 0425-013-04 4-inch wl blind flange NIA 4-inch 4-inch NIA NIA NIA NIA 2-inch 4-inch 6-inch wl blind flange for element* Below the table add the following: "* 6-inch flange at top is for future level element" Item 6-21 Specifications, Section 16430 — LOW VOLTAGE PARALLELING SWITCHGEAR: In paragraph 2.2, Item E), Change to read as follows: "Surge Protective Device: Provide SPD Type 1 to each incoming switchgear bus. Integrally mounted, see Specification Section 16491". In paragraph 2.2, Item F.1), Add "c. Provide power monitor on each incoming switchgear bus." Item 6-22 Specifications, Section 16440 — SWITCHBOARDS: In paragraph 1.1, Item Bj Delete "6. Section 16492 — Electrical Metering Devices". In paragraph 2.2, Item B.6) Change to read as follows: "All sections front and rear aligned except Switchboard SWBD-01-001. This switchboard shall be front aligned only." In paragraph 2.2, Item B.7) Change to read as follows: "Devices front removable and load connections front accessible except Switchboard SWBD-01-001. This switchboard shall have load connections rear connected with individual feeders, and shall meet the footprint as detailed on the Drawings. Larger size switchboard than what is detailed will be rejected." In paragraph 2.2, Item D.3.a) Change to read as follows: "Group mounted molded case circuit breakers except SWBD-01-001 which shall have individually mounted circuit breakers." In paragraph 2.2, Item F) Delete this item in its entirety. Item 6-23 Specifications, Section 17000 — INSTRUMENTATION GENERAL PROVISIONS: Insert ATTACHMENT 13-AD6 at the end of Section 17000. Item 6-24 Specifications, Section 17600 — SYSTEM CONFIGURATION: In 1.1 A. change "300,000" to "$368,520". ADDENDUM 6 - PAGE 6 of 13 !`AprojectslD425M 3-04VWver isement&BidDocuments\NW WRP_Plant\Addendum 61Addendum6_2014-1 1 - I I.docx 0425-013-04 Item 6-25 Add ATTACHMENT 14-AD6 as Appendix E Item 6-26 Plans, Sheet G-001, LOCATION MAP AN INDEX TO DRAWINGS (Seq. 1 of 434): Add the following to the index to drawings, in the appropriate location: 156A S-415 EFFLUENT BOX ALTERNATE BID PLAN AND SECTIONS AND DETAIL" Item 6-27 Plans, Sheet G-007, GENERAL CONSTRUCTION NOTES (Seq. 7 of 434): Add the following under SURVEY, GEOTECHNICAL, AND HAZARDOUS WASTE NOTES: "10. ❑URING AN ENVIRONMENTAL SURVEY A HARVESTER ANT BED WAS FOUND IN THE VICINITY OF CONTROL POINT 4. PRIOR TO DIGGING IN THE VICNITY OF THIS ANT BED A BIOLOGIST SHOULD BE CONTACTED TO LOOK FOR AND RELOCATE ANY TEXAS HORNED LIZARDS THAT MAY BE HIBERNATING NEAR OR FEEDING ON THE ANTS. CONTRACTOR MAY NOT KILL OR MOVE ANY PROTECTED SPECIES FROM THE PROJECT SITE. COST OF INSPECTION AND REMOVAL SHALL BE PAID FOR BY THE OWNER." RPM Fi-7R Plans, Sheet G-020, GRIT REMOVAL SYSTEM P&ID (Seq. 20 of 434): On the plant water line delete the two strainers (with four isolation valves) located upstream of 100- PIT-001. Item 6-iA Plans, Sheet G-023, FINE SCREEN P&ID (Seq. 23 of 434): Add the following tag numbers to the preselected vendor supplied motorized ball valves on the plant water lines going to the fine rotary drum screens 350-FS-111, -121, and -131: Valve tag number 350-CV-112, 350-CV-122, and 350-CV-132, respectively. On each fine rotary drum screen, add a second plant water connection point. Immediately downstream of the preselected vendor supplied motorized ball valves to each fine rotary drum screen, the plant water line shall split to feed the second plant water connection point. Add the following note: 1.1. HOT WATER PIPING AND CONNECTION TO THE PLANT WATER LINE IS NOT SHOWN. REFER TO PTU MECHANICAL DRAWINGS FOR HOT WATER PIPING AND CONNECTION." ADDENDUM 6 - PAGE 7 of 13 F:lprojects10425 013-04VWver isement&BidDocuments\NW WRP_Plant\Addendum 61Addendum6_2014-11-11.docx 0425-013-04 Item 6-30 Plans, Sheet G-0037, VALVE AND GATE SCHEDULE (Seq. 36 of 434): At the end of the DESCRIPTION for valves 700-V-111 and 700-V-121, add the following: " (PER SECTION 15104, PARAGRAPH 2.7.)" Item 6-31 Plans, Sheet C-004, PAVING AND GRADING DETAILS (Seq. 41 of 434): Delete Note 3 from the "TYPICAL ROADWAY CROSS-SECTION" detail in its entirety, and replace with the following: "3. CONCRETE PAVEMENT REINFORCING SHALL BE #5 BARS AT 12-INCH CENTERS, EACH WAY. THE BOTTOM OF THE REINFORCING MAT SHALL BE POSITIONED 3-INCHES BELOW THE TOP OF THE PAVEMENT." Item 6-32 Plans, Sheet M-100, PRELIMINARY TREATMENT SYSTEM UPPER LEVEL — KEY PLAN (Seq. 94 of 434): Delete Sheet M-100 in its entirety and replace with ATTACHMENT 15-AD6. Item 6-33 Plans, Sheet M-102, PRELIMINARY TREATMENT SYSTEM UPPER LEVEL — ENLARGED PLANS (Seq. 96 of 434): Delete Sheet M-102 in its entirety and replace with ATTACHMENT 16-AD6. Item 6-34 Plans, Sheet M-103, PRELIMINARY TREATMENT SYSTEM LOWER LEVEL — KEY PLAN (Seq. 97 of 434): Delete Sheet M-103 in its entirety and replace with ATTACHMENT 17-AD6. Item 6-35 Plans, Sheet M-104, PRELIMINARY TREATMENT SYSTEM SPLITTER BOX — LOWER LEVEL PLAN (Seq. 98 of 434): Delete Sheet M-104 in its entirety and replace with ATTACHMENT 18-AD6. Item 6-36 Plans, Sheet M-108, PRELIMINARY TREATMENT SYSTEM SECTIONS II (Seq. 102 of 434): Delete Sheet M-108 in its entirety and replace with ATTACHMENT 19-AD6. On ATTACHMENT 19-AD6, make the following changes: ADDENDUM 6 - PAGE 8 of 13 F:lprojects10425 013-04VWver isement&BidDocuments\NW WRP_Plant\Addendum 61Addendum6_2014-11-11.docx 0425-013-04 Show a cross section of the 301SRSIDIP. Show the centerline as 10 ft south of the outer wall, at an elevation of 3240.25 ft. Show a cross section of the 41PWIDIP. Show the centerline as 5 ft south of the outer wall, at an elevation of 3239.00 ft. Item 6-37 Plans, Sheet M-112, PRELIMINARY TREATMENT SYSTEM SECTIONS VI (Seq. 106 of 434): Delete Sheet M-112 in its entirety and replace with ATTACHMENT 20-AD6. Item 6-38 Plans, Sheet M-113, PRELIMINARY TREATMENT SYSTEM FLOOR DRAIN - PLAN (Seq. 107 of 434): Delete Sheet M-113 in its entirety and replace with ATTACHMENT 21-AD6. Item 6-39 Plans, Sheet A-520, BUILDING SECTIONS (Seq. 197 of 434): Add the following General Note: "2. The R-20 roof insulation value is for spaces that have air conditioning (cooling). The R-5 roof insulation value is for spaces where there are heated or ventilated spaces only." Itcm R-An Plans, Sheet S-415, EFFLUENT BOX ALTERNATE BID PLAN AND SECTIONS AND DETAIL (Seq. 156A of 434): Add ATTACHMENT 22-AD6. Itam R-Al Plans, Sheet A-500, LIFE SAFETY PLAN (Seq. 190 of 434): Change Hypochlorite Storage 52-102 to 3 hour fire barrier wall construction. The new occupancy classification will be an H-4. Item 6-42 Plans, Sheet A-501, LOWER LEVEL FLOOR PLAN (Seq. 191 of 434): Delete Sheet A-501 in its entirety and replace with ATTACHMENT 23-AD6. Item 6-43 Plans, Sheet A-511, EXTERIOR ELEVATIONS (Seq. 195 of 434): Delete Sheet A-511 in its entirety and replace with ATTACHMENT 24-AD6. ADDENDUM 6 - PAGE 9 of 13 P\projects10425013-04VWverisement&BidDocuments\NWWRP_Plant\Addendum61Addendum6_2014-11-1 i.docx 0425-013-04 Item 6-44 Plans, Sheet H-521, LOWER LEVEL PARTIAL FLOOR PLAN- HVAC (Seq. 205 of 434): Key Note # 11 shall be changed to read "PROVIDE A 3 HOUR RATED FIRE DAMPER AT RATED WALL PENETRATION" Change tag on LV at MOD-0507 from LV-0520 to LV-0512 (Note: LV-0512 is indicated on louver schedule, sheet H-906). Item 6-45 Plans, Sheet H-523, UPPER LEVEL PARTIAL FLOOR PLAN - HVAC (Seq. 207 of 434): Change tag on LV at MOD-0509 from LV-0509 to LV-0514. (Note: LV-0514 is indicated on louver schedule, sheet H-906). Item 6-46 Plans, Sheet S-530, MBR GALLERY BUILDING FOUNDATION PLAN (Seq. 214 of 434): Delete Sheet S-530 in its entirety and replace with ATTACHMENT 25-AD6. Item 6-47 Plans, Sheet S-531, MBR GALLERY BUILDING PRECAST ROOF PLAN (Seq. 215 of 434): Delete Sheet S-531 in its entirety and replace with ATTACHMENT 26-AD6. Item 6-4R Plans, Sheet S-535, STRUCTURAL BUILDING SECTIONS (Seq. 219 of 434): Delete Sheet S-535 in its entirety and replace with ATTACHMENT 27-AD6. Item 6-49 Plans, Sheet S-536, STRUCTURAL BUILDING DETAILS (Seq. 220 of 434): Delete Sheet S-536 in its entirety and replace with ATTACHMENT 28-AD6. Item 6-50 Plans, Sheet M-551, LOWER PLAN (Seq. 223 of 434): At the end of Note 3, add the following: "AT THE CONTRACTOR'S OPTION, IN LIEU OF FILLER FLANGES, AWWA C-208 STEEL PIPE TEE FITTINGS MAY BE USED TO FOR THE CONNECTION TO THE PLUG VALVES, WITH DIMENSIONS AS REQUIRED FOR FIELD ASSEMBLY. THE STEEL PIPE FITTING SHALL BE DESIGNED TO, AT A MINIMUM, MATCH THE WORKING PRESSURE RATING OF THE CONNECTING DUCTILE IRON PIPE. THE STEEL PIPE FITTING FLANGE BOLT HOLE PATTERN SHALL MATCH THE BOLT HOLE PATTERN OF THE DUCTILE IRON PIPE AND PLUG VALVES. THE STEEL PIPE FITTING SHALL HAVE THE ADDENDUM 6 - PAGE 10 of 13 FAprojects1042511713-04VWver isement&BidDocuments\NW WRP_Plant\Addendum 61Addendum6_2014-1 'Y -1 .cb_ c:x 0425-013-04 SAME LINING AND COATING SYSTEM AS THE CONNECTING DUCTILE IRON PIPE. PROVIDE FLANGE INSULATION KITS BETWEEN STEEL AND DUCTILE IRON FLANGE CONNECTIONS." Item 6-51 Plans, Sheet M-561, ALUM AND SODIUM HYPOCHLORITE STORAGE PLAN (Seq. 231 of 434): Delete Sheet M-561 in its entirety and replace with ATTACHMENT 29-AD6. Item 6-52 Plans, Sheet M-562, ALUM AND SODIUM HYPOCHLORITE STORAGE SECTIONS (Seq. 232 of 434): Delete Sheet M-562 in its entirety and replace with ATTACHMENT 30-AD6. Item 6-53 Plans, Sheet M-563, ALUM AND SODIUM HYPOCHLORITE STORAGE SECTIONS (Seq. 233 of 434): Delete Sheet M-563 in its entirety and replace with ATTACHMENT 31-AD6. Item 6-54 Plans, Sheet M-564, ALUM AND SODIUM HYPOCHLORITE STORAGE SECTIONS (Seq. 234 of 434): Delete Sheet M-564 in its entirety and replace with ATTACHMENT 32-AD6. Plans, Sheets M-601, M-603, M-604 and M-605 Under NOTES BY SYMBOL, delete "RENEGOTIATED" and replace with "PRE -NEGOTIATED". Item 6-56 Plans, Sheet S-650, MECHANICAL BUILDING FOUNDATION (Seq. 259 of 434): Shift masonry lug corresponding to Door 65-102A on the architectural plans V-4" to the east. Refer to Sheet A-601 for door location. Item 6-57 Plans, Sheet A-900, ROOM FINISH SCHEDULE (Seq. 273 of 434): Add Resilient Base (RB) to the following rooms: ■ Electrical Room 10-105 ■ Electrical Room 65-102 ■ Electrical Room 80-101 ■ Electrical Room 10-105 ■ Office 52-104 ■ Control52-201 ■ Electrical52-202 ■ Stair 52-203 ADDENDUM 6 - PAGE 11 of 13 F:lprojects10425 013-04VWver isement&BidDocuments\NW WRP_Plant\Addendum 61Addendum6_2014-11-11.docx 0425-013-04 Item 6-58 Plans, Sheet A-901, DOOR AND FRAME SCHEDULE (Seq. 274 of 434): Change Door 52-102A to a 3 hour fire rated hollow metal door and frame. Add Door 52-102B — 3'-Q"x7'-Q" Type A door, Type 1 Frame, FRP door/frame with Hardware Set 01. Details are similar to 1 and 2/Sheet A-914. Paint doors to match FRP doorstframes color. Item 6-59 Plans, Sheet H-905, SECTIONS (Seq. 290 of 434): Delete lines for MOD-0701 & MOD-0702 from the Motor Operated Schedule. Item 6-60 Plans, Sheet H-906, SECTIONS (Seq. 291 of 434): Delete line for LV-0701 from the LOUVER Schedule. Change tag on last item in Unit Heater Schedule from UH-0504 to UH-0505. Item 6-61 Plans, Sheet E-004, PARTIAL SITE PLAN (SOUTH) (Seq. 329 of 434): Delete Sheet E-004 in its entirety and replace with ATTACHMENT 33-AD6. RPM 6-82 Plans, Sheet 1-002, CCTV SYSTEM ARCHITECTURE (Seq. 347 of 434): Add the following notes: "1. REFER TO 1-001 FOR SUPPLY OF CABINETS. 2. CONDUIT AND POWER WIRING BY ELECTRICAL CONTRACTOR. VIDEO SIGNAL CONDUIT BY ELECTRICAL CONTRACTOR. VIDEO SIGNAL WIRING BY CCTV CONTRACTOR." Item 6-63 Plans, Sheet E-11 Q, ELECTRICAL BUILDING FLOOR PLAN POWER (Seq. 364 of 434): Delete Sheet E-110 in its entirety and replace with ATTACHMENT 34-AD6. Item 6-64 Plans, Sheet E-528, LOWER LEVEL PART. FLOOR PLAN (AREA `A') POWER (Seq. 402 of 434): Delete Sheet E-528 in its entirety and replace with ATTACHMENT 35-AD6. ADDENDUM 6 - PAGE 12 of 13 F:lprojects10425 013-04VWver isement&BidDocuments\NW WRP_Plant\Addendum 61Addendum6_2014-11-11.docx lot YA'II6fKII1L•I Item 6-65 Plans, Sheet E-539, ELECTRICAL PANELBOARD SCHEDULES (Seq. 413 of 434): Delete Sheet E-539 in its entirety and replace with ATTACHMENT 36-AD6. Item 6-66 Plans, Sheet E-603, PANEL `UV-PP'I' ONE -LINE DIAGRAM (Seq. 419 of 434): Add surge prntactive dpvinp SPD-1 to the hus. Item 6-67 Plans, Sheet E-653, SWITCHBOARD 'SWBD-02-001' (MECHANICAL BLDG) ONE -LINE DIAGRAM [Seq. 425 of 434]: Delete Sheet E-653 in its entirety and replace with ATTACHMENT 37-AD6. All items in conflict with this addendum are hereby deleted. THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. ALAN PLUMMER ASSOCIATES, INC. TBPE Firm No. 13 Joshua P. Frisinger, P.E. November 11, 2014 11-tt~ 14 ADDENDUM 6 - PAGE 13 of 13 F:lprojecWW425W13-0MAdvertisame niMidOocumenlslNW W RP_PlanAAddend urn 61Addendum6_2014-11-11.cocx TIpWgffl FM PLATE, = g1F)C1LI b" ju E� d4 ;3 = NOTE, •I lr Rp9F l L ZEEN — SCRI =: COMNCC- pON TO BOTTOM or allcE 7Roucn i SEE NOTE 3. (TYP. OF 4) i 1 ATTACHMENT 2-AD$ Puvr r.aRTTi csuERe� umcs, `� Y!` 1. SEE N-100 FCR "omo uL 110FE8 AND mFORINTi0K I Y. 4-FCIOT 3y' 31633 CIIECNER Pia1t LWERS FiKMO YIRM ]50.55 Ei4PNlSION AHpgq$ � �"1 ��� 1 M-WCH CIRWLAR C011CRETE BLOCK-10M, SEE S?RIfCiI1NAL ^S,^-, ,ppyypnn y` . o .. \. MNORNL WRR CLFM 10MT OR R 1-61A33 IRFIL 3. 30-INCH CIRCJL CONCRETE BLOCK -DM, SEE STFNCTLRA .nY`k- & ■ WDICATES E IPMEMT PRCN0E0 W PRE-MF001MTE0 EQUPWMT SIIPPLIPA. 1 m� EQ[APMENT/PIPING SCHEDtfU (j I CFESCRIMON I A"ROX, LENGTH FRRHOS 2 {' BR ELg0'Y ELII 17 20' - FABOY! ]50-CY-1P1/131 0 2y xTu1L ..ISC 35�-CY-111 10 g•- y f._8. 12 20' V' STWER BELLOWS L 4 -5' 10 20' FI PE SFGOL 3`0 20' RFA Ig 14' CL OMER RELLM 1,- W 14RFA SCALE: r� V O aC �a .a K OF 6 (SEE NOTE S) PI TFONM k STAINS M & STAIRS a A W DEWATEWIIO UW ORR DEWWiN0 GHAT 1O0-CAI-1„ 100-CAI-121 .R OLmIIY SEE sFffu L 110 }, 2 . �. e/OR/WP LEFF.W.W } 326t.67 GAP {INLET]_ _ 4 axe1.6] RPE FENEERATIDK,. 33 �,} _ -.- _6/OR/DIP [GNRINj._ F axel.e7 e s AERML� WM1 a CRATING E�:J266.DF-- a/PW/PJC .12l ].11 6/CR/DIP I l (L 3261.57 a S/GR/DIP 3256.67 HL, (SEE STRUMCTUMRAy I !7 V I Q I I lT%%PALTFORM �L-52iB.5D I I I WNPSI I (SFf I1GTE sy. i _ J I I FINE SCREEN COMPACTOR ➢ISONARGE %PING, ,� 6 [SEE SHEET N-1177] SRN IH MEs UCTUDRAIN, [SEE sm,ciuRAy SECTION Lai SCALE: 3/10"-1'-d' M-+ap.w-1©•. M-10D, N-105 [m. OF 2} �q�� 32�OvP- T ECM B/D/Dip 20/FSS/DIP .0 F sxv sD ATTACHMENT 3—AD6 LEMEML Vm 1, SEE M-TC0 " A[X1 TCIW- NI= AND INT➢RLLAT 2. CLEAR MC LIC PLE%IGLAS HNIDRAL, SEE Y-100. 3. STAIRS AND P_ATFORM NOT SHORN FOR cVe .. STAIRS t PLAYF'ORN TO BE 6UPPLFw 81' EGUFNEN' YNLJFACTMRER, SEE SPECIRCATs7NS� ebyb m,Q •. UNLESS OTHERWISE STATED, ALL WATER SURFACE EiEWATWNS ARE BASED zai: ON 16.6 MQ➢ OF FLOW THRWCH THE PREUMRLVRI' TREATMEW oNR. ;`` 6. 2G CUSC-YARD FMTV"' TYPE RD+L-OFT CONTANER. SEE 5Pt(KiC MCNS. rppp��I w3 sppp i� e. J6-NLH CIRCIAAR COHCPETE BLOCIf-pfT, $[[ $igUClLRiµ, ^� 7. ■ INDICATES EWPRONGED D BY PRE�NEGORATED EQUIPMENT SUPPLIER. PIPE SYMM.. ESTRANE SLPPORi�. SYgEEM. (SEE StPUCTI1RAEj ■ 1/ALWf'IFI /PVC E SCREEN FKNDIW 4 az7B.00 .lDh_♦`3_Sa1DG-u-saiu.➢ ft�-,,, SAMPLER ] [SEE SEWICTIIRN-} {SEE NpIE Cj .i . J� a 3iAT $E L_2i]-32B556 (SEE 35TRl.CT m) T/Iw,41 k P-.TFONR ' 28B.00INS L - A-32e5.0 EE-326fi.02 clsiA%LL n G 3266.50 j i/[1 L CkINRm. L(+iAyM- ',.41EL .7, EL- 326➢.DD a0 FIEIING •WALL 3a A. C" E} t SECTION M-F03.N-,D6, M-10.5 Lu w x� �a m� z= U� r�wg— �F¢N on lot __ ao/sRs�olp.. 4 3275.N ,Q Vl T � L ar O Ry'�3 � � ccRnnND aLl J F D EL SfOp 2E1.50 _._. 3202.M MAC METER 1 EIi-307-121 J1 'W I iC32+375D sees+ 1 351 sUPP u � flRT Elr3p_ UNE NC `[ 1 - S 05 INDICATORS rI ns�c PIPE ELEVATIONS ,- REFQt TO G-M7 MR AUMMMAL NOTES - NO, =L+r.i ncriN �i�^ at Y SOLRAI +L.IN :i:RACE a NY➢RpJ 0 nE O RAOE Q g {' PLUG ® �u o SLOWER ROCY �I f 4 RZ Y7LYE ED% �- 2) �4 ® FLOOR RZ IfiR &451N5 I� - 7'-G' y 4/p/pIP ----- — I(j _ < z s•-3 BN P 6ro�P Cl= uWh m OR WALL e/p14P R/DmP' - 1•' Q G0. 4/PDT/PVC 4/PWIP 11'-1p �� k a CQ W. Ld � ��n , a W VC RESIROgI W YC SEE YAIRO PIPING PLAN yy E. ROOM ROOM R•-O- FOR CONIMAMDH 3 C47I^L .;7:]RACE 4 YC ❑ f O gg � a z a 3 SEE PLURBNO PLAN FaR C9NIN 910M AUTAAIENANCE RUGS 3{•-10' ' ,,,�� . neAUA-�"�wlyn�m WATER AND DRAIN PIPING BAR 6 DIE NR1 ON AREA PLAN °"�""` °faw"` SCALE ONE INCH aE9-r Jar IA LIP tl4 JPR AE !� w ATTACHMENT 4-AD6 M-560 OQ@ 13 01 ND. PIPE ELEVATION 1 6/D/DIP .S2{2AD 2 6/D/DIP S23RSQ s 6/D/DIP s2{, As i 6/D/DIP S2i, AO s 6/D/DIP 323a-n 5 i/D/DIP 52352R 7 i/D/DIP 5237.00 8 7/D/PYG S23S.'..8 9 6/D/DIP saes.77 i/SS/PUC S2SS.00 6/D/DIP s257.66 4/D/lHP 52l6.OD 2/G/PAC 5234.!! i 4IR/WP 5235.7! i/SS/PhC 5235.O! 4/ss/P4C 3275.22 ,/AL/P4C 3I]E.lO ATTACHMENT 5-A06 EQUIEPMENTTIPING SCHEDULE. ^ L1Ll,SCKLrnoN APPHO9 LENGTH NEITE 0 1 nv-CCR]rTION 1. SEE M-too FOR ADDITIONAL NOTES ANO INFCRMATICN. C1 :. � � 1J APP110X. LENGTH NOTIE L ME SCREEN COMPACTOR STAIHD(SS STEEL 0isc u GE PIPING• Fi[ S, F -_ FTFIING$ AND SuPPO S TO LIE PROlIOED 5Y YAUNFAMRER, N 6 s 1=nANGE 3. UNLESS OTYOiNISC STATED, ALL WATER SURFACE �TIpJ3 IAE BARED _ �� 'F 2 - - - ON 15.6 YCD OF FL01Y IMRWCH THE PRD.THHMR! ]RF,ATMFF II 11EN. ^y£ 3MUCER 4 - E•' B 9 - - 4. 2D CURIC-YARD 'MTHTUB' TYPE ROLL OFF CCMAIIFA SCE SPCCIFICATI 5, a 5 3p' RP ELROW - - iY BD' ELBOW - S M UFACRIRCRS S_UICEWAY TO HALE WTE09W FIA/IXSB gFNE47nH, ICED B REDUCER - 51N]IR3 COMRACTOR TD LCORO'ALATE PEHE1PAiON OF MANUFACTL 7I11 e ELWOY RMG - fi 1Y SS -� - CONNECIIDN 0. 04 31 ASS GIMTINC, B. SEE ShEET M-113 FOR iY ORIo1yY INFOaq ON FLOOR AND IliihON WNN$, n g i B IOX14'" E WING ELS IB%1 i' REDUL/1G 9P ELBOW - - 15 5'-O" Ago 9 EL - - IB 30" RefL SPOOL - b• RFA i. F1EL0 RDUTY AT APPRD%IMTE LOCATION SUWPDRi WDFFI 31855 BReLY615 DR 10 {•��" RC]HCINC MWCERS 1N CONFORMANCE WRIT SWURGTIDN 15M. 11 [ouP - S. L INCKATFS COIYPNENT PROVIDES 8r PRE-NEODRATEO EWIPMEHT SUPWIBR T] f0' RURBE �. 13 1D' Bff ELBOW CjC 19 RFii. y y L�LI f'-or SLIDE CITE, FINE WARY 3(FMREt)At P �I B EN• ttP. OF 3 1 -3 MECH`RNIGL 1'-S" 'VRJFNI -121 toc-s-tzt $IDE wTE. 1D0-3G-ts2 y y V) znp SCIIEEH •NE SIrldFEil FHE °CREEH 1b-4'S-e2t t�C-F5-131xi/PVIfCf+VC.r}THE ' 38" SLIOL CATS, aU5 Q z FHE SCRCCN p (SE£ w= 7) 1! ( JEL=3x.5oCHECNLP PUTS [-. Z V - �' a Z COVER,_ _ [NTE j ADDER MOTOR (SEE 5-aucTU ) 114 /� , E�]S1g[ - _ 3amoD 't7�i,�'"-6 C a ~ W �¢¢� V1 � �_ ✓i 3/PW/PVC. - s � �}��'Bi 3 47'+vi J [SEE NOTE Y]} _ _ _ 4. 3�2832n e /DF �L `� n ij•/P o- e E�-.39 _ _ �ffi51':atr e�c oWe 1 I 3 � It /SS 3255-25 1- _ -- 4 z 2' a p L'l 1 E ■COLFACTCR, _. _ B 3Z,B-75 7.0 RPS oFE .Eu SUPPDRL [TTP.1 3-5 ma-FS11-111 (SEE WE 2) _ y _ JFIE[SLHEEH LLMRAOIQR. i B( 3454.50 61tlf PUMP ■ ' HOSE i (3281.33) -. I._ ___ &T SEPARATION IINR R LATFDw Ci- D1�B:7D 1z 3253.5 0 100 MGU-121 01 •� BRIT p[}}1P ( CO. (TYP. DF 324E.15 T/PUMP PAC T wa 1 (SEE NOTE Bj �y 9 _ Et-324d� �r T 4/PW/DIP 4 9O PIP[ ®PEI'4:TwT1ML Q 3236.50 { 3236.50E DUMP3TER, iq V [tt'A•)jnQ ¢ SI00 1 9 SEN SR 'REHC'X DRYµ (SEE HDIE FrhOY, l �jp .� Y _r (SEE SMUCTIIRLL]A. - 02 .PuMP51ER RACK SECTION 1i SCALE: 3/18'-"-D" M-•.00M-105 M-'01 M_1D6 N-102M 13 (ATTACHMENT 5-AD5 MECWAYCtL IHFWEHr SCREEN CFOFR4 uURC _ C" -� - 1, SEE M-100 FOR AC,m`AL MOTES'"'N""MA"m, ,_1L• 13-� 1'i - 15-4' : 2 UNLESS 0TF£RW13E STATED. Ail WATER SURFACE E]IIN.TIONS ARE OssE9 ~yn ^F 5-i 15'-4• 6'-S" �0�;', MA110O7 IO�iGVRUE9CHUlE ON 15-5 MGO OF ROW TWR:fUGH THE PRELIMIWM TREATMENT IIFXF. ``LL k 1 1E1110 CRAYN T 3. s0 LUR1c-vA� TyTrH1W T RCu-OFF COHTAPIEN. SE! SPECIFA:'ATIONS. � � l 4" POTAALE _:� - (lYP- OF s] , ` I �, IXFWFNT IOR-3G-144 WATER 13A.CKIIP COHIECTI�i. I ��¢ toast -tat C_A PacE Y011MED I FRP GRATflG, [TYP,} .- .] 1 ,n" a INDICATES EOUIPrEI/r PR9YL£D 9r PRE-HEfloTblSFn EOWPME'Wr SWPUER. dJFR (SEE 51TiUCiuRtL] [T'P. OF 2] & PROCESS/PQr1l.E HATER WiCS 1 ig1M'(r�H PROM OP Ta SCdI e0 Pvt. T/PLATFpRN L-3271.00 ` �q 1r t TRIG Igo ^ W 1 ^� . 111 1 Eir326Rm PAP GRATING, 51RUC'TIURAL) � '-� _ 'IGU.TE i Q TT1HG E 32aa.xe, („P. OF 2) T/CIWlIEL E`143e W �._. CVVRIoI _._-----NC- -- tG/GA/GI lY LSr Or PUMP 4. --t - - l -� E .5'J P�IVP 1ki 100- CP-121 7+ I,J� car [FUTURE) r i = �jj ]' � PUMP PEHEMAW i/ftuHuE. E_-32G 1.25 . ` = V LCNIIXIf 5/0/01 SECTION Z1 EMM CHUTE K EIELOR CEUG, Ilf' SCALE( 3/16"-!'-O' SI-1GG ■ Xp1-sent HOSE 10 OE RAHAELE]1 180 OR APPRONO ntNo CL. 1 y ]n 44 P_v l;_ T` M-10.3 v Or ODMTERPIO UNIT fM-GM-tot I V RATiORM/STAIRS ■ (er unk) "ruRNT - - 28 ECWL [TO OUAMfkE xOR O' EOUAW DISCHARGE PIPING �03 ¢-AOT9.00 Y TEE' - "OF1 HI SCALE: T/2•=1'-O' CQUiPMENTMIPING SCHEDULE E1F.SCgi-N APPROX, i,6NGTH IYOT'F MTTINGS 1 - 2 4• W ELGOW 7 'TEE 4'k3' RECUC1 :!! - 5 4-W REDUCING 'EC 6 L ROT USED - 11 RT[3' REp1CIHC TEE - - 13I OW REOUCHO - - I4 6•xa" RCW TEE 15 p" qb• REVO VALM i 3'i LVAL �$ VALVE 20 4.2' REDUCER CONLCMTR:L RE" n VAL11E - AUFER CH 24 V 105' REND - 25 A' SPOOL P 7'3 20 . 15 B[NO ts' R - CaNCER1RlC 2R tekl ' RtT C R - CONCEARRIC 411 2R • PE PE 30 a" _ - 32]9.40 1p'-2' Q PLATFORM k ORATNO, II - l� 8/GR/�I F 32]3.00 5-1096 24 3'-0' 24•K46' NESTED PLV W CRATING, PARSHA.L FLUME ($EE g1RUC1uRk) 4-p y. 3 (SEE SIRumulle1L) Jypy� C'WAKL I-' 3 �i J TIWA.I11L f0!�. I 3/MIp_ � 32i3.50 Eta T E F Ef SR'1CrUR1L FlLL. [SEE STRL'C IURAL) L7 0 LU � CL EL=]289.00 - - 1 T/CFPAPIEL .:' •-. 051C .. - _ m! CRrR OEWATERIHG UWR JRAIn- �C 12! ] �i 3/0/O 2512' WCNET Wi!CF%IRING p' R10. ITMp,J OROUT, [SEE STRUOTUfpQ 1 •} 0.�fei� 4N�Lo]an ` 2 ' .•. g R LG]lST E� pO L Dl - FOR CONCH IE -}rrtx ._._._.� -- k3'- .335ess. - ` --e '- 4 1 4 ixs . V O6T 8/OR/m WC & --- ----.... ----- _ _ �Q 3 } 1 •1Pi7iF E _ �� Q 3256.67 ae1ts-- AF/P fPVC... - _._._ r _ _. _.1 1S25a-.� 4 _ ... 14/ _._j.5 25 323].-✓r 2 3I _. I F 32g7.T9 �1 -� !.-1 L7' .]S ■ ,p ' F+PE ��3YSi.pO HOT WATER32SS.'O HEATER J" EUPAEIRE, 35 1/Fw/IX �. 4 I11 _ _ 1o/Ss (TTP,] u ti02 F55YIO K 3 F> �l iArLW IFt fz M51-M PEVFTi! 1 g 4,IHPR/CP.c _ _ / /Prx 32AG.50 CLEAN OUF 1 ] 45.34 �- -" GRI PI� VFW.._1:1r 45.]5 - 4 f 'J - - 3Rt&25 �, / \ MTErI1r` __ '.' IVV/1'J,Y`.lOy 1.1 et W1 1 T 4/ry,TIP4'C TT S/ Llk f2SFF HO r,R563� kFA4 LY __��• 6/O/OI � -- _ .. �Py1gJD1 - 1 4/P>1 /UU 4 OI _ - 4352 /1.n0 r �� _ NOTE 5���' � 4]�POT� `-----_� .. ®'pEIiETW[1RRl p O ]A M��Q. WMPSTEq TRACK PIATE �LQ_ _ aL R/O/01 LY CNP. 2": 11 ❑ CLEW DVT CL-323e5 Esc SECTION �� � SECTION f,al rRvcW neua SCALE: 3/16-.1'-O' M-100M-108 SCALE:M-100M-113 (SEE SIRIICfutllL) M-11 fl SECTION Y^, S, 5CALE: 3/18'-t'-0' M i0 M-103 M-104 CENFPu NOTFR ,. 5EE IA-1W I AC WNAL NOTES AND INR01e 4Tl0 ATTACHMENT 7—ADG u'4:: ryry Ysx EQU[PMENT/PIPING WHMULE DVSCNIPI']ON A ROXi IF.NOTII NOTE F"NM 11 _ VALYES k MEIFRS aa2 R>:s iRV EHFCKER PUTS �� IMipl CODE u, (TYP-]. �� ', eD'r60� D8L LFJf. [sEF STR [TUPu; (T1'p OF 2} T HFLL k I:k0.'iNC "' ` Y//wwAALLLL 1II�I�I' EE.12RR.1v ' T�wEIR.. - 430 Ei-125o.49 wN.L �IVE31 r ss4s-oo 42/R /DI ¢ 323+-00 e a LwENI � � I RPS wE--wEL. WARPZ WALL WA � MOM WdL PIRE(JFVI" B �i. Mid," SECTION P - S6(SRS SCAiE: 3jt6'-t'-0' N-100 SUPPDRl 35 M, GENERAL NOTES - ELECTRICAL 1- SiRUCiIJRES. EOUIPAQl1. AND PIPING AS WELL AS E%G W KEYED NOTES - ELECTRICAL: ITEMS MPEYEMG ON THIS SHEET ME SCREENED Tit �j ROUTE LCHTNG CRCUR THRUULH uCH11NC CONTACT('/[ N MECHANM.SL BiJILpNG ELECTPoCAL EIPH0.52E THE EIELTRILAL HORN. REFER TO THE CML SRE RDOIA CYE-um OmLR SN[[T [-AS4- RLw FOR MDMONAL STE INFORMATION AND C71Ci HATDN. sEE ucrcnrc courAcroR oEruL. SHEET E-o+a. P. COLWDINATE STE WV & Rpf11NGS W[M SM ""TES (I.E. PIPS) N PHx M STE TO A D Caf 0. R E UGHTNO CR Uff THROumH u0HRN0 I SPARE OMDUM WH RE E PPED NRTH PUl CURD ND CORTACf01A RI M ELECRACAL BLIIMM SEE C -TINE DMGRM, SHEET E-113. SEE UGONG GAPEV AT EACH END. CONmL+.W DETAt_ SHEET E-013. 4. SEE 9 EET E-0OB FOR SM DETAIL& 5. SEE ONE-UNE DkfJbAl FOR RACENMY WW ES AAO 92m. 5. SEE SHEET E-012, E-01 B, AND E-01i FOR UWMNG FORApE SCHF 7. FEELER CIN:UfiS FOR BJS 'A' AND BL6 'B' S BE SEPAR M YRHIN MWOL 4/IAMLHa M WRH THE CdIX1CfOR5 RACKED ON M SIDE& Ll ----_-_-__-_- NIWE CL02m LWP [ID-REnCiOR 0o OERNCE Pao MAR Nm ri LOOP �o 10 !wn sus alEral � MK AUEww [sm SERIES SHEETE7 ! t s Yuc�E .' lsEE AHEEi E_oa Par wM.IwTwq PARTIAL SITE PLAN (NORTH) — ELECTRICAL SGLE 1'-N'-O' IIVA]LIE V [SEE EEEET E-0 MR N NY5TM � SETnCE RYO EMR 6 aE INCH ON 6 oRGIN& ORAVRNC. & ONE INCH SRIm 0. Bf51N!£R r Y_ xYtl. EN p1ELi:F1fl & RfSI�m g RE.ENEy WMLES c &o N ATTACHMENT 8-AD6E—ao3 r PNEL VC PP1' RE P,u PSHF>_ 'Pnt-PPi' CRCuf19-yipi�NO B�iidRa 'Tu�PP1' FW RE IUIILIRG P n oF]e F]ew r m� `Frta� PfIEL 1<iWPS-LP,' "F- -P3-I➢,PANS- 'RW3LP2' �1cP3-'. 0 0 0 0�aC ryra r1vr��r YsR) 00�00roor o�O��o��0000,�000 = 07 ,00„00,00oo�®��IIIL1O�J0�0OJLDQQ�® ooJ�Oof®&9 E 2' RNN FROM Rtl1' A'/�2- WME 2- OWF' CbMIROLLRAN� wNSTFANiFk FWPSEF En _S FL FWELS TO qq g WE f4/0 WE i4/0 awe 14/0 a b rc 3�i [ fAOliIaIw OROIINLIHG f Nnflw COfIX,C,p! CONOLCTCR CLH UCR 1 SECTION 'C SECTION 'M' SECTION 'N' IMF TC BGLE ROT TO SOLE NQ, TO BGLE f � Pn1 'Pry-PPf' FEFSIFII FROM 'HBO-0 -001' N z tr o "pa N e F� FIf,m OPS FIfPIIE LPd %� � q rn l.iCHClR13 HOSfRiI./WNfiIOLS EOWLPATICH &LH U v.1 U o(DIG) ® FWTPCfL OURI Caou p YRO RQ*ER QH n X Bl4W L'r 2 F 0 0 ®® W$E r _ J Y MM 2' MIL 0 S 2 2' IN. 2 O ❑� F Clk[uR lE y RIRE ti/0 &WE/4ro &WE /4roCCNEH IGC NOMC CRONNOIG mNoucroR SECTION 'P' SECTION 'Q' SECTION 'R' SECTION 'S'NCT TOHOTw � � rt A /� A A A A A A l� J� J� A i� J\ /\ /\ J1 9�=.:•522]8 �,• W 6 CRE INCH ON g oHOINLL ORw1HC. ONE INCH Sqm A3 0. 8 R6IN£R Y_ EM.Eff CH[LiaD 0.�MI�11 RR g RC.ENEy & WMLES c ATTACHMENT 9-'AD6E—ass 042`r0]3-01 r �y WAM ;.. •- 0.. of 3) NIILiI-TRIY ' p1p GRrt sfPlltlTldl uNR '� ■ J toD-L.11-t1t - [M > /j I a 74 P= 16 ,.P1 m h ' Yam• -- --� 7 MYu1-T N CRR PIIYP ��lj GRrt SEP111lPOV "rt iOG-GP-,3• / ICU-NIGH-121 ' _ (FYRIREJ // A I T rf/M� �^ io � I TO —•f ��`-t-' j 4 L f I E MULTI —TRAY GRIT SEPARATION UNITS ENLARGED — LOWER PLAN SCALD 318^-,'-O^ ATTAC H M E NT 10—AD5 Fr QUIPMENTIPIPING SCHEDULE ;k r 6ESC:w FT1U1V I APPlLF1x. [.RVCTH N[1TF. 0 *rxsCMp'E701%P APPROx. LCN[:]7f NOTE I s TINGE mm 4g s 4' 90' E.- - i m5 IV TU Oka- REIXICER 9PEC19L PWE k PLPE SPOOLS +• F - - 3 4- ,'� 1M 4' RPR 4' S REouc a - oucuY,Rlc 7 lG ,4 RED-U NG ELBOW � myQ l e.14' Rl U— RQ ELROP - :7� �aE 1. SEE M-IDD fDq ADDRgN,L MOTES AI✓0 NFORANTIDN. :2- RE - - 2. FEDEr & , E TO RF FS P1DY6rFJM 52M`Ti OR MPRDYEP MY ,Y EYPMSION CIX PUNG - - F1FAf' WMG PER ENGNEER NPROI!ti LE - - 3. ■ 001MES ECLIIPMW PRWIDFO aY PqE-NEGOMTED VDUFPWW SUPPUER. 4W R2G MO TEE - - 8" BR ELBdY - - d 1 i' Y REOU 8 TEE - - Yv B S V' Lll � F i y A UMIMIN11M� Srllru o MNA, IEEE STFUCNNRLL] DUYPSTER r�4CN TuHOMtlY a _ - g I' I TT II z 20" cr � AMER aX a x x I,,,T Q S La � � m L SEE NOTE ]I (TYP. OF 27j f�"53�i tit �ic�r w x1 p m I 1 AN/PIC y" Q a� J LLF,1RgI1 + r tAIIPdGTfl6 j j F � �? � I ` C z a. I. 9 sleas A' Ec�ouaE OIgG,agDE - , I I Al-To7 350FSc : t l /PW/Pm S*"HOSE OM j • I 11 II er-4- •^i/gA�c tl � II FINE SCREEN COMPACTORS ENLARGED — ENLARGED PLAN scar., 3/6^-,'-•o' AA-1�6 I SECTION 08110 2 HOLLOW METAL DOORS AND FRAMES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Metal doors and frames. 7 B. Related Specification Sections include but are not necessarily limited to: 8 1. Division 00 - Bidding Requirements, Contract Forms, and Conditions of the 9 Contract. 10 2. Division 01 - General Requirements. 11 3. Section 08700 - Finish Hardware. 12 4. Section 09910 - Painting and Protective Coatings. 13 1.2 QUALITY ASSURANCE 14 A. Referenced Standards: 15 1. ASTM International (ASTM): lb a. A653, Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or 17 Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process. 18 2. National Association of Architectural Metal Manufacturers (NAAMM): 19 a. Hollow Metal Manufacturers Association (HMMA). 20 3. Steel Door Institute (SDI): 21 a. 117, Manufacturing Tolerances for Standard Steel Doors and Frames. 22 b. All SDI publications. 23 4. Steel Door Institute/American National Standards Institute (SDI/ANSI): 24 a. A250.6, Recommended Practice for Hardware Reinforcing on Standard Steel 25 Doors and Frames. 26 b. A250.7, Nomenclature for Standard Steel Doors and Steel Frames. 27 c. A250.8 (formerly SDI 100), Recommended Specifications for Standard Steel 28 Doors and Frames. 29 d. A250.10, Test Procedure and Acceptance Criteria for Prime Painted Steel 30 Surfaces for Steel Doors and Frames. 31 e. A250.11, Recommended Erection Instructions for Steel Frames. 32 5. Underwriters Laboratories, Inc. (UL): 33 a. Building Materials Directory. 34 b. 10B, Standard for Fire Tests of Door Assemblies. 35 c. 10C, Standard for Positive Pressure Fire Tests of Door Assemblies. 36 6. Building code: 37 a. International Code Council (ICC): 38 1) International Building Code and associated standards, 20092012 Edition 39 including all amendments, referred to herein as Building Code. 40 B. Qualifications: Manufacturer must be current member of SDI, and NAAMM (HMMA). 41 C. Wipe coat galvanized steel is not acceptable as substitute for galvanizing finish 42 specified. 43 1.3 DEFINITIONS 44 A. As identified in SDI/ANSI A250.7. 45 1.4 SUBMITTALS 46 A. Shop Drawings: 08110 — Page 1 of 4 NOVEMBER 2014 HOLLOW METAL DOORS AND FRAMES ATTACHMENT 11-AD6 FAPRQIECTS 04251013-04W)VERTISEMENT&BIDDOCUMENTSINNNVRP PLANTIADDENDUM 6IATTACHMENTS108110.DDGX 08110-1 1 1. See Specification Section 01340 for requirements for the mechanics and 2 administration of the submittal process. 3 2. Product technical data including: 4 a. Acknowledgement that products submitted meet requirements of standards 5 referenced. 6 b. Manufacturer's installation instructions. 7 3. Schedule of doors and frames using same reference numbers as used on 8 Drawings. 9 4. SDI certification. 10 1.5 DELIVERY, STORAGE, AND HANDLING 11 A. Store doors and frames in accordance with SDI/ANSI A250.11. 12 PART 2 - PRODUCTS 13 2.1 ACCEPTABLE MANUFACTURERS 14 A. Subject to compliance with the Contract Documents, the following manufacturers are 15 acceptable: lb 1. Metal doors and frames: 17 a. CECO Corporation. 18 b. Steelcraft Manufacturing Co. 19 c. Curries Company. 20 B. Submit request for substitution in accordance with Specification Section 01640. 21 2.2 MATERIALS 22 A. Steel Sheet: Hot -dipped galvannealed steel, ASTM A653, A60 coating. 23 B. Frames: Hot -dipped galvannealed steel, ASTM A653, A60 coating. 24 C. Supports and Reinforcing: Hot -dipped galvannealed steel, ASTM A653, A60 coating. 25 D. Inserts, Bolts and Fasteners: Manufacturer's standard. 26 E. Primer: Manufacturer's standard coating meeting SDIIANSI A250.10. 27 F. Galvannealed Coating Repair: See Specification Section 09905. 28 G. Thermal Insulation: Polyurethane, CFC free. 29 H. Sound Insulation: Fiberglass batt insulation or impregnated Kraft honeycomb. 30 2.3 ACCESSORIES 31 A. Frame Anchors: 32 1. Jamb anchors: 33 a. Masonry wire anchors: Minimum 0.1875 IN wire, galvanized. 34 2.4 FABRICATION 35 A. General: 36 1. SDI/ANSI A250.8. 37 2. Fabricate rigid, neat in appearance and free from defects. 38 3. Form to sizes and profiles indicated on Drawings. 39 a. Beveled edge. 40 4. Fit and assemble in shop wherever practical. 41 5. Mark work that cannot be fully assembled in shop to assure proper assembly at 42 site. 43 6. Continuously wire weld all joints, dress exposed joints smooth and flush. 44 7. Fabricate doors and frames to tolerance requirements of SDI 117. 08110 — Page 2 of 4 NOVEMBER 2014 HOLLOW METAL DOORS AND FRAMES ATTACHMENT 11-AD6 FAPRQIECTS 04251013-MAaVERTISEMENT&BIDDOCUMENTSINNNVRP PFANTMDENDUM RATTACHRINM108110.130C)C 08110 -2 1 8. Fit doors to SDI and NFPA 80 clearances if fire doors are used. 2 9. Provide fire rated doors which are approved and labeled by UL. 3 10. All doors shall be handed. 4 11. Hinge cut-out depth and size on doors and frames shall match hinge specified in 5 Specification Section 08700. 6 12. Design and fabricate doors to requirements of the Building Code. 7 B. Hollow Metal Doors: 8 1. General: 9 a. 1-314 IN thick. 10 b. Fabricate with flush top caps. 11 1) Thickness and material to match door face. 12 2) Exterior doors: Seal weld top cap to door face and grind smooth and flush. 13 3) Interior doors: 14 a) Attach top cap to door with concealed fasteners or by welding. 15 bj Factory seal if attached with fasteners. 16 cj No exposed fasteners will be accepted. 17 c. Continuously wire weld all joints and dress, smooth and flush. 18 2. Fire rated: 19 a. SDIIANSI A250.8, Level 3, and physical performance level A, Model 2. 20 b. Face sheet minimum thickness: 16 GA. 21 c. UL fire labeled. 22 d. Comply with UL 10B and UL 10C. 23 e. Maximum transmitted temperature: 24 1) Fire doors shall have a maximum transmitted temperature end point of not 25 more than 450 ❑egF above ambient at the end of 30 minutes of standard 26 fire test exposure. 27 f. Pairs UL fire labeled without astragal. 28 g. Comply with NFPA 80. 29 C. Hollow Metal Frames: 30 1. Door frames: 31 a. Provide 4 IN face at head where noted on Drawings or required by wall 32 construction. 33 b. 26 GA galvannealed steel boxes welded to frame at back of all hardware 34 cutouts. 35 c. Steel plate reinforcement welded to frame for hinge, strikes, closers and 36 surface -mounted hardware reinforcing. 37 1) All plate reinforcement shall meet size and thickness requirements of 38 SDI/ANSI A250.8. 39 d. Split type frames not acceptable. 40 1) All horizontal and vertical mullions and transom bars shall be welded to 41 adjacent members. 42 e. Conceal all fasteners. 43 f. Frames shall be set up, all face joints continuously wire welded and dressed 44 smooth. 45 g. Fire rated: 46 1) 16 GA. 47 2) Comply with UL 1 OB and UL 10C. 48 3) Comply with NFPA 80. 49 h. Provide removable spreaders at bottom of frame. 50 D. Prepare for finish hardware in accordance with hardware schedule, templates provided 51 by hardware supplier, and SDI/ANSI A250.6. 52 1. Locate finish hardware in accordance with SDI/ANSI A250.8. 53 2. See Specification Section 08700 for hardware. 08110 — Page 3 of 4 NOVEMBER 2014 HOLLOW METAL DOORS AND FRAMES ATTACHMENT 11-AD6 FAPROJECTS 04251013-MAaVERTISEMENT&BIDDOCUMENTSINNNVRP PFANPADDENDUM RATTACHRINM108110.130Cx 08110 - 3 1 3. Prepare doors for swing direction indicated. 2 a. Preparing doors for non -handed hinges is not acceptable. 3 E. After fabrication, clean off mill scale and foreign materials and prime with rust inhibiting 4 primer. 5 PART 3 - EXECUTION 6 3.1 INSTALLATION 7 A. Install doors and frames in accordance with SDI/ANSI A250.11, the Building Code and 8 manufacturer's instructions. 9 B. Plumb, align, and brace frames securely until permanently anchored. 10 1. After completion of walls, remove temporary braces and spreaders. 11 2. Anchor frames with minimum of three (3) anchors per jamb. 12 a. Number and location of anchors shall be in accordance with SDI and frame 13 manufacturer's recommendations. 14 C. At new masonry or metal stud construction, place frames in conjunction with 15 construction of walls or partitions. 16 1. Masonry construction: Anchor frames using masonry wire anchors. 17 D. Install fire -rated frames in accordance with NFPA 80 and manufacturer's instructions. 18 E. Immediately after erection, sand smooth rusted or damaged areas. 19 1. Touch-up with rust -inhibiting primer. 20 2. Leave finish smooth for finish painting per Specification Section 09910. 21 F. Install three (3) silencers on strike jamb of single door frame and two (2) on head of 22 double door frame. 23 1. See Specification Section 08700. 24 G. Protect doors and frames during construction. 25 END OF SECTION 08110 —Page 4 of 4 NOVEMBER 2014 HOLLOW METAL DOORS AND FRAMES ATTACHMENT 11-AD6 FiPRQIECT&0425013{4XADVERT[SEMEWT&SEDDOCUMENTSHNWRP PLANTMDENDUM RATTACHRINMW8110.130C)C 08110 -4 0425-013-03 SECTION 11087 CHEMICAL TRANSFER AND SAMPLE PUMPS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Furnish, install, test, and place in operation chemical transfer and sample pumps as specified herein. B. Related Sections: 1. Division 15 Section "Tanks, Fiberglass, Chemical Storage" for reinforced fiberglass chemical storage tanks and appurtenances. 1.3 SYSTEM DESCRIPTION A. Chemical Transfer Pumps: 1. The CONTRACTOR shall furnish, install, startup, and test the following chemical transfer pumps: a. Sodium Hypochlorite: One (1) chemical transfer pump. 2. The transfer pumps shall be of the type listed below and capable of pumping chemical from the bulk tanks to the storage tanks as shown on the Plans. a. Sodium hypochlorite chemical transfer pump shall be a centrifugal type pump as specified herein. The transfer pump shall pump chemical from the bulk storage tank to the totes located in the MBR building. B. Sample Pumps: 1. The CONTRACTOR shall furnish, install, startup, and test the following sample pumps: a. MBR filtrate sample pump: One (1 ) sample pump. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, and dimensions of individual components, including rated capacities, operating characteristics, instrumentation and electrical characteristics, and accessories. B. Shop Drawings: For each chemical transfer and sample pump, include plans, elevations, sections, and details. 1. Manufacturer and model number of all equipment within this specification, and an itemized list of components being furnished. 2. Layout drawings including all proposed system components, dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 3. Design performance characteristics, including, sizes, capacities, head, viscosity, and NPSH requirements over the operating ranges, and other appropriate information. 4. Listing of materials of construction, coatings, and chemical compatibility. 5. Wiring Diagrams: Power, signal, and control wiring, including information on controls and monitoring devices furnished. 6. Complete information an all electric and instrumentation equipment and electric power requirements. C. Information Submittals: 1. Factory functional and performance test reports and log. 2. Manufacturer's Certification of Compliance. 3. Special shipping, storage and protection, and handling instructions. 4. Manufacturer's instructions for installation. 5. Manufacturer's Certificate of Proper Installation. NOVEMBER 2014 11087 - Page 1 of 4 ATTACHMENT 12-AD6 CHEMICAL TRANSFER AND SAMPLE PUMPS F:IPROdECTS10423013G4WDVERTISEMENT861DDOCLIMENTSV*VWRP PLAMVDUENDUM MTTACHMENTSL11 G87 CHEMICAL TRANSFER AND SAMPLE PUMPSDOC.0 0425-013-03 6. Suggested spare parts list to maintain the equipment in service for a period of one year. Include a list of special tools required for checking, testing, parts replacement, and maintenance with current pricing information. 7. List special tools, materials, and supplies furnished with equipment for use prior to and during startup and for future maintenance. 8. Startup and test schedule and procedures in accordance with Division 1. 9. Location of nearest stocking distribution of spare parts. D. Source Quality -Control Reports. E. Field Quality -Control Reports. F. Operation and Maintenance Data: Provide in accordance with Division 1. 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: 1. All equipment shall be the product of a manufacturer having at least ten (10) U.S. installations of the type being proposed, each with a minimum of 5 years of satisfactory service. 2. A list of similar installations shall be furnished with the shop drawing submittal, including names and telephone numbers of contacts. B. A single manufacturer shall supply pumping units of each type specified in this section. C. Manufacturer shall maintain a complete stock of spare parts commonly needed for the equipment specified at a location within the State of Texas, or shall furnish spare parts within 48 hours of request. D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. E. Preinstallation Conference: Conduct conference at Project site. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver, handle and store pumping system components in accordance with manufacturers written instructions and the requirements of Division 1 Section "Product Requirements." 1.7 WARRANTY Provide manufacturer's standard warranty starting from date of Substantial Completion. The cost of removal, shipment, repair, and installation by CONTRACTOR shall be included in warranty and correction of defective work. 1.8 EXTRA MATERIALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Provide one set of spare parts as recommended by the manufacturer including but not limited to the following: a. Two (2) seal and/or gasket kits for each pump. 2. Special tools necessary to maintain the equipment. 3. Other parts recommended by the manufacturer as typically needed in the first two years of operation. PART 2 - PRODUCTS 2.1 CHEMICAL TRANSFER PUMPS (CENTRIFUGAL PUMP) A. Provide chemical transfer pumps as specified herein. The pumps shall be seal -less, magnetic centrifugal type, with wet end materials compatible with the chemicals being pumped. NOVEMBER 2014 11087 - Page 2 of 4 ATTACHMENT 12-AD6 CHEMICAL TRANSFER AND SAMPLE PUMPS F:IPROdECTS10423013G4WDVERTISEMENT861DDOCLIMENTSV*VWRP PLAMVDUENDUM MTTACHMENTSL11 G87 CHEMICAL TRANSFER AND SAMPLE PUMPSDOC.0 0425-013-03 B. The motor provided for the pumps shall be an electric, continuous duty, ball bearing, TEFC, single-phase type motor designed in accordance with applicable provisions of the NEMA Standard Publications for motors. C. The following manufacturer is acceptable: March Manufacturing, Inc. D. Schedule: Refer to the schedule at the end of this section. 2.2 SAMPLE PUMPS (CENTRIFUGAL PUMP) A. Provide sample pumps as specified herein. The pumps shall be seal -less, self -priming, magnetic centrifugal type, with wet end materials compatible with the chemicals being pumped. B. The motor provided for the pumps shall be an electric, continuous duty, ball bearing, TEFC, single-phase type motor designed in accordance with applicable provisions of the NEMA Standard Publications for motors. C. The following manufacturer is acceptable: March Manufacturing, Inc. D. Schedule: Refer to the schedule at the end of this section. 2.3 GENERAL ACCESSORIES A. Equipment Identification Plates: A 16-gauge stainless steel identification plate shall be securely mounted on the equipment in a readily visible location. The plate shall bear 1/4-inch die -stamped equipment identification number indicated in this Section and/or on the Drawings. PART 3 - EXECUTION 3.1 GENERAL A. Install and adjust equipment in accordance with the Drawings, approved shop drawings, and the manufacturer's instructions. 3.2 ASSEMBLY AND INSTALLATION A. Remove temporary bracing supports and other construction debris that may damage equipment. Remove protective coatings and oils used for protection during shipment and installation. B. Secure pump base of the sample pump to a table or stand with Type 316 stainless steel bolts sized as recommended by manufacturer. The chemical transfer pump is intended to be movable and will not be secured to a table or stand. C. Comply with requirements for piping as shown on the Drawings and as specified in Division 15. Support all piping independently of pumps. Drawings indicate general arrangement of piping, fittings, and specialties. 3.3 FIELD QUALITY CONTROL A. Functional Tests: Prior to plant startup, the CONTRACTOR shall inspect all equipment for proper assembly and alignment, quiet operation, and proper operation. 3.4 PUMP SCHEDULE A. The Pump Schedule located after "END OF SECTION" is part of this Section. END OF SECTION NOVEMBER 2014 11087 - Page 3 of 4 ATTACHMENT 12-AD6 CHEMICAL TRANSFER AND SAMPLE PUMPS F:IPROdECTS10423013G4WDVERTISEMENT861DDOCLIMENTSV*VWRP PLAMVDUENDUM MTTACHMENTSL11 G87 CHEMICAL TRANSFER AND SAMPLE PUMPSDOC.0 0425-013-03 PUMP SCHEDULE General Quantity 1 1 Pump Name MBR Filtrate Sample Pump Sodium Hypochlorite Transfer Pump Pump Manufacturer March March Pump Series Series 7 Series 6 Pump Model SP-TE-7P-MD TE-6K-M❑ Impeller Trim 3.000 3.000 Location MBR Building Chemical Storage and Feed/Blower/Maintenance Building Service Conditions Indoor Indoor Chemical/Solution Water (MBR Filtrate Sodium Hypochlorite Solution NIA 12.5% Liquid Temperature, F 50-100 10-120 Specific Gravity 1.00 1.17 Explosion -proof YIN N N Continuous Duty Y!N Y Y Performance Requirements Flow, gpm(per um 10 24 Discharge Pressure, feet 27 19 Constant Speed YIN Y Y Adjustable Speed YIN N N Pump Construction ❑etails Enclosure Rating TEFC TEFC Suction/Discharge, inches 1-112" MPT/ 1" MPT 1" FPT13/4" MPT Power Supply 115 VAC 115 VAC Hz 60 60 Phases 1 1 Motor Size 1.0 HP 0.5 HP Materials of Construction Impeller, Front and Rear Housing Polypropylene Kynar O-RingViton PTFE Teflon Shaft Ceramic Ceramic Bushings Ceramic Ceramic Abbreviations: NOTES: NOVEMBER 2014 11087 - Page 4 of 4 ATTACHMENT 12-AD6 CHEMICAL TRANSFER AN❑ SAMPLE PUMPS ,1&hNWRP_PL ANTODOENDUM MATTACHMENTSL11087 CHEMICAL TRANSFER AND SAMPLE PUMPS.DOCX City of Lubbock NW Water Reclamatiowz PlaW Project - PROGRAMMING WMProposal I4T=030- PRGG 11/07/14 PROJECT GOALS ATTACHMENT 13-AD6 WAOWunderflch-Malec Lragii)eerd1g , Systelns I services Wunderlich-Malec Systems (WM) is pleased to provide our proposal for the City of Lubbock North West Reclamation Plant Phase-1A construction project — System Programming. WM will provide selected PLC programming and Wonderware application screens. WM will be acting in the role of the Application System Programmer (ASP), as designated in the project specifications (Section 17600). Some controls and associated programming for various pre -selected process equipment/systems is being provided by the OEMs. The overall scope of work to be supplied by WM is outlined in this document. The CSI (Controls System Integrator) scope of work for the NW Reclamation Plant project is provided under a separate contract and is not included in this PROGRAMMING scope. The duration of the project is expected to be 900 calendar days. BASIS FOR PROPOSAL This proposal is based on the fallowing specification: ■ City of Lubbock Specification for Northwest Wafer Reclamation Plant Phase -1A — Division 17 • City of Lubbock Texas — Construction Plans for Northwest Water Reclamation Plant Phase 1A, Volumes 1 and 2 (September 15, 2014) • City of Lubbock Specification for Northwest Wafer Reclamation Plant Phase -1A — Addendum #1 (October 7, 2014) • City of Lubbock Specification for Northwest Wafer Reclamation Plant Phase -1A — Addendum #2 (October 21, 2014) • City of Lubbock Specification for Northwest Wafer Reclamation Plant Phase -1A — Addendum #3 (October 29, 2014) E-'lds] U fie];-1 :4:IN IN =RVA&'IIIIJ ;J, A'1 A. SCOPE OVERVIEW The controls system architecture for the plant is diagramed in contract drawing 1-001. This indicates that there is a copperlfiber control network interconnecting the primary plant PI -Cs, Vendor Control Panels, WW (Wonderware) Application server, I10 servers (Primary & Redundant), data Historian, two WW Workstations, and one WW Engineering station. The supply of any hardware, controls, PCs, Servers, network equipment, software development suites or licensing is NOT included in this scope of work. This scope encompasses the PLC and Wonderware application development, implementation, and testing for a subset of the overall controls system. Page 1 of 13 EEO/Affirmative Action Employer Texas Office 4275 Kellway Circle, Suite 164, Addison, TX 75001 Phone: 469-574-2500 Fax: 469-730-2126 www.wmen-g.com Arizona Califomia Colorado Georgia Illinois Maine Minnesota New Hampshire New Mexico New York North Carolina Ohio Oregon Tennessee Texas Wisconsin City of Lubbock NW Water Reclamatroaz PlaW Project - PRGGRAMARNG WMProposal I4T=030- PRGG 11/07/14 ATTACHMENT 1 3-AD6 W'Oftnderlich-Malec Engineering i Systeins Services The architecture consists of the following 5 PI -Cs and their subsystems: 1. Diversion Box This PLC will be; designed, built, tested, and installed by the project contracted CSI (Controls System Integrator). The CSI will provide WM with the final IIC list for this PLC. WM will program the AB ControlLogix processor to provide the system control as set by the SCC in the contract documents. WM will also develop the WW application screens for those processes controlled via this PLC, and coordinate with CVIVC for the integration of these screens into CVIVC's Master WW application. Additional coordination between WM and CVIVC will be necessary to complete both the FAT at CVIVC's Austin facility on the system architecture hardware and the SAT for this PLC. 2. Preliminary Treatment Unit o Grit System Cntrl Pnl (Vendor Cntrl Pnl) dwg: G-020 o Screens and Grit (Vendor Cntrl Pnls) dwg: G-019 & -020 ■ Influent Screen Cntrl Pnl {Vendor Cntrl Pnl} dwg: G-019 ■ Grit System Cntrl Pnl (Vendor Cntrl Pnl) dwg: G-020 o ReLift Pump Station( PTU-04) dwg: G-019 o Equilization Basin (PTU-03) dwg: G-021 ■ Air Compressor Cnhi Pnl (Vendor Cntrl PH) dwg: G-021 o Plant Water System dwg: G-030 o Alum Feed System dwg: G-031 o Odor Control System ( PTU-05) dwg: G-032 This PLC will be; designed, built, tested, and installed by DVIVC (Hyperion International Technologies, LLC). CVIVC will provide WM with the final I/C list for this PLC. WM will program the AB ControlLogix processor to provide the system control as set by the SCC in the contract documents. WM will also develop the WW application screens for those processes controlled via this PLC, and coordinate with CVIVC for the integration of these screens into CVIVC's Master WW application. Additional coordination between WM and CVIVC will be necessary to complete both the FAT at CVIVC's Austin facility on the system architecture hardware and the SAT for this PLC. 3. Secondary Treatment Area a Fine Screens (Vendor Cntrl Pnl) dwg: G-023 { Prgm by CVIVC } o Bia Reactors (Vendor Cntrl Pnl) dwg: G-024 { Prgm by CVIVC } o MBR Basin (Vendor Cntrl Pnl) dwg: G-025 {Prgm by DVIVC } o RAS Pump Station (Vendor Cntrl Pnl) dwg: G-026 {Prgm by CVIVC } a MBR CIP System (Vendor Cntrl Pnl) dwg: G-027 { Prgm by CVIVC } a Air Scour Blowers (Vendor Cntrl Pnl) dwg: G-028 { Prgm by CVIVC } Page 2 of 13 EEO/Affirmative Action Employer Texas Office 4275 Kellway Circle, Suite 164, Addison, TX 75001 Phone: 469-574-2500 Fax: 469-730-2126 www.wmen-g.com Arizona California Colorado Georgia Illinois Maine Minnesota New Hampshire New Mexico New York North Carolina Ohio Oregon Tennessee Texas Wisconsin City of Lubbock NW Water Reclamatiowz PlaW Project - PROGRAMMING WMProposal I4T=030- PRGG 11/07/14 ATTACHMENT 13-AD6 WAOWunderflch-Malec cragii)eerd1g , Systelns I services This PLC will be; designed, built, tested, and installed by OVIVO (Hyperion International Technologies, LLC). WM is NOT responsible for any PLC or WW application programming for this system or subsystems at the plant. Nor is WM responsible for any of the testing of these systems PLC or WW applications, either offsite (FAT) or onsite (SAT). 4. UV ;Disinfection System {Prgm by UV Vendor} This PLC will be; designed, built, tested, and installed by the UV Vendor. WM is NOT responsible for any PLC or WW application programming for this system or subsystems at the plant. Nor is WM responsible for any of the testing of these systems PLC or WW applications, either offsite (FAT) or onsite (SAT). It is WM's understanding that the UV system PLC control programming will be done by the UV Vendor, and the WW application screen will be completed by OVIVO (Hyperion International Technologies, LLC). The PLC control for the peripheral devices (Blowers & Flow) will be performed by OVIVO, as this 1/0 All tie into the Secondary Treatment Area PLC. S. SwitchgearlGenerator { Prgm by Gen Vendor) This PLC will be; designed, built, tested, and installed by the Generator Set Vendor. WM is NOT responsible for any PLC application programming for this system or subsystems at the plant. Nor is WM responsible for any of the testing of these systems PLC application, either offsite (FAT) or onsite (SAT). WM will require the Generator Set Vendor to provide an PLC IIO listing and any example screens the vendor has provided on any local OIT, such that WM can develop a corresponding WW application for the Generator Set. WM will provide testing of the WW application, but any PLC control and testing is by the vendor. B. ADDITIONAL SCOPE — WIRELESS DATA TRANSFER As a part of new NW Water Reccamation Plant's control scheme, data will be sent from the plants control system over to the existing operations station at the SE Water Reclamation Plant to be monitored. The primary data pathway will be via the City's fiber network. As a backup to this data path a radio system will be added to the NW Plant to transmit data over to the SE plant location. This will be setup to provide only key alarms and systems status information in the event of the primary network data path failure. The existing radio systems at the SE plant, along with those at the Sunrise tower will be utilized for this pathway. A new radio system will have to be added at the NW plant. WMS has included for the configuration programming of this new radio at the NW plant. Page 3 of 13 EEO/Affirmative Action Employer Texas Office 4275 Kellway Circle, Suite 164, Addison, TX 75001 Phone: 469-574-2500 Fax: 469-730-2126 www.wmen-g.com Arizona Califomia Colorado Georgia Illinois Maine Minnesota New Hampshire New Mexico New York North Carolina Ohio Oregon Tennessee Texas Wisconsin City of Lubbock NW Water Reclamatioaz PlaW Project - PRGGRAMAIIIVG WMProposal I4T=030- PRGG 11/07/14 ATTACHMENT 13-AD6 WAOWunderflch-Malec C. PROJECT MANAGEMENT $ ENGINEERING/PROGRAMMING c1agH)t?011f1g , Systelns I services This entire project spans several areas of the plant and will take nearly 30 months to complete. Significant programming for the new PLC and SCADA displays will occur, and require substantial coordination between all project contractors, equipment vendors, and plant operations. WM will provide project management and programming services as required by the specifications for our defined scope of work. This includes: ■ Coordination with other project and vendor personnel. ■ Attend coordination/sequencing meetings as specified. WM will have the PLC/SCADA programmer attend this meeting via telephone conference call • Management of project schedule for WM's scope of work to align with other contractors and trades • Provide submittals for test procedures and test cases for WMS scope • Coordinate with CSI, Electrical, and Mechanical Contractors for installation of Instrumentation, control cabinets and local control panels, as it pertains to WM's programming responsibilities • Coordination of Program loads, testing, and commissioning — to align with Mechanical, Electrical, Equipment/Systems Providers (OVIVO) and CSI Contractors roll -out of the various project systems. • Support for FAT, Commissioning and Startup — limited to the scope of systems programmed by WM. D. REVIEW OF CSI CONTRACTOR'S AND OEM's SUBMITTALS As the project PROGRAMMER it is imperative that WM be fully aware of the controls hardware and architecture being delivered by the CSI contractor and OEMs. WM has accounted for the effort to review key CSI submittals for coordination of the PROGRAMMING effort. The CSI Contractor and OEM's must make these submittals and other pertinent controls documentationtinformation available to WM in a timely manner. Besides the drawings and submittals provided for the new systems by the CSI Contractor and OEM's, they shall also provide to WM their documented interface with, modifications to, upgrade, or replacement of existing circuits, power systems, controls, and equipment. It is critical that WM have this information to fully understand necessary PLC and WW application development. Page 4 of 13 EEO/Affirmative Action Employer Texas Office 4275 Kellway Circle, Suite 164, Addison, TX 75001 Phone: 469-574-2500 Fax: 469-730-2126 www.wmen-g.com Arizona Califomia Colorado Georgia Illinois Maine Minnesota New Hampshire New Mexico New York North Carolina Ohio Oregon Tennessee Texas Wisconsin City of Lubbock NW Water Reclamatioaz PlaW Project - PRGGRAMAIIIVG WMProposal I4T=030- PRGG 11/07/14 E. REVIEW OF SCADA DISPLAYS ATTACHMENT 1 3-AD6 AD I Wunderlich-Malec cragii)eerd1g , Systelns I services The OWNER has existing SCADA standards for use at the SE Reclamation Plant. The standards for the WW application at the new NW Reclamation Plant will be set by the Master WW Application developer (OVIVO), though it is expected the base standards (ie. energized or running indicated `red', ready but not running indicated `green', etc.) for the new plant will follow suite. WM will produce new WW screens per these standards, but will also periodically review the implemented graphics with the OWNER's key operators to ensure they are meeting the operational needs. This will be closely coordinated with OVIVO's WW application programmers. These displays will not be faormally submitted to the Engineer for review, but will be demonstrated and tested at the FAT. F. PLC PROGRAMMING WM will program the various PLCs per Control Strategies specified in the project documents. The list of the plant PLCs, and those responsible for programming each of these, was included in the Scope Overview section above. These will be Allen-Bradley ControlLogix controllers and RSLogix-5000 programming software will be used for the logic development. WM is not responsible for providing this software as part to this project. ***Final IIO lists from any of the PLC/Controller panels provided by the CSI Contractor, OVIVO, or other OEM Vendor must be provided to WM no later than 12 weeks prior to scheduled FAT for that panel. G. WONDERWARE SCREEN PROGRAMMING WM will configure and program the Wonderware screens per the standards set by OVIVO. New screens will be developed to allow for Operator control and monitoring of the new integrated systems at the plant. The primary WW overview screens that WM will provide are listed in in the Scope Overview section above. The hardware (WW Application server, 1/0 servers (Primary & Redundant), data Historian, two WW Workstations, and one WW Engineering station) will be located at the OVIVO Austin Texas facility. During development OVIVO will provide to WM any licensing, hardware, and/or Virtual Machines necessary for WM to perform our portion of the WW application development. OVIVO will be responsible for supporting WM with the integration of our WW application with their final application. The primary installation and configuration of the Wonderware application, IIO servers, and Data Historian will be performed by OVIVO. Also, for the general WW applications such as trending, alarming, and any reporting the object definition/development/configuration in WW will be done by OVIVO. General pop -ups for Auto/Manual control, Pump control, Fan Control, etc. will be developed by OVIVO and WM will utilize these to support a standard `look and feel' across all of the WW Page 5 of 13 EEO/Affirmative Action Employer Texas Office 4275 Kellway Circle, Suite 164, Addison, TX 75001 Phone: 469-574-2500 Fax: 469-730-2126 www.wmen-g.com Arizona Califomia Colorado Georgia Illinois Maine Minnesota New Hampshire New Mexico New York North Carolina Ohio Oregon Tennessee Texas Wisconsin ATTACHMENT 1 3-AD6 City ofLuUbock NW Water Reclamatioaz PlaW Project - PRGGRAMARNG WMPropos(7114=030-PRGG WAOWunderflch-Malec 11/07/14 cragH)t?01d1g , Systelns I Services screens. WM will only be responsible to creating the specific instances for any Of these associated with Ws scope Of work. H. FAT TESTING After the CSI Contractor, OVIVO, Or other OEM Vendors, has completed the fabrication of the new PLC cabinets and performed initial hardwired verification of the panel wiring, they will ship the panels to the OVIVO facility in Austin Texas. WM will assist OVIVO in staging the panels and configuring a "Test Bed" to be used for the overall FAT. OVIVO will be the lead On this effort, with WM providing support for those portions Of the system in which WM is delivering Prior to the FAT WM will submit to the Engineer for approval the Test Procedures and Test Cases to be used for testing Of Ws software. Once the panels are received and the FAT test bed is setup, WM will execute a PreFAT, which will utilize the same FAT test documentation. This PreFAT is executed, and recorded to demonstrate to the Engineer that the panels, PLC programming, and SCADA programming are developed and pre -tested to the point for a successful FAT. The overall FAT testing coordination is the responsibility of OVIVO. It is Ws intent that all control panels will be FAT tested at the same session. Multiple FAT sessions were not accounted for in this proposal. At the completion Of the FAT WM will keep the panels for a duration to correct any items On the Action Item list. After this it is the CSI Contractor's responsibility to package and ship the panels from the OVIVO office in Austin Texas to the plant for installation. SYSTEM IMPLEMENTATION, TESTING & COMMISSIONING At the completion Of the panel and controls equipment installation WM will provide field engineers to assist the CSI contractor and OVIVO to test the PLC and WW applications On -site. Testing will be documented and Test Acceptance sheets will be signed off by both the Owner's representative and the WM Engineer indicating all testing were completed. WM has included for 120 on -site hours to support OVIVO's systems startup, Otherwise the startup effort is limited to those systems programmed by WM. As the PROGRAMMER, WM will not be required to be on -site, nor be required to supply application software, until the loop validation tests are complete for the various PLCs and all prerequisites for the Pre -commissioning tests are completed. All communications between control units On the overall control network shall be verified by the CSI Contractor or OVIVO prior to the testing. Page 6 of 13 EEO/Affirmative Action Employer Texas Office 4275 Kellway Circle, Suite 164, Addison, TX 75001 Phone: 469-574-2500 Fax: 469-730-2126 www.wmen-g.com Arizona Califomia Colorado Georgia Illinois Maine Minnesota New Hampshire New Mexico New York North Carolina Ohio Oregon Tennessee Texas Wisconsin City of Lubbock NW Water Reclamatioaz PlaW Project - PRGGRAMAIIIVG WMProposal I4T=030- PRGG 11/07/14 J. TRAINING ATTACHMENT 13-AD6 W D Wunderlich-Malec c1agH)t?011f1g , Systelns I services WM will provide training sessions for operations and maintenance staff on the software provided by WM on this project. Training should be provided on the PLC process control and Wonderware interface screens just prior to the plant being turned over to operations. The scope of WM's training is the systems for which WM provided the PLC and WW programming. As part of this project, it is specified that a 6-month follow-up training session will occur. WM will provide this fallow -up training, following the same guidelines as the initial system training. No new documentation for this training was allowed for, as it is anticipated that the original training documents will be used. K. AS -BUILT DOCUMENTATION As milestone systems are commissioned WM will provide software as -built documentation for record. This documentation, and electronic copies of the commissioned applications, can be used for training, maintenance, and future updates to the PLC and Wonderware systems. The number of copies and electronic media Disks will set by the specifications. CLARIFICATIONS 1. Each of the Work Scope paragraphs (B. thru K.) are intended to only apply for those PLCs and WW screens developed and executed by WM for this project. 2. The PLCs provided by others will all be AB ControlLogix processors and programmed using RSLogix-5000 software. 3. Final I10 lists from any of the PLC/Controller panels provided by the CSI Contractor, OVIVO, or other OEM Vendor must be provided to WM no later than 8 weeks prior to scheduled FAT for that panel. 4. The Wonderware programming software to be will be provided by OVIVO and no additional software purchase is necessary to complete the PROGRAMMER's scope of work. 5. When possible software simulation for the demonstration of the Wonderware screens and PLC controls algorithms will be utilized for the FAT. 6. OVIVO shall provide remote connectivity to WM Engineers from the Dallas or Lubbock locations to the system setup for FAT at their office location. 7. WM expects that that CSI Contractor will ship all PLC, Network equipment, and Computers (with Software) to OVIVO's Austion Texas office at a minimum of 4 weeks prior to the scheduled FAT. 8. The CSI Contractor shall provide all key/primary cables needed for the interconnectivity of all units needed for the FAT. Page 7 of 13 EEO/Affirmative Action Employer Texas Office 4275 Kellway Circle, Suite 164, Addison, TX 75001 Phone: 469-574-2500 Fax: 469-730-2126 www.wmen-g.com Arizona Califomia Colorado Georgia Illinois Maine Minnesota New Hampshire New Mexico New York North Carolina Ohio Oregon Tennessee Texas Wisconsin Crt , of Lubbock NW Water Reclamatrowz PlaW Project - PRGGRAMARNG WMProposal I4T=030- PRGG 11/07/14 ATTACHMENT 13-AD6 W D Wunderlich-Malec L1?gii)ee11f1g , Systelns I Services 9. WM expects that the CSI Contractor, who is designing and fabricating the PLC panels, will support the correction of any wiring issues discovered with these panels after they are delivered for the FAT. 10. It is WM's intent that all control panels will be FAT tested at the same session. Multiple FAT sessions were not accounted for in this proposal. 11. As -built software documentation for the PLCs and Wonderware system will be provided as the milestone system commissioning occurs. 12. WM is expecting to have remote access to the control system network at the NW Water Reclamation plant throughout the development, implementation, and commissioning efforts. 13. The owner will provide a Tax certificate for this project. 14. WM will not be required to be on -site, nor be required to supply application software, until the loop validation tests are complete for a PLC and all prerequisites for the Pre - commissioning tests are completed. 15. It is expected that once on -site testing and startup activities begin, that WM will have full and continuous access to all instrumentation, equipment, and facilities to allow for complete and thorough execution of these activities without delay by others. EXCLUSIONS 1. Any programming of PLCs, WW applications, or equipment controls that are not specified in the above outlined Scope of Work. WM is not responsible for the programming which is specified as OVIVO's scope. 2. The supply and installation of any instruments, controls hardware, panels, network hardware, or any other equipment or systems specified to be provided by the CSI contractor. Not in the PROGRAMMERs scope of work. 3. Installation and termination of data, instrumentation, control and power cabling will be by others. 4. As part of the PROGRAMMERs scope NO control system and field device spares are provided. 5. The supply of any hardware, controls, PCs, Servers, network equipment, software development suites or licensing is NOT included in this scope of work. 6. The programming of RTUs, PLCs, HMIs, OITs, or other controls systems supplied as part of a vendors packaged equipment. 7. Licenses for Wonderware, or any other software components. 8. Licenses for RSLogix-5000, or any other PLC or vendor controls systems programming software. 9. Travel expenses to attend FAT at OVIVO's Austin Texas facility, or any other testing location, for the ENGINEER and OWNER representatives is covered by others. WM will only provide for travel expenses for WM employees. Page 8 of 13 EEO/Affirmative Action Employer Texas Office 4275 Kellway Circle, Suite 164, Addison, TX 75001 Phone: 469-574-2500 Fax: 469-730-2126 www.wmen-g.com Arizona California Colorado Georgia Illinois Maine Minnesota New Hampshire New Mexico New York North Carolina Ohio Oregon Tennessee Texas Wisconsin City of Lubbock NW Water Reclamation Plant Project - PROGR4MAf VG WMProposal 14TPX7030- PROG 11/07/14 ATTACHMENT 13-AD6 W D Wunderlich-Malec Engineering I Systems I Services 10. Fees for storage trailers or on -site facilities are excluded. Storage to be provided by the contractor for WM equipment if necessary. 11. Testing or startup efforts for equipment or systems provided for by others are excluded. 12. Performance, payment or equipment bonds of any kind are excluded. 13. Sales or use taxes are not included in the proposal WARRANTY This scope of work covers PLC and WW application programming only, and not the supply of any equipment or instruments. WM warrants all programming for which WM provided for the term of 1 year from commissioning of such code. This covers program functionality that was tested thru the course of the commissioning process. The OWNER can extend programming coverage thru a Service Support Agreement with WM, outside of this agreement. COST SUMMARY The following is the lump -sum pricing for the Application System Programmer (ASP) component for the NW Water Reclamation Plant Project: ITEM NO. DESCRIPTION COST 1 Scope or work as defined in this proposal, set by the specifications section 17600 — for the ASP (Application System Programmer) $ 368,520 TOTAL $ 368,520 ADDITIONAL SERVICES If additional services are requested or required over and above the work to be performed in the Scope of Services & Supply listed above or outlined in the project Specifications, the work will be performed on a time and materials basis at the billing rates per hour provided on WM published rate sheet for the various job positions that will perform the actual work. Every attempt will be made to arrive at an estimated cast for the additional work before the work takes place, but that may not always be possible due to time restraints and the complexity of the additional work. Page 9 of 13 EEO/Affirmative Action Employer Texas Office 4275 Kellway Circle, Suite 164, Addison, TX 75001 Phone: 469-574-2500 Fax: 469-730-2126 www.wmen-g.com Arizona Califomia Colorado Georgia Illinois Maine Minnesota New Hampshire New Mexico New York North Carolina Ohio Oregon Tennessee Texas Wisconsin Crt , of Lubbock NW Water Reclamatroaz PlaW Project - PRGGRAMARNG WMProposal I4T=030- PRGG 11/07/14 PAYMENT TERMS ATTACHMENT 13-AD6 AD I Wunderlich-Malec Lr?gii)eerd1g , Systelns I Services WM will perform these services described above on a "Lump -Sum" basis. Invoices will be issued on a monthly progress payment basis, and according to an agreed upon Schedule of Values. Payment is net 30 days from date of invoice. Please direct payments on invoices to: Accounts Payable Wunderlich-Malec Systems 5501 Feltl Rd Minnetonka, MN 55343 SUMMARY WM is prepared to start work immediately after being awarded the project and final terms are negotiated. We look forward to a successful project with you. Allen Steffler Business Unit Manager - Dallas Please direct all correspondence to: Allen Steffler Wundedich-Malec 4275 Kellway Circle, Suite 164 Addison, TX 75001 PH: (469) 574-2500 Ext 2001 FX: (469) 730-2126 Email: al len.steffler(Qmmeng.com Page 10 of 13 EEO/Affirmative Action Employer Texas Office 4275 Kellway Circle, Suite 164, Addison, TX 75001 Phone: 469-574-2500 Fax: 469-730-2126 www.wmen-g.com Arizona California Colorado Georgia Illinois Maine Minnesota New Hampshire New Mexico New York North Carolina Ohio Oregon Tennessee Texas Wisconsin ATTACHMENT 1 3-Aa6 I I City ofLuUbock AD NW Water Reclamation Plant Project - PRGGRAMAIIIVG WMProposal14=1030-PRGG Wunderlich-Malec 11/07/14 cragii)eerd1g , Systelns I Services ATTACHMENT A: TERMS & CONDITIONS Terms and Conditions 1. Name Reference WME/WM herein after means Wunderlich-Malec Engineering, Inc., Wunderlich-Malec Systems, Inc., or Wunderlich-Malec Services, Inc. of Minnetonka, Minnesota, whichever is noted in the proposal letter of which these Terms and Conditions are a part and its affiliated local offices throughout the United States and referred to as SELLER. BUYER refers to person or entity that receives this proposal and/or authorizes Seller to perform the Work, and which person or entity is responsible for payment for the Work. 2. Applicable Terms These terms govern the quotation by SELLER for the sale of the equipment and/or services (collectively, "Work"), referred to in SELLER's quotation, proposal or acknowledgement, as the case may be ("SELLER's Documentation'). SELLER's quotation, whether these terms are included in an offer or an acceptance, is conditioned on BUYER's assent to these terms. SELLER rejects all additional or different terms in any of BUYER's forms or documents and, if BUYER insists on one or more of its terms, then there is no meeting of the minds as to this transaction. 3. Authorization to Proceed Acceptance of this proposal in writing by the BUYER shall be authorization for SELLER to proceed with the Work, in accordance with these terms and conditions and SELLER's proposal. The terms and price of SELLER's proposal and Documentation are valid for a period of 45 days. The resulting final Contract is subject to the terms and conditions set forth herein which shall take precedence over any contrary terms or conditions made part of BUYER's acceptance, unless SELLER expressly authorizes in a writing executed by an authorized representative of SELLER, a deviation for one or more of these Terms and Conditions. 4. Direct Expenses SELLER's direct costs shall be those costs incurred on or directly for the Work or in connection with BUYER's project. Reimbursement for these costs shall be on the basis of expense rate schedules provided by SELLER, which schedules include overhead and profit. If Work is provided on a lump sum basis, SELLER will provide any additional or extra Work at SELLER's standard rates in effect at the time of the additional or extra Work. 5. Payment to SELLER Invoices, in US dollars, shall be issued by SELLER for all Work performed under the terms of the Agreement. Invoices are due and payable no later than 30 calendar days after the date of SELLER's invoice. Invoice shall be issued monthly for labor hours, materials and expenses (including markups for overhead and profit) or per the schedule of values/payments for Work incurred included with SELLER's proposal. BUYER shall be charged the lower of 1.5% interest per month or the maximum legal rate on all amounts not received by the due date and shall pay all of SELLER's reasonable costs (including attorneys' fees and costs) of collecting unpaid amounts. All orders are subject to credit approval by SELLER. 6. Cost Estimates Any budgetary cost estimates that may be provided by SELLER, as a part of its Work, or as a quotation for extra work, shall be on the basis of experience and judgment, but because SELLER has no control over market conditions or bidding procedures, SELLER cannot warrant that the bids or ultimate construction costs will not vary from these cost estimates. 7. Standard of Care The standard of care applicable to SELLER's services will be the degree of skill and diligence normally employed by professional design organizations performing the same or similar services at the time SELLER's services are performed. SELLER MAKES NO OTHER WARRANTY, EXPRESS OR IMPLIED, FOR ITS SERVICES OR HARDWARE FURNISHED BY SELLER, BUT MANUFACTURED BY OTHERS, THE STANDARD MANUFACTURER'S WARRANTY SHALL APPLY AND SHALL BE PASSED ON TO BUYER BY SELLER. ADDITIONAL WARRANTY TERMS CAN BE PROVIDED, AT ADDITIONAL COSTS, IF REQUESTED. Rage 11 of 13 EEO/Affirmative Action Employer Texas Office 4275 Kellway Circle, Suite 164, Addison, TX 75001 Phone: 469-574-2500 Fax: 469-730-2126 www.wmen-g.com Arizona California Colorado Georgia Illinois Maine Minnesota New Hampshire New Mexico New York North Carolina Ohio Oregon Tennessee Texas Wisconsin City of Lubbock NW Water Reclamation Plant Project - PRGGRAMAIIIVG WMProposal I4T=030- PRGG 11/07/14 ATTACHMENT 13-AD6 WAOWunderlich-Malec cragii)eerd1g , Systelns I Services 8. Termination The right or obligation to proceed under this agreement may be terminated by either party for convenience on 30 days' written notice, or for cause, if either party fails substantially to perform through no fault of the other and does not commence correction of such non-performance within five days of written notice and diligently complete the correction thereafter. On termination, SELLER shall be paid for all Work performed including termination expenses, such as, but not limited to reassignment of personnel, subcontract termination costs, equipment order cancellation costs, and related closeout costs, including, but not limited to design and project management coordination work, and its overhead and profit on such costs, as well as on the Work performed prior to termination. 9. Cancellation If, prior to finalizing the Agreement, BUYER cancels or suspends its order for any reason other than SELLER's breach, BUYER shall promptly pay SELLER for work performed prior to cancellation or suspension and any other direct costs incurred by SELLER as a result of such cancellation or suspension, as well as overhead and profit on such costs and expenses. 10. Legal Expenses In the event legal action is brought by SELLER to enforce any of the obligations hereunder or arising out of, or in connection with, any dispute concerning the terms and conditions governing the Work or any part thereof, the losing party shall pay the prevailing party such reasonable amounts for fees, costs and expenses as may be set by the court, including attorneys' and expert fees and costs. 11. Ownership of Materials All devices, designs (including sketches, drawings, plans, specifications, programs, graphic screens, configuration and program documentation), estimates, prices, notes, electronic data and other documents or information prepared or disclosed by SELLER (in electronic or hard copy formats), and all related intellectual property rights, shall remain SELLER's property. SELLER grants BUYER a limited non -transferable license to use any such material solely for BUYER's use to maintain the installed application. BUYER shall not disclose any such material to third parties or use material for another application or use material at another location without SELLER's prior written consent. 12. Limitation of Liability To the maximum extent permitted by law, SELLER's liability for BUYER's damages for any cause or combination of causes shall, in the aggregate, not exceed the fee received by SELLER under this Agreement. This provision takes precedence over any conflicting provisions of the Agreement or any document incorporated into it or referenced by it, including the terms of any purchase order. 13. Consequential Damages In no event shall SELLER be liable for special, indirect or consequential damages, including, but not limited to, loss of use of equipment or facility, escape of contaminants, employment or lack of employment of BUYER's personnel or equipment, loss of opportunity, or any other such damage whatsoever. 14. Hazardous Substances It is understood that, in seeking the services of SELLER under this Agreement, BUYER may request SELLER to undertake uninsurable obligations for BUYER's benefit involving the presence of hazardous substances. Therefore, BUYER agrees to hold harmless indemnify and defend SELLER from and against, any and all claims, losses, damages liability and costs, including, but not limited to costs of defense (attorneys and experts costs and expenses), arising out of or in a way connected the presence, discharge, release, or escape of contaminants of any kind, including, but not limited to any solid, liquid, gaseous, or thermal irritant or contaminant, including smoke, vapor, fumes, chemicals, acids or alkalis, and waste. 15. Changes to Scope Both BUYER and SELLER may request/propose changes to the Work. These changes may be implemented, provided that the other party formally accepts the proposed change in writing. If any changes impact pricing or schedule, SELLER shall prepare a formal change proposal. Formal acceptance of the change proposal shall be marked by issuance of a BUYER change order. SELLER shall not be required to proceed with such a change until the BUYER -executed change order has been received and accepted. Charges for the Work for all changes shall be charged at the standard SELLER rates in effect at the time of the change. Page 12 of 13 EEO/Affirmative Action Employer Texas Office 4275 Kellway Circle, Suite 164, Addison, TX 75001 Phone: 469-574-2500 Fax: 469-730-2126 www.wmen-g.com Arizona California Colorado Georgia Illinois Maine Minnesota New Hampshire New Mexico New York North Carolina Ohio Oregon Tennessee Texas Wisconsin Crt , of Lubbock NW Water Reclamation Plant Project - PRGGRAMARNG WMProposal I4T=030- PRGG 11/07/14 ATTACHMENT 13-AD6 W D Wunderlich-Malec Lr?g11)t?t?10g , SysieMs 1 Services 16. Interpretation The limitations of liability and indemnities shall apply whether SELLER's liability arises under breach of contract or warranty, tort, including negligence, strict liability, statutory liability, except for those items arising from SELLER's gross negligence. Where permissible by the law of the jurisdiction, the limitations and indemnities apply regardless of whether the underlying cause is or is alleged to be due to the sole negligence of SELLER or one or more of its employees. The limitations of liability and the indemnification shall apply to SELLER's officers, affiliated corporations, employees, and subcontractors. The substantive law of the State of Minnesota shall govern the validity of this Agreement, its interpretation and performance, and any other claims related to it, except that Minnesota's choice of law rules shall not apply. 17. No Third Parry Beneficiaries This proposal and any resulting agreements give no rights or benefits to anyone other than the BUYER and SELLER and have no third party beneficiaries. SELLER's Work is defined solely by this Agreement, and not by any other contract or Agreement that may be associated with the Project. 18. Force Majeure Neither party shall be liable for delays due to causes beyond its control such as, but without limitation, labor shortages, strikes, lockouts, fires, acts of God and nature, unforeseen material shortages, or acts of war, terrorism, sabotage, third party software anomalies, or computer viruses. If force majeure continues for longer than 90 days, either party may terminate its obligation to proceed under this contract and BUYER shall thereupon pay SELLER for the Work accomplished prior to termination, as well as for all its termination costs and expenses, and profit and overhead on each. 19. Taxes Unless otherwise specified, SELLER's prices do not include sales, use or other such taxes, or project bonding. Any applicable taxes shall be added to the invoice unless a valid exemption certificate or self -pay certificate has been provided by BUYER. SELLER shall not bear any risk of sales, use, or any other such taxes. 20. Shipping Unless otherwise agreed in writing by SELLER, the FOB point of delivery shall be at SELLER's dock. If requested by BUYER in selling, freight can be prepaid and added to SELLER's invoice, or if requested by BUYER, SELLER shall arrange for the delivery and transportation insurance of the goods by common carrier but shall have no liability for loss or damage during transit or upon delivery. Should BUYER wish to make the shipping arrangements, or have a carrier preference, notification to SELLER must be made in writing two weeks prior to shipment. Unless SELLER's Documentation expressly provides otherwise, BUYER shall be solely responsible for unloading, storing, assembling and installation of the Equipment. Terms and Conditions Rev G Page 13 of 13 EEO/Affirmative Action Employer Texas Office 4275 Kellway Circle, Suite 164. Addison, TX 75001 Phone: 469-574-2500 Fax: 469-730-2126 www.wmen-g.com Arizona California Colorado Georgia Illinois Maine Minnesota New Hampshire New Mexico New York North Carolina Ohio Oregon Tennessee Texas Wisconsin APPENDIX E RFP 14-1 1646-TF Americans with Disabilities Act (ADA) Review Letter ATTACHMENT 14-AD5 F Jeff Gutknecht, RAS 472 Ph. 214-808-9248 EABPRJ B5801137 624West University Dr.#214 Denton TX 76201 Fx. 214-764-0021 E. tasbyjetf@gmail.com Date 10-3-2014 Project Name: City of Lubbock -NW Water Reclamation Pla Project MBR Gallery Building Address: Slide Road (County Road 1900) Lubbock, TX 79401 County: Lubbock FACILITY Owner: City of Lubbock Phone: 816-775-3317 Owner Address: 1625 13th Street, Lubbock, Tx 79401 Contact Name: Zoltan Fekete Phone: DESIGN FIRM Name: HDR Phone: Firm Address: 1020 NE Loop 410, Suite 400, San Antonio, Tx 78209 Designer Name: Wesley J. Ward Email: Was.Ward@HDRINC.com Type of License: Architect License Number: 15233 REVIEW COMPLETED Enclosed are the results of the plan review(s) completed on the referenced facility. Identified on the report are areas of concern with accessibility standards adopted by the Texas Department of Licensing and Regulation for purposes of ensuring compliance with Texas Government Code, Chapter 469. Although concerns have been noted, the referenced project may be eligible for inspection approval if constructed in accordance with the Texas Accessibility Standards. Items which are the responsibility of the owner should be referred to the appropriate person for action. The building or facility owner must request an inspection from a Department authorized provider of inspection, or Registered Accessibility Specialist (RAS), no later than thirty (30) days after the completion of construction. If the completion date provided on the Project Registration Form is no longer correct, notify me in writing of the revised completion date, as soon as possible. I reviewed the plans to the best of my ability; it is ultimately the owner's responsibility to build per all TAS standards. This determination does not address applicability of the Americans with Disabilities Act (ADA), (P. L. 101-336), or any other state, local or federal requirement. For information on the ADA, call the ADA Hotline, (800) 949-4232 Please reference the Department assigned project number in all future correspondence pertaining to this project. Questions concerning this matter should be directed to Jeff Gutknecht at (214) 808-9248. Sincerely, P# 94 aoee* Jeff Gutknecht, RAS #0472 ATTACHMENT 14-AD6 REVIEW Project Name: City of Lubbock -NW Water Reclamation Pla Areas of concern 1. Handy -cap parking spaces, at least one has to have the VAN parking sign on it. The sign must be 60" from ground to bottom of sign. Max. slope of H.C. parking areas are 2% in all direction, closest rout to the front door with appropriate curb ramps. Access from public to privet building site. Max 2% cross slope on walks & ramps TAS 502-503 2. The 36" X 36" dimensions for this type of shower is an exact dimension- Do not build it bigger than the 36" x 36". The transfer seat into the shower requires a 12" set back from the edge of the shower to allow the user to align a wheel chair and be able to move onto the shower seat. This is why the 48" clear floor space and the seat, shown on page A2.0 is on the inside wall. Verify the36" X 36" finished inside dimensions. All controls, faucets, and the shower unit shall be mounted on the side wall opposite the seat. TAS 648* General. Showers 3. If you add any drinking fountains that are not built into an alcove and the high drinking fountain protrudes more than 4" into pedestrian ways, it will need the cane detection apron. TAS 211 & 602.4-602.7 The use of the cane detection apron, supplied be most manufactures, under the high fountain will eliminate the protruding object situation. This apron will bring the outer lower edge down to the 27" like the lower fountain. See .r 602 ATTACHMENT 14-AD6 4. On all exterior doors the 5"x5' landing is required to run 18" past the latch side of the door, with a max. of 112 " thresholds. These areas are required to be at a 2% max. slope. r-------- I I 18 min c I I a.rs (a) Front approach_ pull side 5. 60% of all exterior doors are required to be Accessible. See 206.4 6. Verify that the H.C. parking and side walk has a maximum of 2% cross slope for the perpendicular to access the front door. See 403.3 & 406.4 7. The mirrors in the bathrooms are required to be 40" at the bottom of the reflective surface or lower. TAS 603.3 8. The water closet TAS standards call for 16" Minimum to 18"Maximum spacing between the wall and the center line of the water closet in the accessible stalls. Contractor should 1Fr18 17-19 4���455 430-A65 cal cel wheelchair ambulatory accessible accessible water verify this with their plumber. TAS 604.2 water closets closets 9. Verify that the sink does not pass into the clear floor space for the water closet. TAS 604.3.1 10. Signage at bathroom doors Cannot verify see 703 ATTACHMENT 14-AD6 11. Break room sinks are required to by 34" A.F.F. Break room sinks are required to have the 29"high X 30" wide knee space under the sinks for wheel chair access. Pipes need to be wrapped under the sinks. See 212, 60% of all exterior doors are required to be Accessible. See 206.4 r- - - - - - - - 1 i C E F0 ,9 min M N 730 L---- I 25 max _ 11 min es5 '° (a) (6) elevation Oan Verify these items when buildine (These items must be compliant at time of final inspection) Supply a copy of this to the contractor Verify- Handy -cap parking spaces, at least one has to have the VAN parking sign on it. The sign must be 60" from ground to bottom of sign. Max. slope of H.C. parking areas are 2% in all direction, closest rout to the front door with appropriate curb ramps. Access from public to privet building site. Max 2% cross slope on walks & ramps TAS 502-503 ❑ Verify- Access routes max. side slope of 2% ( 403.3) Sidewalks may have a running slope of 5% max. TAS 402, 402.3 All ramps max. running slope is 8% max. TAS 405- 406 . Floor & ground surfaces shall be stable, firm and slip resistant TAS 302. Where changes in vertical floor or ground surfaces are permitted verify the maximum %" TAS 303 ❑ Verify- 60% of all exterior doors are required to be accessible TAS 206.4.1 ❑ Thresholds on exterior doors are 112"max. and a min. of a 5'X 5' area with 2% slope in any direction, 18" of this 5X5 area must be over past the latch side of the door. This door requirement includes side and back doors, which are considered fire exit doors. Handles, latches and operating mechanisms must be lever, push -type or U-shaped handles. All doors are required to have 18" of clear wall space on the pull side (always). The push side of doors with both a latch and closure requires 12" of clear wall space 404.2.4.1 ATTACHMENT 14-AD6 ❑ If you install one drinking fountain then a second higher one is required. If the high drinking fountain protrudes more than 4" into pedestrian ways, it will need the cane detection apron. TAS 211 & 602.4-602.7 ❑ Verify- Bathrooms 5' turn dia., grab bars 33-36" heights, toilets 17-19" high, and 16" to 18" from CL of Water Closet to the side wall. 604.2 The water closet is required to have its own 60" wide x 56" deep floor space & the sink is required to have its own 30" x 48" floor space, and the 111 nal is required to have a 30" x 48' floor space. Flush levers on clear floor side; urinals 17", sinks 34"high with wheel chair toe clearance of 9"min. under sink (no plumbing lower than 9"off the floor). Side max. reach range of 48" to highest operating mechanism must be taken into consideration. Toilet paper holders are mounted at 15"minimum to center line AFF and 7" to 9" in front of the water closet, at least 1 1/z" clearance between bottom of grab bars and top of paper holder. Minors shall be mounted so the bottom edge is 40" up from the floor or lower & and the top of the mirror is at least 74" up from the floor or higher. This takes a 34" minimum mirror. 603.3 TAS 216 &603-604 ❑ Verify- Signage at bathrooms or other permanent rooms shall be 9" from center line of the sign to door jam on latch side of the door, 60" to the top of the highest letters and 48" to the bottom of the lowest letters. TAS 216 & 703.4.1 Comments for discussion are always welcome- E mail to TASbyJeff@rnail.com Jeff Gutknecht, RAS # 0472 ATTACHMENT 14-AD6 PLAT MDR PLAN SCALE-. 3/16'-T'-O" 1. FOR PIK COIVT LL TPCN, SEF SHEET C-oT:] 2. FOR ADDWNAL HOLES, SEE SHEET G-007. R FVW TO GATE SCHEDULE ON SILEF G-0113. 4. ODNFFACTOR SHALL COAT INTERIOR COMCRE-W SURFACES YATM SPZt _ PROTECTIVE COATING IN ACCORDANCE 1 11 SPECIFICATION D9380 - RANMG. 5. WATCHES TO BE B= JD-2AL DR APPRP/ED E HATCHES ^NULL at ALUMINUM N101 31OSS HARDWARE AND FAS'EhERS. R0CHES S IIE FACTORY ASSEMLm WITH HWY PIA -LE HINGES, LATCH A$MUWJM HOLD OPEN ARL15, DINDE BfdA ET5, ASSISTED JFT— uELHANI5M5, EVEW IT PADLOGX HEWS, AND CQATED kUMIMJM WEFT' ORATWO THUT CONFORMS TO 05W. REONREMENTS (20 CFR 6. UNLESS DTHERW.SE STATED, ALL WATER SURFACE ELCYATIONS ARE RASE0 (IN 1515 MGD OF FLOW THROUGH THE PRELIMIIYRY TREAtf dw- T- HHbRAIL T1TH CLEAR ACIwuC OR PLENN-G IwIU- a. ■ INDICATES EDUPMENT PRDADED P PRE-NEMMTED EUNPMEH[ SUPPLIER. -TFaY LRD suR*RA NIh JNMS, C%,A Ec ? - .-I D2) n1J Y V O W m -1x C F F- U z Al� ❑ s<c gv�ia [3] F h L a ;w Waa ¢w a a~ s JZW yFgg EL W=01 p L.J :) 2 � CL M-700 H + rLR SCALE: 3/8"-V-0' W. GATE SEAL A&SUSLr, 44 [YE NOTE i] (11P. OF e] pNI I f WALL SLIDE GATE N-Tw (ATTACHMENT 1$-AD$ PURE NORTn [:, fmu rvons• _ _: i. SEE M-100 FOR A➢Of1F'JNIL NQ1E5 ANO INF11Rl1ATK N. � �-. ��� 2. SEALED P[T[TIGTNIh OF QATC 9"r THRDuOH rRp PIME. 3. I PING SD 8E REKACCU w FNURE sIAM1 "IMP -.. m ME WiiN MECI UNIG4 INFLUCNE SCREEN AN3 WASHFA CD WA=R. UNK {. pSCkYw"E PIPL EROR FVAWE WASHER ODMPACTOR, FUTURE POPE fbT PARF OF C9NEPACI. 5- PIPE S,iEVE TD ALLOW M E S,LM OOWN COMER NSTAL ATICN. gut : USED IN VERNA TO DUMP AW Si:REEFRNc. CW WON AIRtlAff REl10,NBLE PLUG. W R. / II>DICAlES EpNV4Ewi PRGWp{� gy PRE-HEDDTgTEO EGUIpMEM SUPPk1ER. nn . �rRTrc.[ NE0055.59 � - im=sc-ii, (NP. OF 6) MECHANICAL INFLUENT SCREENS ENLARGED - PLAN SCALE! 3/8"=,'-0" NIPM,\pRATIM PENETPATIONS TNRWGN FRP HNOCELOUT WALL x 9 2 Z N 4 W2 V~ Qg a U-1 F 9 n 7 � m x 8.- �Lmjs EOsa 8 LJ -3 t ', a a J W z as IYORTI ----------- SEE SHEET Id-l" -1 2. w IINIXAT FOU PMFO PRWDED En IRE-W&Q a UlLWlEM[ Su i ZR. A fff-Iffl-mi J. 411; P,u INLET EOw m ill [SEE M PLAk �i 1 42' 99 N¢mPJ. LBOW 1. WE COMPACTOR ca --------- __T7 (2EE e1.AQ= -------- E%W R Dow II I =11 Pum, 1w-GI,ll ILLI REIA" PArm SCREEN IA" ME [WARM PUNiA) M-I3150 I-Fg-721 ll I�L-L, 190 1 -- . II fl@Q PJmP ----- ---------------- ----- r- -------------------- MIT SwmATIcw wff 7�F 3 A RELIELI!Qk1 L,,r i 0Q- 1I 0-G -.3. (Fu JUL] ------- ------ --------------- I lip 4'W TEE L �UUME OrT DEWEI�/WASHiw uwS - PIPING 36, PLua wALV 36" rcA PUN m ---------------- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ----------------------------- ---------------------------- W :V FL ELEM - WWE) Or YJ � (SELM E) LOWER LEVEL PLAN SCALE; PUHT Mmh MERX_ m= :. FOR PWE CpHfM11Ai1p.4, SEE SHECT .'-013 k. F AOMGWL NOTES. SEE 51[ET 0-0007 EQUIPMENT/PIPING SCHEDULE Q 1 DESCRIPTION APPRrare E Iwos 1 1 gp" UUM r GE 2 20' w ELEM { 5 w F1HfAY WLVE5 y "VALVE PLUG _ S o SPLITTER BOX -- LOWER LEVEL PLAN SML. 1/4. = 1'-0' 1' CI E eui .nu SEcnON 11 WEE: 1/4'.1'-O' u-104 s/Pw/ol • . ` � ,r VKwNrc P. r PROVIDE 1•4. W HOES N 60FrOU ' 0P SCHEDM 40 PC PIE, �SEcn4N IE I µ n[ URLUP SCALE: 1/2'-1'-0" N-104 wo/wo +IA_wu/Pvc Ti 3266.50 SWC 11 U.— lu AWUM A11OLE OF SPR4• M _ , 04 EQUIPMENT/MiNG SCHEDULE DV5C1RTVn0N APPR-DX. LENGTH N[ttE FrMWS - WIM2 0 - l Il' L 1 12 M - - B R 9 12" ENP. SI5 Cu3PLING - - VA Vts 3KNIFE 114w 5 VE _ - SEE FIDIE ] PR+E R N 10 30• PWIFF SPDX 5'-11" 11 1a' iLrPE sPo0. C-YW 1e" RFA 1G'-C 1 5' 2' PpFE��t� PPE ] . 76 71PE� &E SCREEN 35O—FS-131 a I9w10EMnry 1L5NDRML, 1 a/DLOP L alM CRAZING, (SEE STRUCIOW i 3273.33 - (S EE STRUCTURAL) 1 " I _ T _ h cwmNc _ Q 12" 5p. , 30/D/DIP 31 DROP PIPE � seus.e� 30/OFjORP �ti P/p"NEL PIPE (� iL.M,1.7s Sl1PPon FOR , a 1571N SUPIPORTS 12- WH. TO 31C Si TINE SCREEN (SEE nOTE 8) v. -".n3 1 CWPA(:'fpll, ^ FS.G PUMP - ]SO-f5-112 T1I q. 3251.75 / T PIAEFORN /f STRUCTURAL FILL. PPE �WIR(}N•59 J � f (SEE STRU:"EMK] [TW.J 32 [SEE HOTS 2] CO, (WP- OF 2)-\\\ + (SEE SHEET M-113] I R/D/01P (SILL SFW M-113 JO- RESIRNNED PLNIGE tr I 5�IVN f g 1 NUPLND ADPPTOR SCALE: ]/1B•�1'-0• M-fOOM-106 30/GF/PVC Y-101 M-}13 M-103 ATTACHMENT 19-AD6 CDCRAL rlms 1- SET —100 FOR ADWOaA_ NOTES A40 WORE411ft g c = 2. OW (1) PORTMUE L1W:F CRANE TO OE FSI IWIUSTRIES MODEL 5124Y ss FAM.1L MRN TMV PEIEHILT WAILED PEDESTAL 0AM- RLW 3. 1NNUFACIURER 7D SUPPLY ADAPTER TD O-NCH CKUEE- a a. EXTEND WM O-WCFICS SELCM CCIUNO. S. WDH-SAnC HOSE TO BE KOVFM 100 OR APPROVEO [0CONNECT <3 6! %IEUTLEX •PONERLOCK" BOW CLAMP, OR APPROVED £oUx - E- MLESS OTHEPIME STATED. ALL MATER SIMWE VXVATPK AK fiAwD F OM 15.5 MGp OF FLOW THROUGH THE PRELRREWT TREATMENT MR. Y 7. RI -LINE CHECR VALLE 70 9E TIDME% -CEECKWE' OR APPROL'PO Ea 6 RE11FT P PS AND FWIND NDT SWWN FOR CUAFFT- - -_ SEE — M-109 FOR AODffMWL IWDRIAAWN. 9. ► WGCATES EWIPMW PROwDEO RT PRE-F490FATE➢ EVLIIPRE2Tr SUPPLIER. x V J m h �_F .❑.1 Y, t Al j - V WM1PL MECH$ N[I' -CCH. KWERF NEC'H. INFLUENT Z SCREEN SCRIEEN ]p0=A1$-131 fOTl-13-fJ11 � � 4 ,V� au 100-IS-121 tOD-IS-111 BRIT TER MIT ¢ 5+ ) 2'-+' ]-O- 16- i- '-10" e'-1^ g-r 6'-,• lD0-DOC-12a a/GH/DIP }t 0 9vr (SEE NOTE £F W - m � - gr s i-a Fw_ 4g= Y FLFIEFR_ _ r fI1 OCCTWVCE 'CROFT _ _ p aP �L W ❑ IC SFEET g EN (SEE M-li0 } � I , 32]AI] piSCRE }uu'Nrwi3 �z w- i/C•mHNEI CH NN VL it=L- � I I EC�S� I �s 01yoIP_.' ®III 4/oR/DIP_ 2 R 3260.67 C s2e1.e] 5 3255. P'fRFLOW !1 -- ]]56.61 CPMNn EL I Ll SrRVCMmL Flu, [SEE SIRIICT11R4] E NOTE ] OOFel SCPEFII 0f i FLE% T. EIOIIMCOMER Tf�f ILI, T GE. OF 21 r SSEE NOTE 5, 1TP 20 CYNMI TtpupFF ' y�� ^Sl1 DDMPSTER �T~� _ ..•1� a 3238.70 4y'N - SECTION 1� SCJLE: m-loom-106 M-101 M-113 M-103 M- 108 45' SPACER BCfWEEH WILD _ >tEFn 1ffi t ]i'x1'-Kh' XNG OM ELivAnou 1 S 3-XrK kj 316 68 - ANOIE J•7j• 31fi 33 ` 1 I BAR SCREEN 1C E 3,x2,x ]5- 316 S5 ANOLF T19E4• LAIC T (SEE DEFAR. A. 7W SHEET) WELDON STUB f 4 + �� Y�^H(A^ NELSOM o • duos ■ 6' oc 316 83 ,-- (SEE DETAIL A, TMS SHE �`^ DETAIL — A DETAIL — B SCAI F: N'.'i SCALE NTS MANUAL BAR SCREEN ❑ETAIL Too S( E: MS ATTACHMENT 20—AD6 1. OISE WNH 15.8 AGD X FLOW THROUOK HVPASS CNNlNCL. 2. WSE AT 15.6 MUD AND NORWy PLAN1 OPERAT00 WITH 140 BYPASS 3. MWUAL SCREEN TO OF REPLACED IN FVTURE WFIH MEGWNICAL INFLDENT SCREEN AND WASHER COMPACTOR. 4. RECESS FLODR REE'AEEM TRACK LIPS @E P-IKHES. TO AMDID OMTRMCTIDN OF iLC1T TO DUN. �5. SEE M-1DD MR ADDI[I�PRMWKKK AND INFSCREEE RFH A CUSTOM FAaWWCATJ:D AUWRM ISME04 WE'A7R TONES17£D AHD SPACED TD f TCH THE HIM SCREEN OPENINGS.CLUDC AN ALUMIWJM POST AND STANMRD NON -SLIP FAHA[E HECK' TO 6E 9EINESN 11 AND 13 FEEE ANDS ROLDC7 AZRC65 (1107ATrl� OF R C " (RmATED FOR CURRY] _r 31OC GATE - SUDE -ATE 1'-3" r f00-%G-211 nm DIPPED 11T•.1}j'O WIL'm ACROSS LV CA. STEEL PUTE ANGLE ,oD-SG-l3l ,00-SCr152 PIL BOl'ROF 7M OF PUTE (Z%) 'm.K" NFLSUK (ROTATED FOR CLLWNM DR" PLATE � ST1105 a 6' 0.C. 10 lLwDcwANN I S-6• INFLUENT �- 1 EI CIAIF6id '` CRP CHECKER PU'E COVER, 1 _ GALV. TVI (SUL S,RVC NHAL) ANGLE.LE CIDH �� ANGLE. LEHOTM OF PLATE 'O BE IIF3Ef WALL C 3269oa CONCRETE WALL IKnJELIPATI DRAIN PLATE DETAI E�] 627.10 &" CONCRETE COMPACTm FILL, GRIT SEP. 'JNR iCnl F; , 1I�• = 1 ••O ,[�} CHM1N[L 1 YE (SEE SIRUCRIWNL] (SEE MTIVCTUFAIJ 32iS.53 W DREACE (Sa YO Ex2) TIDUCi OPENING EL��6S7'6 -FL 3F6i.28 67 - - - / 7 �3Sf,TdD TY04OWL 2' NE15OH SNDS O PECESSED/CORCRETE iL.DOR, ,7" O.G FOR LENO'IH {REF NpIE 4] Oi STEEL PLATE SUBCFME Ti' STEEL PI.AIE (TYP. QF 2) sr_r" ORO LENGTH SECTION SCALE: 3/8"=,'-0• M-100 M-102 DlJMPSTER TRACK PLATE DETAIL M-1D3 162 SCALE; NOT TO SCAL' u F � z ILL. t- ~ W 7 CIO DOY k V a a � N iz } v3] J� n� o a VI-112 EQUIPMENT/PIPING SCMDULE U DRgC@TPTION f APPROM, I.RNCTRI NpTR FRINOS SCALES ]/16'-1'-D" PLANT NORTH ATTACHMENT 21-AD6 OENERAI NOTES 1. SEE M-100 FOR &DDM0N NOTES AND kNUAMk' lN. 2. TRCNCH ORAIN TO 9E JOSAY i6619-10-®O-31 B, OR EIX SHIP im MINMW NOMf OF 5ECT1 . CONNECT TO SWIN)l6 WRH IT.ARLCS AHD NEOPRENE GASKETS. S 17 TO 0-4NEN 9DITW DIjTAEE. AT OIIf , pe-TD7 C.c . . CLD M-113 !'-0'w.7'-G•D CC£.55 OPENING FLOW Am �. A� arse a-w� rcm -nac w EFFLIIEHI BD% -ALTERNATE PLAN ELEV. 3255Bq .00f� SCALE: 1/4'-1'-0• - PKYZE 3W WS W/ MM-PO% BORDER I BY CHASE CUMSTRUCWIQ PROWM AND WAIDUR-WM1011i WS HY W CORPORA7IDN [8EE mom THEN 3] 1. �_ GIRDING au LEDGE REFER 70 SMN 5 M SHEET S-40 FOR BASE BID EXPANSION JOINT -ALTERNATE BID SECTION SCALE: 1/4• - 1'-0' 1YN' AWN ORM.T. Cr1 ,) 12• CMU WALL C=MN BEY'afb FIAT SURFMIE FDR WEIR GATE MOUNTING Z, EU I L4 Li ]] IG3 02 1y12 02 EIEV� 5-41a I I I CJ W/ P11C WS. EW. TAIL mim G W/ 6• pYC Wr- II J u� \= au a e•. \ Y a. CONCRETE - LEDGE , }6 DNLS a 6•, ET'. REAM REFOR : ]/s-4o6 ELEV. 324400 IL FM li ITEM 247- GRADE'. •• •'. •; •'EUM h3� 0b , 2 FREE BASE ".• • . .-. (SEE NOTES 1k) • • • • FLOWAHIE •' •N' Pic YMTF1K111P. MRPAL7E T FILL C�?1•, -••' FIDRn1BL FL 1 TO , SLOPE Muc�. uNDImJ WILL • •4'-0'••MIN. �\ nL�: CMIRACIED m GRALIE 2 RET'ER TO SECTION B ON C� %W S-405 POR BASE BID ALTERNATE M SECTION SCALE: 3X - V-O" - ru WATERS OP DK OW IRAMR S-41D (SEE NOTES 1 THRU 3) (4) i6. T0.6 ELEY- 3254.00 EF C.L,,. E4 STIRRUPS a 10' (4) 06. TaBJ LHTIM a e- BEAxI 191A RE)NFORCIW ALTERNATE BID MAIL SCALE, 3/4•-,•-0- IFFIFLLINT Box ALTERNATE dD 1- THE OONIINCTOR'S ATnDrmm IS OYILm ToTHE Cap JOINT BCMM TT! CLBR AND MBR AT THE C744IINEL MNNETMG THE TWO STRLICTWES. SEEN N SECTOIN �S m `„ ELEv" 3262OD A ON 3WMG 5-4Q AMONG OTHER PIAMS. A$ AN ALTERNATE TO THE DE'MNS FOR TIE J HYT AND d WE i•3 15 �' WATER5IOP sHom. THE cDNjfMOIOR MAY LM= yp C g THE DEfAI_ 5140M ON THIS SHEET" 2. THE CONTRACTOR SFPILL PRONOE WAIETRI6FR John IN ACCOROk CE WRH THE DETAILS THAT MIL STOP a t. LEAKAGE (! OCCURRED) OUT OF THE CHNNNIL LE44NG INW RE WYLKSPACE Ri ANY WATETRIKi11NG LUMD PROPOSED a THE GONIRACFOR SRALL NOT AFfECF THE FUNEMN OF -1Y• INEWAr W/ THE EXPANSION dOINTS BETAEEN TIRE TWD HYORGPHEIC WATERSTOP. CONT. STRuMuRES" IT'1P,] 3. THE PROPOSED WATERSTOPS SWILL BE SUBNBTED FOR THE ENGINEERS APPROWLL. f1El'. S .00 4, YERTI".AL CONSMU07M JOMS N WALL: NEAR TM .Y. ETRI.ENT Rum MAY m CGNSTRUCTm TG FA umm m THE SUSPUYOED %M CANSTRULTWN. FUR RE1F- NE RE W B D /6 a a'. LN. EF. W/ NATCHNG DONTES EIEY" 3242-OD } ?y��yy n J 4� O_ o EIEY- —MR RpI RE cJ5-4De "1 a k' 3 m m N a". 5233.SO D $a - T-7; 3 rm¢ z �a u zno,.rK ME INCH Em1 = ole�RN �� tlTEd�n y� IIEfEIHI �� ATTACHMENT 22-AD6 $_4. a42o--air +. •EFEA TO RAICHIE ItAl- IHTFADR OT K PLANT mom 2 ATHNAi15 PON � ERPERocuAue � �ry A-511 m N CTNlCT OplEt-E YS F..rx1LE S F T D v B A wEOHIm f0 ebT1W trM NG o F�. of e� FU To aui ���d ec -0 2' a nc N ] RED uS�NRO��Y ~NGS FOR g � s ' S'�• ]'-0' RRE GI.LEw AREA R� �[Cpj�) A 1Y'-0• 4'-+7 R2'-6• •/ a is Op.ON O _ ^ C Zv-TFAO �EXTE EXTERIOR tg115 _� r 14 6. NEFFA f0 E�mNC [(mne05 F. 4K5 c+ p P. NbUTI 10 Ex1O N E 11 a I FON 7R-IA-521 ReOipHY NCIE NOT SHORN IN PLW 7° 1 13 BLOWER � p2 I 14 a x-->� a s B KEY NOTES gg a A M !� R � SNRRCE � NOA/NL 10'%10' wDR% SURFACE BY yya mm _e ; 1 'F �P 'HALO• mNNINC Fuu i NS s� ` - - YBR PIPE GYIERY ~ 2 IS C ] STAINLESS STEEL MT`Li SN( 52-110 - -0 ; E1IEROENCY EANAyt/ SHOWER + xICJ ] NOMINAL B'AO' CURBED '(ASH DONi AREA d LOUAF]Fd. REFER uECHANI LdHF11 n _ SCHEDULE • A A • 1 A 1 • Y A A • 1 1e A ✓! 15 B+ l R L'/ TRENCH MAIN (REFER TO PAOCES3j S CHE/AIGAL STORAGE _ �8 BIDG EI 0 FLOOR THRESHOLD. BASS SP-101 OF DESIGN NIP MODEL 1013 SFA f C1 L O ALUM" FINISH 'FAIR M LHEUIC& c a 1 a C� SIDE OFir. BED OT-R SM IN 12 SEN-rNF 9 I a s 9 l 9 I 9 I a s 9 I 9 ' q s t _r 14 RP sT�S AND AM HA �La L' tinDE H. Fri' 1 m 10'-0 - rr rr -1 F a�, z AT STORAGE R001F 52-E5. MERE I FI .G] _ V RATED TO UPPER UREK PRONDE 1 FIN dj � 4 E 1.R - RATED STNR E1CL0811RE RT BOTTOM CF Q z D I STAR PRO'ADE 3 w MIL STUDS AT 16' '1{, A] D1 pFFIGE I STORAGE 72-1pe -10] -. A-3'1[I OCALONCBDTICY T)PE 7i�CiP F xJ 9PSAP. PIWDE FIRE SEWiwT AT ALL Ld W 13 10 C 1 �� C 11 FRP W41FICRNL, REFER TO FRCCE55 LV Y J ° Al L _ 52-tOe r C FIRE EIFiMWISHER AS SPECIFIED ne C C -}] a FLOOR WILDING JOINT. SEAL a a 3 O ueR PY+E o11IERN 1111 T t/ NOM. eW MIR'•nF' O NMC AT B6ROu (y .3, IJi llul 52-110 ly a `-• 4 2 ] 1L OF SCREEN fuALL 0 m J x y -0• V-4 B•�• se'-O• ty PO NMENT FT C THC. REFER TO C PROCESS SPECIFICATICNS +2 u MA. _ 3'-4' •q 19 WEND W4ORY WALL TO BORCY OF � y MA. STAR MCI MWN1dNCE o- 3 jrMETA_ SPAS C 16, O.C. y 0 13 L — — J 62-109 '� WITH i 6iP. BPFfRO BOTH &OF3 (WATER ! RESSTAfT GIPSUM BOYIM/NLE &(CHEF RT CT 5 >o m�i1HP (GUI LiPPPO E d YM 65 ALB vE 0 CEILING. BRACE AS REQUIRED 010T USED 115 9fET) „•, .. ...y wWr1�rF1V�t GAPS �e�lln eOI�H SIDES. •0.c �' _ - - - V PAPS e0�e1A+o AT7siMUTOILOExFEND •,r>,,, _ STRN,mRE ABtr,E "n E%IFNP 4 MN. e• N30,E CEIILrC AT CMfIK1L RAIL '�' 1Y-0• 10• 12'-O• ram• 5CE (NOT USED M15 SHEET) _ 2• w 4T Sri• L�UNPANTED ROM. 9• CW ,C•+.Ir I LGWER LEVEL CI UWNNTFD HOM. 1Y CMu � FLOOR PLAN A-510 o-NrsMTAim How. e• eMN WITH +!E' MoPlo '7 E O(JI F• 1/B•=1'-O• HSULATxti+ AND kP 0%N BOARD WER 2 --] I X- LETAL 5TUPs a 1C O.L. ONE SIDE S WETn A WO iNSUUTt•I i0 PPFTCM OF __{ I STRUCRaIE AND METAL SNQS/ CTRSIeI TIN. B• ABOFE COLD. W 5 ONE INCH ON ORIGINAL DF M NG. NOR. tY WIJ WITH 1 YE" ONE INCH ADGI] INSIJ MN AND 15• G1TSlel BLIARD t Iy OVER 211• METAL STUDS • 10. O.C. OESN,FED x�- WAND ONE SM. MEND RL'GID INSULATION TO DRn�Au uRurum ROTIOu OF SlHlG URE AW METAL STUDS/ WEClFDa OHf11 O C UM BOARD MN. s• A9 CEILING. „ R o- UNPAINTROM. e• ED CW ONE SCE MI) tAR x C ATTACHMENT2 3-A �6 B� FIEIV IMN,m PTUER GIB. (NUT USED THIS SHEET) LI,-501 F I rBLRA 00[ FILLER/ RANTED BOTH WEs. (NOT USED 5HEET) 5' r-p- 4 iA9 ----- m Ir TD CONC. O uWFA LEYEOL BA] REACTOR/YBR STkuC" ELEVATION SCALE: 1/8' 1'—W I I I I GENERAL NOTES sW a OW�Yfs IN C FOR CREMHC H �E y'NLS 2. RFFR M SHEET "14 I'm LO.rvR ]. REFRL M 61CAL Dwp i. BEFER 6 S EFl05lIM M {� KEY NOTES: UPANSION dow WTEINL WFM V MIUNUMS SF,UAN1 BOTH SCES M C& AT ALL W NW INRL OONOITOW REFER TO STRUCTVE OR 14W FOR DETAILS CUR AHOLE5 ARE TO W FUM M µNCH � A WE HOT 5HONH FOR CLA " j _- -- -- =---- - -- - -- -- - ------- =- - - =----------- --- ---= -- =, - , - -_- - - - --- ----- _---------- =- ---------- =- _--------- __ --- ----- -- _______ ------- ------� _ .. gil '.�:'.sa k r -- �: ..''.: !I I�Irim. =- _ -'s=_ ........................._- _� -- 's's =_ '''i _ s------------ -- - --- --------- - r --- 1• •. --- 11 1 NCR 5 ONE INOH ON ORGIFYL OPJNHC. ONE INCH j 0[SN,FeD x�-uu�cum OAE CIFD B. AHIIIf➢O REHETFL i�B9SE SUB I I $ n 3 6 B I i s'Rr.suw ' r �J na 3 5-537 T/mE SU EL r 10II IF II I I 2 12A0 RG L, / l fD' iHN CONC. � 1�PREG7? REINF �I 4 Tw /j5012' BlY TAP � BOT, — --—JL ---IL — ---- r'�i FOUNDATION FLAN SCALE: 1/6•�1'_p" oH�ruu _==w DETAIL �l SCALE: 1/4"-1'-O" PLAN NOTES, 1. SFE STRULRR4 SiFndRD aEfNL &IEETS PQI STRULNR�1 cE»Ereu wo wi{wL Ho,Es N,o oETNLs. t M•xEi5AH5 IHBRAIEO m m SWu PE "I'" Bx THE COMIOICid! mo ON AC1k4 iOHPEpT 09 CWONENTE wPPUEa .0. SEE PUNS AnD O,VWr. 9EC1101t3 fCR ELEWTAR0. unrao[>=sl�nuxav_ oxlwen�s Eon ru nx saj orc, ,wo ov�r�.91nn r�..11s sc[ rxocEas�rcclawrx rL PL� ME =/KzE. Flm Evurcvrr oETNLs, IN[LLawc EaNEraiE Pw Lc«ic« wn DNIE1bAN8. SEF SiRI.CiuRu OR4S W CCNGiE,C >M➢ 0. SEENN9CnRELiVNL BR9x, FOR OP W ODFENSMB L .N. Ncwowc Wu,EE,s Ano m wxwRe v PE,LRR MN4. SEE ARLNRELiNML LIW m I'm iR99 w M LOcxTlons. -E CML FOR LL Wt" R AND �. . w ALl RNiERsryRs 5Wt1 X s A % . WI NOTED P,HERAESE ME Fluaans - ADdn- InForoARtun. �E co� S BE TO wNE ERL 9WiEASfaPe MlnuaS AAo Ni �oMs LEAK�NEE. Ns I�puRFL. 0. EORHEO CAVSiIWLiAH .AINie eHY1 CE kEKl1, Cb1eiRUCTAH S*MI DFNL3• su,sNxs svu xo HEPm, sEE to STANdR] DE*NLS iD 5 R BEY016 PE 1 U D» NNE x unuuN cE ,e Not .- ELAPSE RTNSN RlNPIEN,s - 2 A11uLW CML f LOnGa1L AT •XWS RnERE PULENEili A n,EstBUPrE0. 1 oFwoN H,amrtN c MI- arc,RRaE Arw wwrcwNCE a AEfR%f sEAI FiuNNUG IN cwCREiE F,.DIA NeEwg, SEC ARc,nEcnR,� scNmuu=s .wo �E�.�c,arnR w.e. 1, N 70KNEIE Wil BE 9 -CURED F x "WW i W . ME SPEDnI[NigNs. 1+. DE91GX NEf AUCw U B0k "NG F ,SURE: 5 RSF. ,s. oEstEw LAf LO,L6' R[1WING, CNECR A RUiI, MAIM WNINNG& 1B0 YEF . waDE-suPPCmm mnCR FL-0ons: fso PSE cmno au�i sEE [taw. Fwo fUtEtai. nolFs Swi ,nm LatD a oESIv,, SEF •xo Lnn ISD�EiRc's FOR E®on PFe_.surt5 o.9BWC LCM 3[i Cn*aW.F[w xW Al NO,Es EDB ,uvs OE s�tc AF<r.� E.101iE0 OVESNFA➢ CPoWE CNApI�'- 3 TON RDER DEAD LDAL� Aso m P. iHWSUERSE RAN-• LO,DS: JW ce/ mEEL ��l T tY ,noE * ENEN wm� rnR rfunlc. I1 ntl[Revm au inu roR iR m new-L v ewmc cwu V � 'TEB LtM�LML ARC PAFlRPTHNIS, SCE mciiffivik w j1 1r SL DEPRES&Gn, REFE CE PROCESS F GIHPNG V REWIAE1vn� ma armnc. ToHc RE . Ews I io 'mocEss�iRrn a�iu sm un R fl R PDE �n aM Ni OOBNE. j1 UL SEPNNTOR SWP. SEE PWNBNG IX NM FllR V REwnmvns. W STNRS GLIR9Q44 AND GRA1I SEE WEdi1CA W FM EN REpuIREF.vR,s. iRE woiH a ,t -D inE e Y ha. iF£Ao PECNNL AGNt-NI Duane RMUI- SEE FIN-3 MD sPFCFlOEnoNs MI IMLIRFEF s. 9 A al s ENR IS ONE INCH ON roan J.E. ME MGINR DRAN,G. ae Nw BRx., 9m S ATTACHMENT 25—AD6 e. U'��° A, PRECAST ROOF PLAN I FGFNI'1• PI ►N NOTFS• i L PLOOR M O GN 1. MAI, T DESIGN LOALG: PLANT ®UPPER WF LOAD - 125 PSF, 4' TOPFIHC A � LW L - 20 PSF p UUHOu. JNfCD1H.`ED PEAP W%D! N IXd L. LOWTERAL PEAL LOAD 10 PSE, UNIFORM D. TOPPING DEAD LWO: PER lHMN 53 SNOWN € Nu- oFwo W ! P. i. UPPER LELE: FLO[R LfuE LLhW .I J fli� G. SVOIY DRIFT CONOUpHS F!N)M LCXf GR ROOF FRMIFIG SED N. RL ON U9 TEES LOG N 0 y� S,C AND 1): 10 PSF. m r 2 4- I,r. SUPPLIERS DESC T ANsmoD SIM CIYPLETE PRECAST SYSTEM ME ATTACHN Fw APPYKDH U. INCLUONG OE51CN OF U. ' Atfl L FOR# R€S FMWS CPNN07MNS to SUPP NG STRUCTLM SEE SPELIFIEATO PCN ALOITH1kN_ INFORIM-10 F ]. CONNECTIONS SPECIFIED FOR DESIGN W PRECAST SUPPLIER Arm RSNCE OHLV. uPI FUFNEAMN OP lKsr. DMI 5m L Of IN AOOQK� wln SUPPLIERS RESPOINS n FOR TK FINAL DE%% 4. ALL PREPTST =at "TEES WH BE TCFKD R/ A 2' WIRE COAPOSUE TOPPRAG 1 E13 NCMC M W/ M-M.9x .B WEiOEDEA F'AER�. KIN DET..a T IH Crcf�NPLO LONLREM TWPb4. 5. AIECHAN OR RC3 FOR 600RIONA PENEiFIhTIONS NOT z G. SEE SHEETS S-"D AHD S-B0o FOR A6)TTIIXNL NOTES. � ]. PRECAST DOUBLE TEE WVAfA RER TO DEG fYteir TEE COR ■�� ¢ 3 A CRC83 LFUFT PRE3 K f i0 B. T w IwuN PTELAST REAM OEPTN AS 3w- TIE YUWIUM IRE F DOUBLE TEE OE H S 29. W CWSIE TiFS u KEi7E�: r� pAPHRAGY CCNTECOON An THiCRENW TOPPIVC xx�� RF>"rolxrvFaTr TwwOlxro PERwt1cN. WNADE RE]AiOf "EUEHT AS 9NOWN Ok E;TNILMRO CEFh L5. YwCTURV�STNIW Z D ➢ TNTNU CCNNEC RH% o CH V PWC95E —U ACNTRPR. PRPAOE EWBED COHHECTIOH FLIP STAIR SIRIHGEA3. d Q WFWtQR CIDQ G TE IIA>< Fr NR ER KWI'.E LEVII_ LOADS: X Q' B � � N C U BRnE AND COf9E1 FOR m 3 CRANE 9TCP eVy suPPCTTt a'- T1P j-� FFr- �EAJJ SPLILE�NAWY 9M I Rrs, (Tw EO . � p Yam" i 1O I +� 4 O mis Ru LIP W14a'14 Wrr/ Cis oR�ACCf� �I n % � e, pp .4 D[TEHI3 OF RUMAY 01E _ lei W IS ONE INCH ON j BRIDGE CRANE FRAMING PLAN CPICINL DRAWT/G. QHE E R�. SCALE 1/8"=1'-0" Draw 9PP �e I 1 I �A leaA Ra OFLN Of! PREO�SF *OPPHC SVH �' �ir� }��� I I plpH . szw u i/ PIIaE COL CZ s Bft ppEGsT Ro Fo Pi pH� Hp SiRUL�YK R OpHC g� o rn � C I �q[nHC SJF FBE s z f Mpu��.vrtsC ■2 5-536 BE>'ONO AIR pRCo�sr coy i! SW Ala f+- = SpRp-m' %DER SOUP PM - - 5-536 SYFFORF ' -LL, �F f 9�SE SILQ wYl Q - 5EE MN PIL N £FE FOTN Pl - 6 T1mor Fl. 1[I eDtt DELL - - GR RE%S RME� .32?3_00 F. V3 irn � � SECTION Z Ca y SCALE: 3/16"=1'-O' S-530 W 3 O F 3 S s 8 W IS ONE INCH ON ' ORIGINAL BRING oAe HaA � maca am oR•w 9rr rxr.�a a ATTACHMENT 27—AD6 0425-015-01 DETAIL mil SCALE! „2•_t•_0• 5-533 Rw OEfAILS W. Vona � ' PARTIIIOX NN-L SM PRECAST 4ECRION6 % COLY- AnU CORBEL SERNLE WE— MI rxo OONBEL IEN:L LOOS 14-w DEW L Pz 1G. B SCALE: 1/x'=1'-0' S-5313 += µotR wD - . MP LE Rno LE'- sa,Eou E PRECAST CUL sb [a�i SEE on. YNN SUB DETAIL r1 SCALE: 1/x'=,•-[I' S-535 sm OCRABE o i DETAIL f�l SCALE: -/2".1'-O' S-533 DETAIL �1 5G4LE: '/2"=1'-0' S-534 DETAIL SGLLE: 1/2'=1'-O' S-535 �XEOULE SCHEDULE. N, &EE . 8_� Si0 OEi4L4 PINI MR w wnI4- sEE PLAN F� THKK stp [ I-s *XK SUB SLAB TXICUESS mPPNc-, '4' TOPPNG SL L PLW COµECppN BY PRELeSi KA PREU4i BYE ATTACHMENT 28-AD5 no�k -77// ono s Maim P N. sTi 571 oETN MIN MINVEL o°i BV, SEE SC.EB NOOK, ]IAPNRAG4 iRo-AEEE SCHED DETAIL r1 SCALE! 1/2'.1'-0' s-533 STHR. %E J PHCXT DETAIL rl 5CALE: ,/2'-V-0' S-5,34 PRECAST COL rnP w srAns LCNL GAVE N G'f�111N YN w1�wN1 ME SUH I PRP of HmIt10 EA ERSOO I50,p NOW o.o DETAIL r1 SCALE: 1/x-=1'-0' E-533 DETAIL r41 SCALE: 1/2"••1'-O" 5-533 DETAIL �1 SCALE: 1/2'=['-U' S-534 SEE FM9EE PLU IhO n CLbSm iEs PLAN 0.0ffB SBRNuPS sump AT L Y out p9EPARAip w YJ�LY I 4 FF� 6 � � if3UB SEE � i — PMN PUW� . •. o� ue scXEo we[e eNIS� EO INCH ON y rrbLL ROW s �Qm CPE Nq1 � z pE4PE0 Rn @ plow 9FF GEGRA sAo � SECTION rA1-5-3.36 SCALE: 1/2`=1'-U' S-53D 0425-013-01 , q I 5� 411011 spa fil i Is I g z g \?5 4 � - F - 4/W - / --- 5-0•M- FROM COFEM MALL �$ TO EOICE OF TANK �% lip I ��JJ xlwPuc I { r � R o g9= '°9r z9 i' o 1 r o 0 0 ca 3> r � CITY OF LUBBOCKTEXAS NORTHWEST WATER-CLAM4TiDN PLANT 11 1 FEN ApDD" W. 6 WS q = A pk� F7 I 4 mks PHASE ]A M0. GATE %m" 6Y ercir %ro ansra d AI «„jjiij e ALUM AND SODIUM HYPDOCHLO ffE STORAGE € PLAN �g1, �eeva AAn e,l�o-ia ' � 9 EMJAV rTl L7 ,n a M g "r a 9 s� e { ca l/ ------------- N� m z ca 0 CITY OF LUBBOCKTEXAS NORTHWEST WATER-CLAM4TiDN PLANT 11 1 Pp1 ADDDOW W 6 WS 1* A F7 4 S PHASE ]A M0. GALE P€v15101 !Y ercir7o"�ansra d T s �I CHEMICAL F'EEO SYSTEUS u ALUM AND SODIUM HYPOCHLORrrE STORAGE CITYOF SS�K 1d0m8ar""o o „u90° hG € SECTIONS erg° wee vo. A, i e, R .Y. i/'AIPVO '' (p Vl ©CMU WALL PQjR\1jID11 a� LEVEL INSTRLMMIT ID{' MNNMI' 11T-061-4)01-0a1 LE d6,-0B, EYp,, +p w EMW i�OF -18 TYPEEaim C7 _ LENj SCREEN, O I AWM BIAN STORAGE TANK { � z 561-7HK-011 LY/XREFERRETE El7USMCFWMENT RL a C4,'DI RElG! TO SIRUCNPAL ■M.�M CTIPK YALYE AMOCL a -TLK wRi1 Tu1KIPUMP FIEMLE Noce ' O U a d0 (REFER TO wwloct TLTE� E1LV. ]242A0 PLC 214,fFM L ---- ----------- - ---------- rp - J - 32M.75 32 .0 2' 9D' BEHO 4/D/P+C 32i1-33 PPE SUPPORT d�E� CTrP.) 2' PW CAW Xl(AWE TNfi10 w) my CTw.7 M-5fii[CONNECT THREAD TO 2' PLC PIPE SYSTEM] SECTION �SOLE: = llf=1'-0" M-66T SECTION ! c�SCALE! - 112'-V-0" M-561 NDIML 1. REFER TD M-5G0 FOR ACuMoNAL NOTES, YR CHl il5 - N6TES EY SYMBOL REflNL �' .-INDIVM BY PRENEG ATTACHMENT 31-A�6 F,,_ °REOUPL R SUwLI Tm 563 o+2s--o}ro� NWES: gp qqqq I. PRMTE F12ERCPAIE OLMO HEAD MOCEL PN5633xx ADJu5TPB1E FRP PEDESTAL OR PRE-APPROM fag EOUMN.ENT M 2. MATERHL OF PEDE'7AL HEAD, EMNDER. MD 11A; SHALL BE FRP MEEDNG THE REpuRD4M OF aakS SPECEWON SECT,ON 00103. EACH PEOEgM SHALL FICLMDE A QD PLErE SET OF MOSS. REMOVABLE/RELFIBLE CUPS- [FOUR (4) CLPS r le PER PD]ESTALj. dIPS 99Cu6HG GRA MG To PE067AL5 9YLL HE RBERCRATE MODEL M-2 HCLO-OONII CLPS OR APPROYfl] EO,RVILR,T. CLIPS UINMG ADAMA? %MoN5 OF GRATFIG %SILL BE RBEU WF MODEL F.,WDLD-W. UJPS OR PREMPPRoYM EuuNMpR. UPS SMALL BE COmPA 1E WEER BOTH THE GRAW4, AND PEDESTAL HEN. CLIP FASTENERS COMPONENTS SMALL BE SIOSS. OL1N LEAD D S 31OSS THREADED ROD, A U (SEE nmw 2) w TD 2/FRDM 2k2' SOIY/E E%TQICER lu CLLER Box TANK y. O N � 4 ¢ 920 IMAM SFID z rti N 7TdP SNu�111 W F s ILUM PUMP Slfb• 6 0 Z V U 561—PMP-111 ,i. —,mP— 3i FHP HANDRAIL _ a e °' V) �+ O0 r =7 ADJUSTABLE FRP PEDESTAL 761 �Li-1P1 S 3 =0 vcn DETAIL o M$ -FRP GRgING fl Q EIEV. 3242im z FF - 7 J m 1f' PVC NEEMME VALVE 2' 90 wo V-14 MPT m, OF 2] M.P. un." (OV1LEi] ELEy. 5259.J0 TO PN nenW v w�s6�rn I I FkC VOLL © -}Y �C E1EV. 323].00 PPE SMPADRT - � WNVr SLAT! 7 7 i - - - — — - — — - TO DPoW f W.PE SECTION — t WALL FRTMG SCALE . 1/2•-1 - ' W-WI _ T11 k �' T THRIOM 1. REFER TO M- 61 FOR ADDWMAL NOTES. 6N1 5 ONE NLH ON WMNAL ORWW. PALL IQ 2. FE•LD ROUTE ALONG UNOERSM CF DOUBTE TEES L�lG IV THREADED HOSE CpME17BON TRAPEZE PPE SUPPORT PER DENL 356. ONE INCH wMES By STMBOL 7m1Blo JPF NI Jllf TYPICAL HOSE CONNECTION DETAIL �1 ' PRDm EEOP a 0ngW ova SCALE: N.T.S EDWMENTSWPTER ATTACHMENT 32-AD6 7425-0,1--0, TCHJIE 'n' (sEE WEFT EtiuS Lixe umT��. •il:n] J„ IjII II .I xFi�+I:E ,�:w1 P L Iv_._ ------ li II sERA�E R_.. w — — — Ik, P. N V YHA �! P$ii��i AfPS-/L�PE-1a i l\ p p iURaED) _ "�. w w t'l RNTS�P1-IS P.TE GmLMITROLLEA •E, yE, i. OFF. GiiE IEIPM °ELESTAL °F k mue culfimL [SINCE K1W LI 2 t F• F• �i• � � Bi1LpN0 11T. !' sEx[ v1Exi50 1-I] ' � s a i_ 1 � pppli 4 R1Ex,IAH'li •� 7 — — VELO�T� WEBw HH �'5TRNCTNRES;Mujp . AHO I AS ] w HBEET IAE ¢GREENENS TO E/APH1IN ON E IS NF81➢G p� F-L ..�pIV*- RFFER TO THE L SITE ❑ F TEEM �vPs I ('xm' smRs v1Eii5I COGIR I.OIL nOfHL Sf1E INFO ON NA ¢ l s p ; I � � z. SITE waE; S E p1C )m o mH s� F T_ SITE IITILTn�i Q.E PPNGj ARO P CIL C SRE TO AYdO C[NILLN: i. 1� 3, W CORG Ni0 CAMPED AT EC D- TM 11•. 73 v 4. SEE SHEET E-009 MR N E O 3 P P 4,f3. SIXYJRTDESEE UMD 9WIM FOR ■ 71% d SEE SHEETS E-01'l, E-018 AROi E7919 FOR=(• \\\ NGHnNG FMNRE 4CFIEdILE -_ 1• FEEDER CIRCNRS FOR Bib •A• tMSSHILL BE SEHOLE*CWHINONO M OWULS. IMA I SESID TaE 8 x P x Pn�Prx-v EY - ELECTRIC P R00E TOR uICERRCUITG "BUILP4JUGHnNc Iqb OONTACEIFCTPoLIL BOLL SEE OHE-LCC''� pUONY, 6 ONE INCH ON SHEET E-@5 - SEE LIGHTING CqR ogOINLL [P-n'ANC OF7A1L, SHEET E-013. u ONE INCH 3 p ROUTE ELENC THRWGH LIGHTI TW ING Pry ELECTRICAL CANTACTDP H CTRICAL BLIILOIHG SEE 5qm 0. 861H ER a PARTIAL SITE PLAN (SOUTH) — ELECTRICAL 0NE-LNE EYA=m'DEE .E 1 SEE -, LICI-TIIIC C0/LIACTIXi BETNL, SHEET E-01]. WF!LiaD 0. B61 ER o SEa fH SPECIRCAnOR FOR ADOmOHR Rc�xrO [ WMLES EIFCTPof21 RERNIREYEHIS �'^ ATTACHMENT 33—AD6 LE—M4 zr W PORE �o Pni eioc � "`1 FlILLPt-19 ^ PONERV POLL BOOT �� g, INFlUENr sEREw � C[NfIRCI PANEL i1- FlNE SfREEN I PPRFLP2-2 Lo PmfNaEL i1 IN ENT CONTROL PANEL JF2- ME FEE BCREEN M w NFL w CpRROL SCREEN CCf1iRGL MEL iP PANEL i3 NE SCREEN ODNTROL MEL i3 6R0 RE1pN1 CIXfTROL ME1 GRR PUMP 41 B m %MR PULP BRIT PWP iR j1 NFO SBVifEA PTI SLOG EpH BELPT PWP FDN STARIFRY P "'__VIP AR UNIT rxo FlNE SCREEN RELFT F P CONTPo]L MEL iE- is tix9 FlNE SCREEN 1 COAPACTp1 COHIROL PANEL i'i- MORE RELR I PUMP CONTROL J PA1EL i4 PO UI PRESSURE UNIT AVlEL M-0101 vTu-IPa' PRFLPP-1 RP PN-LP2� SERVER RACK PTU-PPP-A W WI:E IIISTR-EvrAT V CWiRDLS CMIE TPAY T/PPRENf. 9'�' AFF) TO PTu BEND 1 T1P. ANF.A CLASSIFIGVTViN: 3 9UIDOOR, \ET PBNER DUCT BE f0 EIN BASIN. SEE -E POW^^E E-0 Po CWI iMM5N HrRc AND AND STABTEwS FLOOR PLAN (PTU ELECTRICAL BUILDING) - POWER SCALE; 1/4'=1'-O" c INSTRV.IENfiTP.YR/COHIRClS SEE SITE Pl- Pl- ESHEET B SIx. -CO4 FOR COxORLt4n11 INSHdM TION/CONiNTL CEEiS pPl- SHEETOLE -M4 FERR [CwTIN!-QN PLWT NORTH GENERAL NOTES - POWER' T. REFW RO eHEEf E-111 THROUGH E-114 FOR OHE-LIE oo-caua. Z Rf RO SHEET E-115 FUR PWELBOIRD SCHEDULES. 3C WITS 5HALL BE CPICEALED TU PEATEST EN'TEHT P(4. UFr 5 WHE-SE AwRpuEy w LRNFR. I COOK : E Exit EAUIPNETTT STuewP LO Mn •ATH EQUIPNEnr I—FAC1RM PRIOR TO BOUGH-n 5. BWLDING IB LABELBD AS Y/1CLl9SIFlm'. KEY NOTES -POWER:' �1 RD 14/0 A WE COPPER OROUNDNG WNpICTOR (BURIED ORWNUNG R ) AS INDI ME RT W NNIAUY ll1 RNISHM APPBO%YATMT 5'-O' LROM FUUNWIM ttPK Y. RG 14/0 A BANE COPPER ORCUNDNS GWyfuCTOR F 10 STRUCNRE TO BURIED PpRNETER URp W RING. V RIME jR W O NDM mnUCTOR M BURIED PERILETER URWNCNC R GOCRDIRATE CABLE TRAY ROuiIHO THRdICH W WH A HITEMML/STRUCRIRAL ELE1' nm CF PE/ETRATm SH SET ME HECHT W THE T MIIIWUH ME POOP. MFIRRE GPPSET OP GABLE iWm. SAL WERM WN.L PEREiM O - ftl) E 14/0 D MONO CMNVCr R M 1" CONDUIT FROM WI-E TINY w BURIED WIGUpNG RRb. F NISH AND ImVT 12`R12PILL BON MR SITE um-mxorylsr — Cmu- ra - (R) r co«oulrs 1 �i ROVE [5] r LOIOUfTS PROM HRNeHd.E TB PLC ONINEf. e x INo EIE., ooE To Erve CRWNpTC �C �9 "WWIANG M H�Hi E PER DETNL, SHEET E-GOB. TTACHMENT BAR 6 CBE INCH ON j oTBUINLL ExwANC. ONE INCH 1A3 Slam 0. B61N!£R 8 Y_ 1vRM �WELiaD 0. B61AN£R g I A6A cusmmrTnc y� 6 BLOAER �I �„ SRHDOV-14 MO 14 MRMOM RIOMER p Cs � i MeR-ie, ae eP/OTI 3 aVNbOft.1 M �� SfB110H1 IMET WL � I r F%HMJ I'm MBI-LP}15 IL EF�/S01 I YBR -1 F O.'RBROL SWs004-3 SN6001_y AH PANLL I s]D-BL-1 +Y MBP-iP3-T] rr/cFl MBR-LPT-3R 9WiF BLO'IQt �BL-111 I seeDa-2 s„eDBra ' WM IS en HBl1 ¢cT su y w ,ter vv �� z6 GENERAL NDTES - POWER: Cc1o. uHrt 1. REFER TO SHEETS E-0 n- 11 Eti•.3B FOR CRE�JHE DVWAIS < DETECTIIR dFOSOT Y. PEFER TO SHEET E-WP FCR PM,ELBP�ND SCHmMLES. 3. MAR,TUN Mwv,,uM PRACTTOYEQ OPw Z 'MEeE-LPra-M-4 �R_Lp2_Zg m ESPELNLLY ARd1Nff PNApS/E4uIPYFM HMO Rdf1E CONDUITS so As NOT i0 LYEwiE A TPoPPIC AO OR TDY NRR-LP.'r 11 IM+ENFERE WH OPERRTWS EWIPYEM. AIEA CIASSIFX:An[NI: 4. CONDUITS SHALL BE CONCE&ED M PEAT E%TEl/T k ' CLM'a�. FHanpN� ALUM TANe pMIpC X+. NET POSSIBLE. WLE`.A MHERR+SE APFROYEO Of OWNER. '!. COWIT"' E E/ACT EWFMEMT S 13� L nM5 WRH rc lit I irpooR. NEr, coaRtsne 11P/CFl /REA CW^NFX:AnON: YBR-0P2� RQyiPMBNT MwwF14iuR[R, MOP f0 RO64H-iN, S �Mw-LPT-2e tiD00R, x[i.:9PPCC aR �R ® i EkPOSFO OMWT s BE WD n wl!NuN. YBR-LP1-12 LONOFu m 00wOUIT SH L BE PYC�O. LOnOURs 1 TURNING W O OF LOEA'],ETE SHLL BE P RO& i h T]RWJST FAN FAN EF-0503 ALUM FEED PUW f EF{dp] E61-PYP ALUM FEED PMYP KEYED NOTES - POWER: _ II S61-PMP-, 21 (B HM N. mree ou. wvEl .., oP AWY FEED PMIP [BURm NpNo Pero] as iNa[NTEa rtT 5Y- R-LP2-0 SG,-f P-,.1,FpryT nppyyv0 rPPROxWTELr P}11 FAN fbTlgL m ma -17 ROMTE MM+- iC C P-10 /4' DMIDWpSCE M UE) PEPEM v uawOMG IWG. vi MBR-IPA Q _M ouTnB�AM oT RRuaTTRooR To G g ETw OPOURDRo PW.Z [[ea>ueTcn F = d UWsF-0602 B[rA ro EIWIER+ PT,.0 AT MOPQt LEYII B.Ei1PeAL POC�Tit Ci TO E1EW5SH SiATDN MN YNITCIL� TOT .a w MBR-P s roTORsm 1rX12'%G' REM a ROLL-up OCK Y J 7 A DR (INSTR/WNTROLS] > ; J i{ EAWKT FM b z W Fr-moA uee-LP w c O I +W� AND WCHBWmutl°p Via_ 3 LPfaO NBO- 4 w1' �7� , (sTi. s� PwH�roCR a'e�iT.7 J NBO E POKER Ducr auTN y�* N.YE YIo-FLY-100 JHETO 3E7L]CkIB' NF/M A% SSiFOR CONNNgN]V WIRE POER CABLE U M0 �' u ER it ;=• '�y+yTryy•y44_ S LEYELI YOT01E2E0 MAOFIL / PULL BO% IPowER1• LOCATE AT YN�}T-�V1-]P IL'o-�01 I� / �P rJpuR TRSr�PWPRp�U Syr' Ss' �p `IY CFl FfNN P9. NW.L T� `r`L.• rF"�' YATW LME W - SEE SHEET E-!M F f NWTION � G E d� - PARTIAL FLOOR PLAN (MBR GALLERY BLDG LOWER LEVEL AREA 'A'] — POWER SCALE: 1/4'-1'-r BAR 6 OEE INCH OM g OOOIMLL EHwTNC. ONE INCH pp3 SgFD 0. R611K£R d CHELiEO 0. R611K£R g RE.ENEy & Ou Pm c ATTACHMENT 35-AD6 - �E—sxs � 042•`r013-M1 r MBR BUILDING ELEC ROOM MBR BUILDING ELEC ROOM p$n FROM rANEL •nmIat.ri•>I �e g g�2 gg j F 4 pplit 7 w M 3R BUILDING ELEC ROOM (i cn croon. nwxes • cax_c w• via cros7 NMR BUILDING ELEC ROOM (FED FROM PANEL WERisa7 � � a w ❑ 7{ °z 3 E tam 9W 6 OIE INCH ON oPOINLL OR mq. ONE INCH 3 Sqm 0. FESIR £R Y_ xwLEff WELiaD 0. Pf3IM.'£R .EaENEy & OIUALES 2 ATTACHMENT 36-AD6 f E-538 042�9,3-01 PANEL 711BR LP7' erJao�mJn:: NEW, N(M) MOO.00 arimn:lw�siio*aes.suwsr ramrt. i-PHRL uP„nma saaaN ulEr:sonaRe� w.x: .ro ■ .caascn�a: deHm sus.ezm.a uRaenm�i�EPn 0nweAmFw 1 R1 RECEP�ICIE �CYR P WAIE f 5p 510 10 RECEP, CRCM-FEFRIR R2%CF �a:;ar om c:aaa::ar,um��aeaE�•:;+,J.r=,�aarcxs� oo© c�a oml:Ja,.carJra.=RE•ic,,.m_ om R.n� �nr,.;a om© uv�:,:...: ao ��,,.-� a ram raml�«-1��zm�mr,.;>. om -ALL •• nr�a mom© n am uem am -_:. a • , a a ra�0.Fi�iJl.ii ramp�r.-H.:.•.z:I�mrl.;a om L1!I L1S+] I!I IimEY:•a = mm© u am uamc,�+. ao • • a ;a.a a raE'_7[�I':.r•3:� raE3'1�1•�.r•=�•>,J:•a,.�'.��,J cr!n.a'•�E,7 E7E.�;a SSia !3 naF7 t:;2au e�fc•n. irs�0 om•• raF:Pf� ram • ®o ma Enau n am uem ace a • , e • , e om- ram - • ma Era n a© uaEr a • e gym:, ram Ere cfla u ueu • e �m000 aDDD®n�00n ®0000—a���am� o i■ �..�a tsm om • eaEae:^ar�c�e�aeaE oars© m® ©� ©00 _ = [s::reis� �o mo EaE;•y�4:•]i•:.'•J om ]•*n�fsii�_•:•L.:[:.�nEt:•a 1.1�':'�I1115�1�IJ-A.L�I.'ll'J!.II oa© on iIJr.�E'.'3�t'1 mo ■'1E'S�I:?][•:cai vE,•y�cc•::: ]:.+rlSrl1._=.:fi�:li7-F�1 . 1]S.a�ns:_.:.fiE.13�E:1 �C1� 1.1t':'}�e;11k::r,r=lff,J3[.Y[ifN:l]'E'.��Ei �l�I:I SrI�Erl[ir�.�i1*'F3r�.arzd::�E:5�t1 VE'➢�I:±]recaava:len._=.n y.�Et7 i6lY�l:1iC1&'71rr.,_:rEir_�r•�Rn�cul�;:��"'�t•1 ©e ©®©m0 ao V E'➢�u?w:c+ea:.cla:r�lau�ryra:a_Ei1'i6::1 lfiS.'"�FLnI•�•Iss=Lnnai►�ec:�t77E1 tie o� ©m© - o0 �000®naDD��nara�a_ ®moommr� �^•�a:a am ram •..1�� :. Eia�rF�umaxareu - oo© J .:,:. • : n�� - rar3 an rr n �+ro --+� : - � Ea E�mIS�:•i:.32.:i1'if. •I:.i+il.lal.���[J1 1.1t:.:��P's#i TwN.:•L•fJ",iJ.LI-�i�'.i.i�"R�t� rrFvr�r•�r�s��nra� Hml[x•I: am aa.•a•te,:.im�i1 ma© n r+rm . ra oft:^.�mlrtr.�Ta:al•r�.u.xxrlaGsin �az•t� am < rr am Om' am � ma flla mau u �:•aml�a:�r�_n•r�>nsrn>i:�rr LfEi�rmlrr.rr.�:.:=n�r�-1.nsri.al�s�r-� aE•5� am am ` • 67a via mau !3 �::•�Nllr?�a:H<-_+n,r�-l.asr.+.a:,s�r� nam arr • • e am am om as Eaa eau ©ao a uem • • e aEel • • e am om am •: ma Ere nau ©am a uaEil • • e ao a ar:L am Ere csa u eu ^ ueu • • e e �0000 m0000 oDmDm aroma o���® tiro© moo©o o��■®�� ® J E4CH 6-R M.til SWRLHBC,WO l.:M 3 35P.CYL. �3/OC. ]• �� � �� swso-o,-oo,' feus •n] I /� ��� I �Q- BiG'n'RwPS-PP,' SEE:HEEf E�3P�a �- $ I I I I � I L — ow r+ F VC !...G, 2l,4, ,n• 7 14, 3/4' _ z yy PErs*-�n„aN �r3 'snao -4-4' L co 2014, ,/2• 7114.. L---------- > o ` Cil o 0 CD ��3 w/ r p ] 125 I Pa�o-P.ra~s„ a F . I I ao GIs) o a canRoL 10°/3 pQ x 8 9n g d PaoµoR g 31 �F d ] 125 F Z z �m Y u 3�-J1 ]S o sfl. 1/2- l 1l14. 3/4' �I IXr MBL -„ ]/4 ` — eon s Wa -1 x': BLONER 03 � F 3/C /4, 11/C, 1 1/2' �J 3P-i0 I 6ro-BL-131 I �� I 2l14, 1/2lk I PEA i l Q .n �W [1TPIG1] 950-BL-141 = L - - m RYEL ;RWPS-Po1' WE 9HEEf E�'.�F J�1 .� a I L 4:EM E, iML : nHB'WM 3 135 mL 13/m ]• wo 6i 's,eo-m-om' I �f L J CITY OF LUBBOCK TEXAS NOR'IlfWEST WATER. RECLAMATFON PLAIT „ „ 14 •ppENUw N0.6 � L € � �± L ,' PHASES M0. p✓ti[ REx3�[M NER EnyrMb ow a.a.4w � =Nc�FAS RIL-SCIRR�IE3 k�•u ELECTRICAL (MECHANICAL 6Lt)G] SWITCHBOARD 'SiNNE-LINE �i *x a-rvEssrry z nt�*raisn m-s�i "g DA ONE -LINE OlA(R2AM i�AA \ wRP�r.nrawwn,m -W_r.x: a+�anas3e of uFu City of Lubbock, TX Purchasing and Cnntract Management Contractor Checklist for RFP 14-12048-TF Before submitting your bid, please ensure you have compicted and included the following documents in the order they are listed. The cantractor is only to submit (1) one original copy of every item listed. L __X_ Carefully read and understand the plans and specifications and properly complete the BID SUBMJI-T'AL 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 discrepaney 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 Iirm'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 ofyour bid. 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. I.are bids will not be accepted. 6. X Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 7. X Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. S. X Complete and sign the SUSPEN'SION AND DEBARMENT CERTIFICATION. Include frm's FEDERAL 7AX ID iiumber or Own er'v SOCIAL SECURITY ortimber. 9_ X Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSIN(-,: 10. _ Complete and submit the FINAL LIST OF SUB -CONTRACTORS, FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON-RESPONTSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED FACE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. Eagle CcntraGtkn, L.P. jvpc or Print Cnmpnny Nnme) Pate Intentionally Left Blank EVDEX L NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS GOVERNMENT CODE § 2269.151 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND S. CERTIFICATE OF INSURANCE 9. CONTRACT 10. GENERAL CONDITIONS OF THE AGREEMENT 11. DAVIS-BACON WAGE DETERMINATIONS 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS Pa-ze Intentionally Left Blank NOTICE TO OFFERORS Paee Intentionally Left Blank NOTICE TO OFFERORS RFP 14-12048-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 CST on October 31, 2014 or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: Northwest Water Reclamation Plant After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 2:OOPM CST on October 31, 2014, and the City of Lubbock City Council will consider the proposals on December 4, 2014, 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 band must be in a form accented by the City Attorney and must be dated the same as the Contract Award date. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the 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 October 8, 2014 at 10:OOAM CST, at the City of Lubbock, Committee Room 103, 1625 13'h Street, Lubbock, TX 79401. The estimated budget for the construction phase of this project is $44,000,000. Directions to the site are as follows: From Lubbock: From Lubbock Int'1 Airport: US 84 (Clovis Highway) northwest to CR 1900 (Slide Take CR 62001CR 2641 west to CR 1900 (Slide Road) Road) Tern South on CR 1900 (Slide Road) Turn North on CR 1900 (Slide Road). Plant site is approximately 3/4 of a mile south of CR Plant site is approximately 1000 feet North of US 84 on the 62001CR2641 on the west side of CR 1900 west side of CR 1900. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at httt)://Pr.thergprodtictioncompaLiy.com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days of the opening of Proposals. Additional sets of plans and specifications may be obtained at the proposer's expense. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2175 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Carta ACvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Pa-ze Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL DELIVERY, TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Northwest Water Reclamation Plant per the attached specifications and contract documents. Sealed proposals will be received no later than 2:00 PM CST, October 31, 2014 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 14-12048-TF, NORTHWEST WATER RECLAMATION PLANT" 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 10:00 AM, CST, October 8, 2014 at City of Lubbock, Committee Room 103, 1625 13th Street, Lubbock, TX 79401. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 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. 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. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 2 6 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and 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. Cade 252.049(h) 6.3 Marking your entire proposal CONFIDENTIALIPROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. S 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. g CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertentiv 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 (7) 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: TKFIores@mylubbock.us Bidsync: www.bidsvnc.com 13 TRVIE AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within five hundred and seventy (570) CONSECUTIVE CALENDAR DAYS and final completed within six hundred and thirty (630) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 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. 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 4 provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. 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: 5 (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. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24 CONTRACTOR'S REPRESENTATIVE 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 underwilter autholized 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. 26.4 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). 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 7 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 considered. 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 'mink. 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 RFP 14-12048-TF, Northwest Water Reclamation Plant 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. 34 31 BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. [j} All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall fiunish 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 (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 Local Government Code Section 271.116. The Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 30% for Contractor Qualifications, 5% for Safety Record, and 5% for Construction Time. 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 30% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points 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 5% 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. The Contractor must submit this ratio with his bid. Contractors with an Experience Modification Ratio greater than 1 will not be considered. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the Experience Modification Ratio. 10 32.4 5% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score 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 $ 44,000.000 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. 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 11 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 proj ect. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County. http://www.wdol.jzov/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. 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. 12 TEXAS GOVERNMENT CODE & 2269.151 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for constriction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (a-1) In this section "facility" means an improvement to real property. (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. (g) In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Paee Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank REMED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: NmeTber 13, 2714 PROJECT NUMBER: RFP 14-12048-TF — Northwest Water Reclarnatinn Plant Proposal of Emile Virg, L-P, (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a Northwest Water Rechimatitln Plant having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials And labor, hereby intends to furnish all labor, materials, and supplies, and to construct the project in accordance with the plans. specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM DESCRLPTION UNIT ESTLMATED 1 UNIT PRICE FXTENDED NO. QUANTITY i AMOU.Vl' 1, Cu nil ructioa of the Northwest Water Reclamation Plant LS I +} � tr E (eleept for Bid Items as listed sepRrxiely hclnw) Campleit and qi (OLJ t� + L11 a7-�C)ao !!!1 in iRce by laps and 5 C6 fiCRtiOR 5. er lam Sam. / 7 2. Development. design, and implementation of the excavation and LS 1 support protection systems, as required by the OccupationRI Safety• 7De aD and Health Administration, furnished and inswlled, cuntinuously y �l / � monitored, complete and in place by plans and speeificatiatts, per ! lump sum. 3. Dcvclopment, design, and implementation of the Storm Water is 1 Pollution Prevention Plan. including necessary maicriols and p� pp coordination fix complione L with storm water regulations and ordinams, fumished and installed, colit inunusly monitored, Complete And in 2 lace by lens and sneciFcut iuns, W I ump sum. 4. A Unit Bid item for add itionml signage to be used only as directed 115 i 1 S5,O00.00 S5,404.06 in wriIin p by OWNER. 5. A Unit Price Bid Item rorextra Footage nl' 34" diamrtcr drilled piers, including all lalxir, materials, casing, tools, turd equipment VLF 1 50 'b / 006 '03 00040a For drilling rind constructing complete in place, per Vertical Linear iD t Fool. fi_ A Unit Price laid Item for furnishing and installing additional Class CY SO A 40DO-psi rcinfnrccd concrete (for slabs an grade and grade beams), including excavation, forms, concrete, rcbar, placemenL finishing. and curing, as directed by OWNER, with all materials � and labor. complete in nlare, prr cubic void. 7. A Unit Price Uid item for furnishing and installing additional Class CY so A 4006-psi reinforced concrete {For items other than sigh on F-ade and gm do beams}, including excavation, forms, concrete, mbat, 00 Ct7 plDeem en!, finishing, and curing, as directed by OWNER, with all materials and labor. complete in place. r cubic ►ard. S. A Unit Price laid Item for furnishing and installing additional 5Y toil f can crrte paving, including curbs. cxcavat ion. and surfacr 00 � 00- 00 $�' preparation_ conere le, rehar, placement, finishing, and curing as 4000 dirccled by f3 NI ER. with till materials wid labor, per square yard. Offcror-s Initials ADDENDUM 6, AT ACI-Ih1ENT 1-AD6 REVISED ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE I EXTENDED NO, QUANTITY AMOUNT' 9, A Unit Price (lid Item for furnisitiatg and installing additional SF 1000 reinforced concrete sidewalk, mow strip, or pads, including � ��� nt excavation and surface preparation, concrete, rebar, placeme, finishing., tend curing as directed by OWNER, with all materials and labor. per s uam loot. 10. A Unit Price slid Item for furnishing and installing additional CY 400 crushed stone embedment for trench stabilization material or for mn additional foundation material as replacement for no•suitahlc QD Od Q� !�Q -' 10 material, if needed, as directed by OWNER, including excavation, materials. and labor. per cubic Yard. 11, A Unit Price Sid IWin for f6irnishing I.31C#4+G wire in a conduit Bid Item 1, directed by OWNEk including LF 1000 a UCH covered under as '0, insrallation and terminatioa at both ends linear Font. 17- A Unit Price Bid Item For as additional 120 V connection point no EA 10 mare than 100 linear feet from an electrical panel, as directed by 0%N4 Eft, �y 1, 1 r a y t y CO complete and in place including conduit_ supports. wall i nevatiom wire. and termination at both ends. 13. A Unit Price Bid Item far an I10 point, analog or discrra4 on an Ui) FA 10 DO card Furnished under Did Item 1 or by a Prcnegodated Equipmem Supplier, sus directed by OWhiER, ccinplete and in place including up to 100 LF of ccrtdtrii and wire. and lermination at bath ends. 14. AIIoivance for SCAT?A integration by a third party to be selected I.S 1 5368,520.00 S368.52&00 by OWNER and paid for by CONTRACTOR us ordered in i ritinb bry the OU NER end the ENGiNIEER, 15, A]lowwe for fire sprinkler system and related accessories and LS 1 S25,000,90 S75,000.00 piping as d meted by the O'ANER And paid for by C,04N17 ACFQR as ordered in writi ng by the 0WNER and the rNGINTER. Pa:l:agr 1 Prrulccicd Equipment Al. For 01 Work defined in the RF-P to supply the complete vertical LS 1 5677,692.00 $677,692.00 sMO closed -loop biological reactor system (Section I ID85) with 316 stainless steel impeller and shaft, variable frequency drives (Section 16265). _ A'. For aII Workdcfined in the RFP to supply the complete membTu nr I.S 1 r- v, a �7_$��„ .•� bioreactor system -fiat sheet type (Section 117101, with air scour S7,839,6 t K.(X S7,839AI8.00 blowers (Section 1 )240), 2-mm rotary drum fine screens (Section 11073), RAS submersible pumps (Scctic n 1 1076), variable frcquency drives (Section 16265L valves with electric valve operators (Section 15113L ►with controls and instrument. cam quiers and SCADA system with m rarn m ing nod sofn� arc . Package 2 Presciccted Equipment RL For ail Work defined in the RFP to supply- complete influent 6-min LS 1 $35D.D00.00 5350.t7DD.00 screen system, perforated plate and slotted opening type (Section l I U74). with controls and screenings ivashers+rnm 200orS. B2. Fur all Wort: deFnod in the KF1' to supply complete submersible [-S 1 S680,ODO.00 5680,000.00 centrifugal pump systems (Section E 1075) with variable Frequency ' t drives 4Sectiur 16265) and controls. 133. For all Work defined in the RFP to supply complrcc multi -troy grit LS 1 S724.41 S.00 S724,418.00 removal systems (Section 11105) with 01 wpuramr/coriceotmtors, de -watering units (Section I 1 )11 j, rtxessed impeller non-Oog voncs n pe ccntriFu al p um ps (Section 11068) and controls. B4. Far all Work de Fined in the RFP to supply Complete odor control LS 1 S771,300,00 1771,300.00 system of Nascrubbers (Section 11264) art carbon scrubber systems (Section 11265) with foul air blo%%rrs (Section 11330), tic cessorics. and controls. 135. For all Work defined in the RFP to supply complete ultraviolet LS 1 $176,500.00 S 176,500,01) light diainfeetinn eq uinine nt (Section 11105) with cowoIs f Package 3 Presclecied Equipment CI. For all Work defined in the RFP to supply complete chemical feed L5 i S84 5M.00 S84.500.04 og ui pmcnt package (Section I ION) and controls. Ofi'eror's Initials 2 ADDENDUM 6, ATTACHMENT 1-AD6 6 6 6 REVVED ITEM ;1D_ DESCRIPTION U�9T ESTIMATED QUANTITY ' UNIT PRICE EXTENDED AMOUNT C2. For al 'Work defined in the RFP to supply complctc 1up bubbIt I.$ 1 3218,500M 5218,500.00 intemt ittent air mixing system (Section I i 099) with air corn ressors, receiver, and eantmlS• TOTAL (items 1-15, Al-A2, B1-B{, C1-C?) J 31 6 Sy �Qr The equipment supplier shall circle the name of the manufacturer of the following specified equipment the OFFEROR will furnish for the applicable section. Failure to indicate the selected equipment in the table below may constitute a non- r nst ve rm sal: S st m1E ui merit Descri tion Manufacturer a +• erae Kae ser UaiyaTsal Pum vs- Vertical Turbine 7 F e erttal Precast Wire Wound Prestressed_ Concrete Tank DN Tanks, Inc. Preload. Inn. a tte of Anwrica Put cane. BridErrvAnehar Crane Group Gay` e , nc. KCI Kone Cranes P&H Morris Material handli m Ro Limits ue rim q' c GencriitQr. Diesel U6230L Car illar Cummins Power Generation 0 G 'The blowers specified in Section 11240 have no, been preselecred and shall be included in the t17W for proposal Item Nn. I. These blowers can be fa d on sheet M-650, and are different blowers tk= the preselected blowers for the M$R system described in proposal Item A?. a PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CALENDAR DAYS: S ���-4: d r4� 1 1 , i ■ Dff ror's Initials AbDF-%1DLTM 6, ATTACHNiv—\T 1-AD6 REVISED Offeror hereby agrees to commence the work: on the above project on a date to he specified in a written "?Notice to Proceed" of the Owner and to Substantial Completion of the project within nine hundred (900) CONSECUTIVE CALENDAR DAYS. Offeror hereby further agrees to pars to Owner as liquidated damages the sum of S5,000 (fivtY s ■ thousand dollars) for each consecutive calendar day in excess of the time set forth herein above. 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 Final Completion of the project within nine hundred and ninety (990) CONSECUTNE $ CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby furthe agrees to pay to Owner as liquidated damages the sum of S1,D00 for each cnnsccutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offerer 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 ninety (90) 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 perfurmance bond is required. to submit a cashier's check or certified check issued by a hank satisfactory to the City of Lubbock, or a proposal band 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 ADDENDIA1 6, ATTACHMENT 1-AD6 REN ISM) 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 Dollars (S ) or a Proposal Bond in the sum of 5% cE GMbE# Ott Bid Dollars (S5% cnn � which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.643(g} a competitive sealed proposal that bias been opened may not he changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST HE MADE ON THE PROPOSAI, S1<1113niT FORM PRIOR To PROPOSAL OPENINC. (Sea] if Offeror is a Corporation) ATTEST: -- eL Secretary ► Offeror acknowledges receipt of the following addenda.: Addenda No, 1 Date 10-7--14 Addenda No. 2 Date 1fl-Z7-14 Addenda No. 37 Date 14-29-14 Addenda No. 4 Date 11-5--14 Addenda No. 5 Date 11-7-14 Addenda No. �� Date 11-11-14 Addenda No. Date M/"E Firm: I I woman 131ack Asian f (Printed or Typed Name) EVIS rta, L.P. �. Company sm Rndc V15W Ci m7 a Address Fc rt Wxt h City, County TOM 762441 State Zip �Code Telephone: 817 379-1897 Fax: 817 3194)510 Email: FEDERAL TAX ID or SOCIAL SECURITY No. Y By. V i .�- -_-- Date: N7-u� 13, 2014 Aurhor&ed Representativesi hi. -` L.L.C., Qmml ]drtmr Officer Name and Title: Ch�� �t3, Px�tt - - Please Prod Business Teiephonc `dumber 817-379~1897 FA X 817-379-%l 0 FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Firmlindividual: Date of Award by City Council (for bids ow S50,000J: hate P.OJContract Issued; RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS ADDENDUM 6, ATTACH%ENT 1-AD6 BID BOND KNOW ALL MEN BY III ESE PRESENTS: That we; Eagle Contracting, LP P-D, Box 1600, Keller TX 76244 as PdnelW, (herelmeDer called the "Princlpal 1). and Colonial American Casualty and Surety Company, Zurich American Insurance Company it corporation duly organized under Lhe laws of the state or New York, and Marylarid as Surety, {hereinafter called the "Surety") arc held and firmly bound unto Ci!y of Lubbock Texas as ONiSee, (hcrcinsflcr called the *Obligee"), In the sure of Five Percent of the Greatest Amourd Bid - - - - Dollars (s 5% G.A.B. ), far the payment of which sum well and truly to be mad$, the said 11driclo and the said Surety, bind ourselves, our heirs, executors, administmtars, successors and assigns, jointly and Severally, firmly by these presents. W14MCAS, the Principal has submltted a bid for Northwest Water Reclamation Plant on rac Project o: NOW, Ti lMr-T }RE, if the Obl1SCe shall arccpt the bid of the Principal and the Principal shall unicr into a contract with Lha 0bIIgec in accordance with the terms of such hid and give such bond or bonds as may be sp-6Grd in the bidding or contract documents with good and sufficient surety for the faithful performance or such contract and for the prompt payment of labor and material rumil shed in the prosecution thcrcof, or ]n the event or the faIIurc of the Principal to ener Into such contract and give such bond or bands, if the Principal shall pay to the Ob11gm cite dIMronce not to exceed the penalty hcrwf balwccn the amounL Wei ficd in said bid and such larger arnount for which the Obligee may in good faith contract with nnothcr party to perform the work cev=W by said bid, then this obligation shall be null an void, otherwise to remain In full force and cfTuCL Signed and scaled Lhls 13th Roy Pec-re-tiary Wirnr.ir day of November fy , 2014 Eagle Contracting: LP (SAL) C'lar1L� Ford rincf pl r X+.L.C. r C� Partrm:- mar T7rle Colonial American Casualty and Surety Company, Starry Zurich American Insurance Company Sandra Raney, lrnrss 1�y (SUAL) Agency Representative Wilbert Ra and Wat on , rirrarney.1rrFocr Cdpnlal Amencyn C�ewlty ane Surety Compe�y, Pr InLcd in couperarion wish Llx Amrri mn tnstilula 9f Art} hods tALA) try 2urI1 An14r1CYn Ins axr � Qmaany coh.sa� a7 erL an Caa ary and Svvh Cn rPen L�+ T�ncrn ns Corr�vey yQuehcs il•at the !ofig unse ir. the daeumcrr cmilanns Czaetly to the !In"C used in Al D] xurherf A-3r0, February L970 Bditlo+n. aIU70700TX0I01c ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENT'S: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York. the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a eorporaiion of the State of Maryland. and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland [herein collectively called the "Compwics% by GEOFFREY DELISIO, Vice President, in pursuance of authority granted by Article V. Section 8. of the By -Laws of said Companies. winch are set forth on the reverse side hcrrof and arc hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute. and appoint Sammy Joe MULLIS, JR, Juana William NEWBY, Wtlbcrl Raymund WATSON, Curulyn J. GOODENOUGH, Mary JO ZAKRZEWSKI, Sandra Lee RONEY, Michael L, TULLIS, Debra Lee MOON and Andrea Ruse CRAWFORD, am of Addistrn, Textts, EACH its true and lawful agent and Attorney -in -Fact, to make, execute. seal and deliver, for, and on its behalf as surely. and is its act and deed: any and all bonds and undenukirgts, EXCEPT bonds on behalf Of Independent Exe-Cuttsts, Community Survivors and Community Guardians. and the execution of such bonds nr undertakings in pufmiunce of these presents, shall be as binding upon said Companies. as fully and amply. to all intents and purposes, as if they had been duly t:aeeuted and acknowk:dged by the regularly clected officers of tine ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills. Maryland., and the regularly clecterd officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The soW Vice President does hereby Certify that the extract set forth an llle reverse side hereof is a true copy of Article V. Section 8, of the By -Laws of said Cornpanit-, and is now in force. IN WITNESS WHEREOF, tl>L said Vice -Presklent has hereunto subscribed hislher names and afixcxI the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 26th day of Dercmber. A.D. 2013. ATTEST- t Assistant 5ecreran, Gerald F. flulev ZURICH AMERICAN INSURANCE COMPANY COLONIAL AM E RICAN CASUALTY AND SURETY COPit PAN Y FIDELITY AND DEKISiTCOMPANY OF %IARYLAND taw ■ Vice President Geaffrey Delisio State of Maryland City of Baltimore On this :6th day of 0!vernher. A.Q. -V13, 6cfove the subscriber, a Notary Public of the Stare of Maryland. duly comniissk=d and qualilicd. GEOFFREY DELIS`IO. Vice President, and GERALD F. HALEY, As "ni Scents , of the Cootpani<s, w me penonally known to be the individuals and c4csrs dascrdbcd in and who eiecuicd the preccsding inarnnent, and acknowledged the extrcvtitln of same:. and lxing by nic drily swam, dcliuscth and sahk that hustle is the said offer of t he Carnpany aformiid. and thLi the seals affixed to the preceding kistrttntr at = the Corporate SCals of sairl Curnpanit-s. tad that the said Corporate SCals arxl Iht: signature as such officer were duly affixed and subscribed to the said iastrunkmi by the authority and direction of the said Corparatiens. IN TESTIMONY WHEREOF. 1 have hen unto sel my hand and affixed my Official Seal the day and year first tibove wriues. �4�err'w t+rgr�� Wei � Lyukl r[• `fir . ��+1 Intt1 Maria 0. Adarnskt, Notary Public POA-F 165-DOISS a Fidelity and Deposit Companies Hame t)ffce: 140OAmericanLane Szhaumbu(g.IL 6UI96 IMPORTANT NOTICE To obtain information or make a complaint; You may call the Fidelity and Deposit Company of Maryland. Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company's toll -free telephone number for information or to make a complaint at: I-800-b54-5155 You may contact the Texas Department of Insurance to obtain information on campanics, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of insurance: P.O. Box 149104 Austin, TX 78714-9104 FAX 0 (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company_ if the dispute is not resolved. you may contact the Texas Department of insurance. ATTACH TIJIS NOTICE To YOUR 'POLICY: This notice is for information only and does not become a part or condition of the attached dnCument. 59543Q7X) (08iOI ) CONTRACTORS STATEMENT 0 FQUALIFICATION5 Individual contractors and joint ventures submitting a bid must complete the Following evaluation information for the Project. Joint ventures shall be composed of not mare than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time ofbid 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 additions! information requested by tite OArNER. In evaluating a firm's qualifications, the fallowing major factors will 'oe considered: A. FINANCIAL CAPABILITY: For this pruject, the CONTRACTOR'S financial capability to undertake the proiec. will be determined by the CONTRACTOR'S abiiity to secure bonding satisfactory to the OWNER. B. EXPERTENCE. Do the organization and key personnel have appropriate technical experience on similar projects'? C. SAFFTY= Does the organization stress and support safety as an important function of the warm process? D. QUAL17Y OF WORK: (1) Dom the organization have a commitment to quality in every facet of their wort; - the process as well as Tile product? (2) Does the organization have a written quality philosophy andror principlcs that exernpiifics their work? If so, submit as Attachment "A". (3) Has this organization ever received ar, award or trsen recognized for doing "quality" work an a project? if so, give details under Attachment "A". E: CONFORMANCE TO CONTRACT DOCL,7WNT5: (1) Docs 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 µgive irregularities in determining the firm's qualifications and reservcs the riahl to require the submission of additional information_ The qualif cations 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 al! bids, to waive irregularities in the bids, or to reject nonconformiite, non- responsive, or conditional bids. In addition., the OWNER reserves the right in 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 tilt 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. moy be grounds for immediate termination of the contract. Additionaby, tile firm will be liable to the OWItiER for any additional costs o. damages to the OWNER resulting from such misstatements. including costs and attamey's fees for colicctirtz such costs and damages. Ccmplcte the following information for your organization. General Information Organization doing business as Eagle Contracting, L.P. Business address of principle office 5700 Park Vista Circle Fort Worth, Texas 76244 Telephone numbers Main number 817-379-1897 Fax number 817-379-0610 Web site address htts:/lwww.ea iecontractin I .c m Form of business (check one) It a corporalion Date of incorporatior A corporation X A partnership An individual State of incorporation Chief Executive Manager's name President's name A i Vice President's name(s) Secretary's name Treasurer's name If a Partnership date of organization June 11, 1999 . U3LU WIMU Ice pol"Pup anIFF Limited general or limited I Name Business address Charles Howard Limited Partner Billy Haynes Limited Partner Ray Ewen Limited Partner Average number of current full time Average estimate of revenue for _----- --- 140 1 $40,000.000 Organizational Experience Organization doing busyness as Eagle Contracting, L-P. Business address of regional office No Regional Offices Name of regional office manager Tele hone numbers _ Main number Fax number Web site address ■ 1 1 List of names that this organization currently, has of anticipates operating under over the history of the organization. including the names of related com anias p esently doing business - Names of organization From date To date Eagle Contracting Corporation 2-11-1987 B-10-1999 f List of companies, Toms or organizations that own any part cf the organization. None Name of aarnpanies, firms or organization. Percent ownership Years experience in projects similar to the proposed project:: 27 Years As a general contractor 26 Years As a joint venture partner 9 Has this or a predecessor organization ever defaulted on a project or failed to complete No any work awarded to it? If yes provide full details in a separate attachment. See attachment No - Has this or a predecessor organization been released from a bid or proposal in the past No ten ears? If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer No by any local, state, or federa'. a-Clency 2Min 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 No i} ation? 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 No materials defined in the contract documents? If yes provide full details in a separate attachment. See attachment No. [see Attachment No. 1 } T Proposed Key Personnel business as: I Eagle Contracting, LP Provide a brief description of the managerial structure of the organizational cart. Include the He and names of key personnei. this descrpti_on. See attachment No. _ See Attacnment 2 organization and illustrate with an Include this chart at an attachment to 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 daacri Lion. See attachment No. See Attachment 3 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 kev nersnnnel. Alan nrovide hinaranhicai infnrmatinn for each nrimary 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 responsNIlhes for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. i Role Primary candidate Alternate candidate Project manager Glenn Grant Billy Haynes Project superintencent Ron Bray Damon Brooks Project safety manager Charles Toward Roy Ewen 4uality control manager I Glenn Grant Billy Haynes 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. It the individual is not to be devoted solely lc this project, indicate haw time it to he divided between this project and their other assignments. Proposed Project Managers Organization doing business as Eagle Contracting, L.P. candidatePrimary Name of individual Glenn Grant Years of experience as project manager 29 Years of experience with this organization 11 Number of similar projects as project manager 2 t Number of similar projects in other positions 2 Current project assignments Name of assignment Percent of time used for this project Estimated project com leton date Huntsville Water Treatment Plant 100 12/3112014 Reference contact. information (listing dames indicates approval to contacting the names individuals as a reference Name Thomas Sanders Name James N12xior Title! posifion Mana erlConstruction Services TiVel position Project Manager flr anization Trinity River Authority of Texas Organization Alan Plummer Associaies Telephone (817) 467-4343 Telephone 817 805.1700 E-mail sander trinit ra.or E-mail z2LiO—r&aoaienv.com Pro act TRA — CRWS —Bar Screen Imp. P 'act Huntsville aWSS (=xpansivn to 12 FAGl7 j Candidate role Candidates role on ❑ro act Project Manager onproject Project Manager Alternate candidate Name of individual Billy Haynes Years of experience as project manager j 37 Number of similar projects as project manager 27 Number of similar projects in other positions 32 Current project assignments Name of assignment Percent of time used Estimated project for this project completion date TRA Phase IV Impovements 100 12/31/2015 Reference contact information (listing names indicates approval to contacting the names individuals as a reference Name Ted Gay Name John Rin ler Title! Position En ineerllns actor Titlel position Engineer/Project. Manager Or anization I Freese & Nichols Organization KSA Engineers Telephone 817-999-9135 Telephone 903-236-7700 E-mail I GEG FREESE.{COM E-mail JRINGI..ER KSAENG.COM Project Rollin2 HIIIstVilla a Creek Project MIMS WTP Candidate rose on ❑roiect inspector Candidate role on prclect project Manager Proposed Project Superintendent Organization doing business as ; Eagle Contracting, L.P. Primary candidate Name of individual ; Ron Bray Years of experience as project superintendent 19 Years of experience with this organization 9 Number of similar projects as superintendent 9 Number of similar projects in other positions 13 Current project assignments Name o: assignment Percent of time used for this prOJEct Estimated project completion date TRA On Site Storaoe 100 2111114 Reference contact information (listing names indicates approval to contacting the names individuals as a reference Name Dean Hinton Name Zoltan Fekete Title/ posftion Engineer Title/ position Project Mana er Organization Corlett Proost & Boyd LLP Omanization City of Lubbock Water En ineenn Telephone 948 723-1455 Telephone 805 775-3317 E-mail f.com E-mail zfekete mail.ci_lubbock.tx,us Project Jasper Water Treatment Punt i Soulheast Water Redarrwtivn Plant Project Iry rovements ITSM7730-SM Candidate role Superintendent Candidate role Superintendent on kro'ec# on ct candidateAlternate Name of individual Damon Brooks j Years of experience as project superintendent 16 Years of experience with this organization 1.5 Number of similar projects as superintendent J 25 Number of similar projects in other positions 40 Current project assignments Name of assignment j Percent of time used for this project Estimated project completion date TRA Coarse Screen Improvements 100 I Reference contact information (listing names indicates approval to contacting the names individuals as a ' reference Name Jim Crowley Name Mike Que Title/ position Plant ❑ rations Mana er Title/ position Construction Services Mana er Organization Dallas Water Utilities I Cr anaahon Trinity River Authority Telephone 469-733-6578 ! Telephone 817-366-9043 E-mail Jim.c►owle dallascif hall.com 1 E-mail guerrym trinit ra-or Project Elm Fork Ma or Maintenance Project TRA Coarse Screens Candidate role on project Superintendent Candidate role on project Superintendent Proposed Project Safety Manager Organization doing business as Eagle Contracting, LP. Prurnary candidate Name of individual Charles Howard Years of experience as project safety manager 12 Years of experience with this orcanization 22 Number of similar projects as safety manager 43 Number of similar projects in other positions 61 Current project assignments Name of assignment Percent of time used for this project Estimated project completion date Six Current Projects 25 to 50 12/31/14 Reference contact information. (fisting names indicates approval to contacting the names individuals as a reference Name Danny Shannon I Name Chris Harder Tide/ position Pro'ect En ineer Titlel osition Proiect Manager i Organization CDM Organization Ci of Fort Worth I Telephone 817-332-8727 Telephone 817-392-8293 E-mail shannon'dncsm.com E-mail C hfttop her.h r fortwo►th. ov Project Several Pr ect Several Candidate role Engineer on orQ ect Aitefnate candidate Name of individual Candidate role Owner on proiect Roy Ewen Years of experience as project safety manager 22 Years of experience with this organization 14 Number of similar projects as safety manager 14 Number of similar projects in other positions 6 Current projectassignments Name of assignment Percent of tune used for this project Estimated project completion date TRA Solids HandAng 100 12/31/14 Reference contact information (listing names indicates approval to contacting the names individuals as a reference Name Thomas Sanders Name Brace Cale Title) iposition CS5 Mana er Thiel position Asst. Engineer Officer ❑ anization Trinity River Authority Or anization North Tx. Munic[ al Wate.- District Tole hone 817 493-6148 Telephone 972 442-5405 E-mail sander trini# ra.or E-rnail I n wd.com Project TRA Pump Station 13113E Project Panther Creek Exparmion Candidate role On ect project Manager Candidate role or project project Manager Proposed Project Quality Control Manager organization doing business as Eagle Contracting, L.P. Primary candidate Name of individual Glenn Grant Years of experience as quality control manager Years of experience with this organization See Proposed Project Manager Number of similar projects as quality manager Number of similar projects in other positions For Qualif"icatbins and Experience Current project assignments t Name of assignment Percent of time used for this project Estimated project corn Iletion date Reference contact information (listing riames indicates approval to contacting the names individuals as a reference Name Name Tittel position Title/ position Te I e hon J Telephone E-mall ' E-mail Project ! _ Project Candidate role j Candidate rote on oroiect I on aroiect Dame of individual Billy Haynes Years of experience as quality control manager Years of experience with this organization See Proposed Project Manager Number of similar projects as quality manager For Qualifications and Experience Number of similar projects in other positions Current project assignments Name of assignment Percent of time used Estimated project for this protect completion date Reference contact information [listing names indicates E-mail Pro ect Candidate role on Project to contacting the names role as a 0 Project Experience and Resources business as: j Eagle Contracting, L.P. Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A. Provide a completed Project information form (Attachment B) for projects that have been completed in the last five years which specifically illustrate the organizations capability to provide best value to the Owner for this o ct. Include a completed Project Information form (Attachment C) for projects which illustrate the experience. of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration ?. Management of subcontractor and suppliers 3. Time management A. Cost control Attachment ❑ 5. Quality management 6. Project site safety 1 7. Managing changes to the project & Managing equipment 9. Meeting NUB ! MWBE Participation Goal Provide a list of major equipment pr000sed for use on this project. Attach additional information if necessary Equipment item Primary use on ro act Own Will buy Lease 1 60 Ton Crane Hoisting X 40 Ton Crane Hoisting X Rubber Tire Backhoe Excavation X Rubber Tire loader ExcavafionBackfill X 320 Tmckhoe Excavation X Compactor Backfill X i Division of work betvveen orgari and suDcontractor ! What work will the organization complete usin g its own resources? About 70% of work Excavation, Backfill and other civil type work Structural Concrete Underground and above ground mechanical piping Procurement and installation of process equipment What work does the organization pr2eose to subcontract or. this t? About 30% of work Electrical and Instrumentation Paving HVAC Painting Finishes Landscaping Masonry Roofing Contractor's Subcontractors and Vendors Organization doing business as' Eagle Contracting, L.P. Provide a list ❑f subcontractors thal. will provide more than 10 percent of the work {based on contract amounts Name Work is he provided Est. percent of ppntr&Ci HUBIMWBE firm Acme Electric Electrical i I Provide information on tt�e proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor fisted above using the Project Information forms. Provide a lis'. of major equipment or materials proposed for vse on this project Attach additional information if necessa Supplier name Equipment! material provided Furnish only and and install HUBJM WOE firm i i I Attachment No. Eagle Contracting, L.P. Construction Experience Eagle Contracting, L.P. has operated as a general contractor for 27 years in the state of Texas building only water and wastewater projects for municipalities and other government entities. We have never defaulted, been released, disqualified or refused to construct a project. Nor have we ever been assessed liquidated damages for any reason. Furthermore, Eagle Contracting, L.P. has never been involved in any kind of litigation as a plaintiff or defendant. We have never had to resort to arbitration or dispute review. Attachment ? Eagle Contracting, L.P. Managerial Structure Eagle Contracting, L.P. is made up of three partners, Charles Howard, Billy Haynes and Roy Ewen. Each partner is heavily involved in the day-to-day operation of the company. Operations, estimating, safety, equipment, quality control and project management are all functions they perform. Just like the ownership, other key management personnel are capable of performing various duties. The project managers also estimate, perform safety and quality control activities and can assist in project management and control ifnecessary. The field superintendents routinely get involved in safety and quality control and can act in an assistant superintendent's roll. All of our assistant superintendents at one time or another have performed worle on their own as a superintendent with Eagle Contracting, L.P. Attachment 2 Pat Kalb I General supt. Jessica Garza Executive Assistant Mkhael Bigham Asst. Sups, Sandi Weeraman Office ManaEer Ben BIM Bigham General Supt. Eagle Contracting,, L.P. Rachel Harms Payrop Manager General I lose Rodriguez Asxt. Suot. Charles Howard President And General Partner Billy Haynes Vice President And General Partner Luis Aguilar General 5upt, Miguel Tejeda Asst, 5uot. Vice President And General Partner Ron Bray General Supt, =tAikeodwin t. Baldemar Valdea Field Engineer Andy ❑arnon Brooks General Supt. Jose Madiner Field Engineer AtUichment Nc,. 3 Eagle Contracting, L.P. Project Specific Managerial Structure The project managers will operate out of our office here in Keller, Texas and travel to the jobsite on a weekly, biweekly or monthly basis as the project dictates. They are ultimately in control of the project with specific requirements that include scheduling, subcontractor and supply interface, approvals and procurement, budget oversight, quality control and safety. The general superintendent will be in charge of the day to day operation out in the field. He will work in tandem with the project manager to provide a duality project, in a safe manner within budget. The assistant superintendent and field engineer will spend the bulb of their time in the field insuring that the work progresses as planned. nttachr-,Pnt 3 Eagle Contracting, L.P. City of Lubbock Northwest Water Reclamation Plant Glenn Grant I Project Manager Ryan Bray General5uot. I Mike Godwin Ass - Suat- lose Martinez Field Enelrrecr Current Projects and Project Completed within the last 10 Years Project owner City of Mansfield Project name Water Treatment Plant ExFiFnsmn General description of project Construct a new Flocculation Sedimentalion Bas'mV3. Cunsrrurl three new carbon fillers with canopy cover and pipe galtery. Construct new administration buWing with Offices, lah, elevator and ehemical storage area. Comtruct new Cl2 feed building with monorail- Modlfy arnd rehab ExisIII ng flocked basins 101 & 02 along wilh two exlsUng risers. Provide now concinateJ)ay Ira on plant site — Project cost S6.1006,088.00 Date proud completed 11101r2000 Key project personnel Project manager Projfed superintendent Safety manager Quality control manager Name have Muilenix Paul Graham 4Charles Howard [Java Mullenix Reference contact information (kiiiog names indicates approval to Conlarding the names individuals as a reference) Na mtf T-KI& possfiOn Director of Ulility Op, ❑Tganfzation City of Mansfield Telephone Owner laud Ervin - Dave Gudal Kathy Rerek 817-477-2248 Designer >=ngrneer (P.E.) Alan Plummer & Assoc. 817-805-1700 Construdion Manager Inspeclor Alan Plummer & Assoc 817-806-1700 m c� 7 FJ Eanail Bud.Ervin�rrnansfiel��pQ� d udai Apaienv.�a�r kberek(a7AQawriv corn � Project owner I Cily of Dallas, TX I Project name I Bachman WfIP Stage II Improvements Contract I Gene Pali description or project: Rehab existing VV'TP to include removing old BOCCulplors and installing new gocculalran aquipment MadItying existing Cla6rrer & rep lacinq Drive Gear, modify existing concrete 5edimenlatio-n Basins and inslall new Chain $ Flight Sludge Coiledors. Modifications to existing Chemical Building., inudifirallons & repairs to existing Clearwells and new yard piping and 9ackwash Pumps. — — Projed cost 59,478,580.00 I Date project completed' 17!?OQ1 Key project personnel Project manager Project superintendent Safety manager Quality control manager Name Billy Baynes - - &My Haynes -- Billy Haynes — Billy Haynes: ft§r;errce contact information (rrsbng names Imli aales approval to contacting the names lndhr duals as a reference) Hayme Title! position Organization Telephone E-mail Owner Tinn Contreras Project Manager Clly Of Dallas (214) 948-4577 Unknown Ded rrer Ed Motley Engineer CP&Y (214) 638.0500 Unknown Conslrudion manager Tlno Contreras C00511FUCtIon Manager City of Dallas (214) 9484577 Unknown Project owner I Upper Trinity Regfp W Water district Prpjed earns Upper Trinity Regional Walar District Plant Expansion — Phase A General description of project This protect consisted of expanding the ebslirng plerd by addling four flocculation and sedimentation basins, adding fnur titters, Building a new sockm hypodriarite generation facility, an ozone generation facildy, an Ozone contact basin, new pumps Of the plant water pump station, new pumps at the intake pump station on lake Lewisville, and bulldkag a buhdin9 over the numnstat ion on Lake Lewisville. Project cost— — _ 527,052,088-00 1 Date project completed — 8/1/2002 Key project personnel Project Manager — Prvia ci superintendent Safety manager Qualityountrol manager Name Roy Ewen Steve Baker Charles Howard Dave Muifenix Reference contact information (Ifsling names indicates approval to conlacbrig the names individuals as a reference) Name Tilfel position Organization Upper Trinity Regional Water pistrlc! Telephone E-mail Owner John Zink Project Manager 972 221 8531 Unknovm Designer Jim Georger Project Manager _ Montgomery Watson 214.360-9929 NIA Unknown COMIN000111 marrwgsr NIA N/A NIA NSA ATTACHMENT A a n A p Current Projects and Project Completed within the last 10 Years Project °weer cry of Corpus Ch'rmli Project name ❑x Stevens W f P Phase I Fi`1W Media Replacemen! General de9Criplion of prvjeet_ Rahabilitalr'ort of li werMy.Two Fellers. Twelve Fillerz were rahahed with replacing media only and Ten were totally rehabbed w4h New media and re aced D1-Air $per Pis�r'n�r with S S. Piping and added Air Scour to Ten filters, Project cost $4,742,3715.00 Dale Project rmrupleled Key project personnel Project manager prayed superintendent Safely manager Name Billy I Jaynes Pars Graham Charter Howard Reference corgact k4orrnation (htinq names indicates approval to oonladbg the names individuals as a reference) Name _ TilW position ❑rgenizalian Telephone. Owner Jae Trejo Project Manager City of Carpus Christi (361 ) 880-3527 Designer Dan Leyendecker Engineer Smith. Russo & Aiferoer -- _ {Now-LNY} (3811883 1984 Consalruction manager Dan LeyendPcker C❑nst. Manager Smilh. Russo 8 Mercer (Now -LNV1 �361J B83-1984 t 2�rzao t (hiaYly control manager E4#y Haynes - E-mrri UAkm)vm Urlkrrewn Unknown Project owner Dallas Water Lkr7Nies Project name CenVWTP Chl tral Vorine Basin Improvements General desunplion of project Copshl d a new 25' ❑alow grade cast in place ChIORre! Contact Basin. Tie Basin into exislinq Diversinn Structures with new 1o' Y 10' precast Box Culverts- Install (a) new 84' Sluice Gates and (2) 108' Stu rre Gates- Upgrade and modify existing 5ulfurnotor and Evaporator piping b equipment- Install newt/ Con Crete Road Paving around basin- Modify and upgrade Plan( Inslrumentalian 5vsiem. Project cast Key project personnel Name $6,335,896.04 Date project comptolnd Project superintendent Safety manager _ Noonan Perry Reference contact information ViaGng names indicates approval to CoNackrig the names individuals as a reference) Name Pm)ed manager Drive Multenix Owner Dan Nolen Designer - J Troy Hotchkiss Construction manager Fred Johnston Charles Howard Tklel position Organization Project Manalw Dallas Water Utilibe Esgk*er(P.E,) Mon(gamcry Watson Consisuclion Inspector Dallas Water Utillil lies Talephone 214.948.4517 214.360.9929 714-670-7408 21712t)Q3 Quality control manager Dave Mullenix E-mail d no ten Rdvar.r3.gWW6.br. us T rum. I lot 0* i ss ILEDmwh q IpOai,mn k 9 Project owner l City of Fort Worth, TX i Project name Roping Hills WTP Phase I OzonaGon raciliiy y General description of project; Construd new Ozone Faciltty inchrding Four rsew DZOM Contact Basins, Ozone Generation f3uikNng with Fax new Generators 8 Power Units, New liquid Oxygen Store _ Facii'rl with all associated)" pi ' gl Projeq Cost - S16.975,486.00 Date project cnmpltled 7=3 Key project personnel Project manager Project superrntet7dent Safety rrtarrager Dually control manager a Name 8iily I laynes Steve Baker Charles Horraid Billy Hayne$ Reference pentad inbrmagon (Rslhtg names indicates ap-ova Ito contaclirsg the names individuaRs as a referencey Name Titlef position grganization Owner Pefef Fu Pr❑jer-t Manager Cny of Fort Worth Designer Danny Shannon Project Eq*mex CDrM Consln,0on manager Ted Gay Consiructiim Manager Freese &Nichols Telephone E•rnail (817) 871-8438 Unknown (817) 332-8727 1 shannoVSWm,com (817) 999.913.i' ggg[cs7free5e.Com ATTACHMENT A Current Projects and Project Completed within the last 10 Years Pr alert nwner City of Plainview Project name Plainview Water Reclamation Improvements General description of project: The project consisted of huilding a corn plete new wastewater treahnent plant on site of the Cit;s- old plant and then swiir-hnlg ow all wastewatef from the enniing plant and demolishing the aid plant - Project cost 58,948,.566 00 1 Date project completed Key project pefsonmi Project manager Project Superintendent Sorely manager Quality control manager Name Roy Fwen Bill Bigham Charles I foward Bill Bigham Reference contact inforrnafion (listing names indicates approval to cnnlarting the names individuals as a reference) Name Title) position Organization Telephone E-mail Owner - _ John Berry City Manager City of Plainview 808-29G 1150 Unknown Designer John New Y Pm eM Manager Fmese & Nichols (817) 735-7425 Unkarfown Construction manager NIA WA NIA NiA N/A 4f 1f29U3 n 3 D Project Owner Trimly River Authority of Texas Project name Bar Screen Improvements, TRA Project 98-20& 01-16 D llris pmjres CdrtsiSlB ol'[he r1 plaeernerH oflha tier hfedronica} Bar Ra.k lnfluem icreens tinllr AuWmafic Self f leaning Filter Satins will' Screens E7isrharge Washin JCrxnpaclirpt and Conveying $rs[errts at the f lam's W Inf1l"it Irt" Stations 6 & &A. Tire.S=en Channels And Wer Wells i%oL cIuscd in try the addetka of elevated rv41crete decks and then Concrete Corrosian PnterILV rC Syum Linfngs were odded for Primp Station's ZV Influent 04)xe5 $crcrn Clrannels and Influent Wells, New Foul Air Pi in g +N as cuar=ted to cad' 111111mill Swift remnvc the foul air from Unite np station's Wei WcIIs and Screen Chawncls. Project=6t $7,253,537-00 Date project completed 10CW2.004 y Key project personnel Projaot manager v Prraject superintendent Safety manager ❑uality control manager Name Glenn Grant Luis Aguilar Luis Aguilar Luis Aguilar Reference contact inrorrnalion (fisting names indicates approval to contacting the names individuals as a reference} Name Tit1eJ positron Qrganizalron Telephone Owner Thnrnas Sanders Construction Services Trinit Manager y River Autho ►dY (817) 493 515? Designer Ron Tomad a Project Manager COM (917) 332.87?7 Construction manager ,lake SuAwell Prnjert Inspection Trinity River Authorlly (817) 253.0078 E-mail sander31N0ftVra erg tama darptnnityra-orq burwellla.trinrtyra-nrg Project owner City of wallas I Project name I Southside VAVTP Digesters 11, 12 & 13 General description of project: ConslrnLilOn or a new 0igesler Complex with one new Acid Digester & two new fixed Lid Digesters. New pipe gallery with Ass ocialed pipe, yard piping and new SCApA for the crxm!ex. Pr*cl cost 525,109,357,00 I Date prajact completed 212045 Key project personnel Project manager Project superintendent Safety manager Quahty control manager Name Billy Haynes _ Steve Baker Charles Howard Billy Haynes Reference contact inkwwAbon (lisling names indicates approval to conlacting the names individuals as a referent'-; -- — Name Title! pasitinn Organization telephone E-mail Owner Richard Wagner Project Manager City of Dallas Water Lifilitia (214) 948-4516 richa rd -wag n e rgDdallascityhFit l.com_ Designeir Bruce Cole Engineer CH2M fill Construction ruanaiger Richard Wagner _ Project Manager City of Dallas Water Utilities (214) 948A516 richard Wagner dallasciiyhall Cwrt ATTACHMENT A s 0 Current Projects and Project Crampleted within the last 10 Years Project awrm Trinity Rim Autnonly (A Texas Project name Phase 10 Primary Clarifier Effluent Una Repair Gerwral deOplion 01 project. This project ransists ofreptacing ilrc Plain's turf Primary CleriW's EMueet Piping (concrete eylrrrder pipr) ■cith new Hobas Fdxrglass Pip mg, reptacente t of Evuakisatim Basins 5 dr.6 --Vi* Hobw fiberelass Pipe and Revsirs to the 96" Prknery Clarifier's Eflloml Pinirre ► ith Linabmd Linine of Ora ton ouarterofAvis oininnthar was de4criorated I Fmod cost $1,173,013.00 1 t7ate project completed Key project personnel Project manages Project superintendent Sarety manager Nome Glenn Grant Luis Ari1Aar Luis Aguilar Reference contact infitxMion (listing names indicates approval to contacting the names kxbvir kmb as a refer cm) Name Title) position Omainiaako ielephona Owner Thomas Sanders Construction Servi,es Trinity River Authority (817) 493-5151 Manager Designer .rim Baddakier Project Engineer Freese t£ NicWs {214) 217-2232 Construchm manager Mike Quarry Head of Inspection Trinity River Authority (817) 366-9043 concrete QuaAty control manager Luis AgLAW E-maA s n rsl�7tnnityre,9ID jbafreQse_com e M rinitvra ona dinderpipc g aI 3 Rr7717r1[{'i m b Ptojecl owner J Trinity River AuthOhl y of Texas } Projrict name l Denton Creek Regional Wastewater Treatment Plant Expansion Io 5.0 MG❑ 1General description of prnjecL Expand existing Pti to 5,0 MGD.Co nstruct now Sequencing Bakh Reactor with Egifpment. Construct now Preliminary 1 realment tJn it -Construct new Concrete Shrdge Holding Tank with Mowers. Add U.V- Equipment to existing Structure. Install new 24- Force Main to new P.T.U. Expand & Rem6dei existing Administration Bldg. Provide new Land Irrigation Area For Ca _of En goo ors. Add new Rotating Filter Structure & E:IuipmenL Project coat $7.26.9,462.95 1 Dale project completed Key project personnel PrnjeCt manager Project superintendent Safety manager Name [lave MWlanix Paul Graham Charles Howard Ftaft"nce contact informatmn (listing names indicates approval to contacting the names kxihv duals as a reference) Quality control manager Dave MulleWit 1014120134 Narne Title) posilran Qrganixation Telephone E-mW Owner Thomas sanders Const. Services 1Manager Trinity RiverAutimmly 817-493-5151 p qr Designer - — Jeff Caffey Engineer RE, Alan Plunxnet & Assam 817-9D5-1700 Y !29IAQaPwenv,corn � Construction manager wandort SiNa Const- Inspector Trinity River Authority 817-749@J•5151 i Protect owner ' North Texas MunficipalWater District J Project name ` Muddy Crev- k Regional VNNTP General descriptran of projecl: The Muddy Creek VWVTP is the construction of a new 5MG0 was lewater plant for North Texas Municipal Water District. The plant consists of an influent lift station, bar screen, aril rerrrova I building, pr-irr►ary clarifier with aluminum cover, odor control facilities, two seccndary clarifiers, two aeration basins. blower building, primary sludge pump slat inn, secondary skxVe _primp station. f_rMers. UV I in. solids andfingbuidimi and numerous chemical facilities. Project cost _ - $15,511.490.00 Date project completed I - - 4115rM > Key project pr±rsorMrel Prajeal manager project supedntendent Safely manager Quaif[y control manager Name Roy Ewen Bill Bigham Charles Howard Roy Ewen Reference contact infarmataan (listing names indicates approval to oonbK6rIg ttm names individuals as a reference) Name Title! position praprtixation Telephone f rr mail Owner Designer Construction manager Kara Byrnes P1000 Manager North Texas Municipal Water (972] 442-5405 _ 4istrict Larry Fuson Senior Director TRC (214) 359-9171 NfA NIA NIA NIA nlmwd- n j[u s a n;�treso i uti o ns- carter N!A ATTACHMENT A p ti Current Projects and Project Completed within the last 10 Years Projeel Owner City of OoNas, Tx Projet t Warne Dallas Southside Digesters 9 & 10 General description of project: Added two new digesters 5 pipr. gallery. Add4lon of two new digesters to an existing three digester complex under construction with new p One d of was acid d ster and the other a fixed lid dOr, Project past ~+ 4 $8,424,531,{]0 Date project co+rnpleled gallery Key project personnel Project manag e+ Project superintendent Safety manager Quality controt manager Name Silly Haynes Stew- Baker Charles Howard Billy Haynes s lid plpinp. .'i12811005 A ReEmence contact information {listing narnes indicates approval to contacting the names individuals as a relere ice) Name TOW position Clrgwil¢aUon Telephone Email f]wstrr Ri wd Wagrier Project Manager City of DoNas, TX (214) 316.8252 dkchard.wagnor@daIla-, city haI corn Oeoipner Burma C * Engineer CH2M Hill - (972) 442-5405 , baole@Mnwd.cam 71, Consiruchoo manager I IA NIA NIA NIA NIA w Prgect owner City of Dallas Project name Dallas Greenville Pumps Station Improvements General description of projecC This projaot emsizu of the C049ruclion of a new s0 INGD pump station to repkam the existing GreanrtHe Pump SlatioN new SCADA fac"ns, a new Svdlchgear Flu iIdirr& llw seating rind insUlfation of new %,-Alerprooftsg an Ow enlisting andcrground 21 MG r oncrets reservoir, a nerr ovcrllowldrain structure in die reservoir, structural repair of die reservoir, clemieal imprvveinept9 in the existing Grecaville Nonh Pnrrr Siation ruw reservoifvWves anew diiKway and site cnuarKe, a pew onurnenlal fence, ywd piping, landscaping and irription, inisccTl mous i!n rovarients, and rclaled aMurterdirim. Pmjecl Cost $10.135,615.00 1 dale project completed 7119I2006 Key project personnel Project manager Project superintendent Safety manager Oualty control manager Marne Glenn Grant Amy Innis Jimmy Innis Ammy Innis Reference contact Wormalion (Nsting names indicates approval to contacting the names individuals as a reference) Name TRW position Organization Telephone E-mail QYner Efrain Ochoa Project Manager City of Dallas (214) 948-4521 eachca@maitci.daMas be -us Designer Robert C. Reach Senior Vice President Turner Calke 8 Braden (972j 735-3070 bob,FeaatN�tCE.aeoQm.coLlr Construction manager NIA WA NIA NIA MA Proiecd owner J City of Wichita Falls, TX 1 Project name I Jasper Water Treatment Plant Expansion General descrilidom W project Major Upgrade A Rehab of Existing Water Plant Deinn lilion of existing flocked basins and Ialai plant expansion and up9rad! with new raw water pwnp station, MW accWalo'. rehab existing accelatnr, new chemical feed facility, new backwash pump staLiu n, rehab all existing fitters, two new sludge bolding tanks, two new sludge mixing lanks, a new sludge press Project cost S20,925,974.00 I Date project completed Key project persWnel Project manager Project superintendent Safety manager _ ❑uality control manager Name Billy Haynes Fier Bray Charles }toward Sit Haynes Reference COOWCt information (listing names indicates approval to contadit the names individuals as a reference) 5f712M Name Shawn Garcia TWel position Organization Project Engineer City of Wichita Falls Tef hone E-mail Owner (940j 761-7477 shaven-q�rda�wichllalaystx nav (940) 723-1455 tdh _cpb-f corn NIA NIA - Designer Dean Hlnton Engineer Corlett Protest & Boyd ConsWui Wn rrromer WA NIA NIA ATTACHMENT A a b w A w Current Projects and Project Completed within the last 10 Years Prejecl owner City of Dallas Water t11i1Ries Project name Bachman WTP High Service Pump Station General description of propdct Above Grade portion of Pump Station consisling of 16' CMufface Brick wails, StruduraI Steel Joists, Decking 8 3A-up Rooting. Six new Et3ARA 36' Horizontal Split Case 250t)hp pumps with Associated W Steel Header A Suclion piping. DemDbsh an existing Cast 1n place below grade 220' x 220' Concrete Clearwell and buitd a new 22V x 22V x 27' deep Casa in ace Clearwel in Ife oa!p int_. Install all necessary 96', 84T72' 6 66' Yard piping to oonnW New P-S. to ClearweW. Modify & provide a new Intake Bar Screen Structure at Trinity River_ Irdske Facitdy Project cost _ $33,881,289-00 I Dale project tompteled IW1120W Key proled personnel Project manager Project superintendent Safety, manager Quality control manager Name Dave Wmenix Steve Baker Charles Howard Dave Mullenix Reference cMaq information (listing names indwA*s approval to contaaiing the names individuals as a reference) Owner Designer f onstrudion manager Project owner Name Chuck Mtrnm Paul Roach Jerry Nystrom Trinity River Authority Jeri: P(o)ed generaRy control eTlirpment, in5laUstian of Protect cost Key project personnel Name Title! position Organization Project Manager Dallas Waiter LltWdes Fngrneer (P-E-) Chaing Patel & Yedb Construdion Manager Jacobs Civil (214) 670-39M (214) 638-M (972) 670-5114 Project name I TRA Primary Ckari(W Pipe Repair the replacement and repair of primary 53,fl49,56fi Oft Rate project completed Project superintendent Safety rtraraAer Charles Howard Reference Contact knionnalinr (ftUng names indirates approval to conlacting the nar►es individuals as a reference) - - Name Thiel pos bn Organization Owner Thomas Sanders Conalruclion Services 0lr7nfl nYf I TrkAy River Aulhonty Prraject manager Arthur Daugherty Ben Lane E-rnail Ball _lyhaM_kn OI08Gh�COVI.COT f error, l�tvstran�yiaev�s. ca owner fumislled valves, inslalabon of flow melem QualRy control manager Arthur Daugherty Telephone [617) 467-A343 Designer Jim Baddaker — - Project Engineer ls 1( 214) g20-2500 Construclion marragof Mike Querry Cunst- Inspector Supervisor Trinity FtNwAuttiortty 1 (9721 263.0078 E-mail ;once rsffl tdnilvra. am ' f se.cnm a aUerrV-Ptrinityra Q ^� Project owner I Trinity River Authority 4 Pined. name I Stage Vt Odor Control Renovatiun 8 Addition General description of project This work Corrsists of ccaslruclion of super oxygenation system and modificatkxm of the existing grit removal system- The super oxygenation system in eludes below grade concrete vaull, irrslaflation of down flow bubble contactors, wastewater piping and pumps, gas oxygen piping, LOX tanks and e4,ctriraI instrumentation. The grit removal system includes dery atilion and mcdirrcabons of exist, gfk baskls. installation of new got equipment, pumps and ' 'n and electrical(instrumentation_ PM*l Cost S 3.973,220 & Dale project corn plated 111612GOB Key project personnel Project manager Project superintendent Safety manager dualily control manager Nome Arthur Daugherty Bert Lane Charles Howard Arthur Daugherty Reference Contact infonnalion ("ng names indicates approval to contacting the norm indMiduals as a reference) . Name Title! position Organization Telephone E-mail Owner Thomas Sanders Ccnslrurlion Services Trinit River Authoril _ Manager Y Y (817) 467-4343 sanderst@irinitya..❑rg Designer Sim McMillen Project Engineer Alan Plummer Associates (817) 806-1700 imcmille nfterk i n s cc rgzllants com Construction manager Mike Querry I Const. tnspedor Supervision Trinity River Authority (972) 263-0075 auerrvmPtrinityra org ATTACHMENT A y x n a} Current Projects and Project Completed within the last 10 Years Project owner Cray of W-dila Falls. TX -- E'rojr+ct name Lake Kemp - Headquarters Road Resarvair8 P.S. General deecniption of prejecL Construction of a new pump station with 3 verpcal turbine pumps and an eanhern sirxage reservoir to stare raw water from Lake Kamp delivered channels. Add new sluice gate at e iI ng irrig ation headwall structure. Pump station supplied an alternate source of water to an existing water Iant at 10 mRss awal Prajesi cast $3,M.758.00 .� Date prrry'or# wmpk:ted Key project personneI _ Project manager Projectsuperinlendent Safety manager oualil rxrHrDs nwna Y 9m Marna _ Srny Haynes Harlan Ennis Charles FlovrArd �1y Raieren" oontacl information (listing names indicates approval10 contacting the names individuals as a reference) Name Thiel position Organization Telephone E-mail Owner Shawn Garcia Project Engineer City of Wichita Falls (940) 761-7477 Designer Dean Hinlnn NIA Engineer Cprielt Probst & Boyd NIA (940) 723-1455 NIA Construclron manager WA 11200 i 0awn,Garcia0n hitorj1ll5tx,Uo �d_h.�ct�f,com r IUTA m Projaet owner North Texas runicipaI iNaler Distnct 1 nrojeel name r k Lower East Fork Interceptor Lltl Sholm General descriplion cS project. The Lower East Fork Lift Station was a sixty five fool deep excavation to construct a below grade lift station on site of an existing wastewater treatment planL IJrparr Com ineLiu n of the Lift Station a1 flow was diverted from the wastewater; -ant to the lift station and the old plant was shut dnwri. Project Cost $4,49B,840.00 I Date project completed 813112007 Kay project personne[ Project manager Project Superintendent Safety manager Qua11y carrlral manager Name Rohr Ewen Jirnmy Innis Charles Howard Roy Ewen Reference contact Oilici ubm [listing names indicates approval to contacting the names individuals as a refeirenwj Name Tirlel position Ofganlsallon Telephone Email owner Mike Loggin Project Manager Designer Ron Conway Project Manager Conshuctton manager NIA WA North Texas Municipal water District2f 422 5405 NIA Ftar racks and (214) 351.7900 WA Project owner _ t North Texas Municipal Walla District Project name Diversion Pump Staden General descriptKm of project; The, work c9nsisis of construction of a 165 MOD elevated pump station on piers, 165 FAG diversion structure on the v_trticaI lutbine pEq&nq units 2 -24 M G D and 2 - 48 MGQ . iralallatien of bridrgq structure. Paw meter vault. 400 If 72' discharge pip 1ngaand 450 N Project cast ^ ' S11.977.006 Date prnjert ccmpleled Key project personnel Project manager Project supiafk temlent Safety manager Name I dhur R. Daugherty Ben Loan Charles Howard Reference contact Infonnalion (kWng names indicates approval to contacting the names indiriduals as a reference) Owner Designer Constrwflon manager Name TtkW position Organfaaiion Kara Barnes Project Manager North Texas Vu-i ici District Alan Hulsan Project Engineer Freese and Nichols NIA NIA NA 00ggin gbnlrnwd.com rcoxwavfthC1p-cant NIA Fork of the Trinity River, Installation IrKake_fa-P!�-- QIFmy control manager Arthur Daugherty Telephone E• mail (972) 442-5405 k rrnesRDnlrlNg.com (617) 735-73W aeh r NIA NIA ATTACHMENTA 9 Current Projects and Project Completed within the last 16 Years Project owner I Trinity River Authority t3aneral desedptlon of project: The project consists of demoidrort of existing auiomalic Projed name I TRA Retrofit Filters 3 and 4 Project cost $2,506,d25 Pale pM)ed completed Key project personnel Proj6d menapir Project superintendent Safety manager Name Arthur R. Daugherty Harlan Ennis Charles (Howard Iftelerence conlact information pasting narnas indicales approval to COMad ing the names individuals as a reference) Narne Title? position Organ4mlion Telephone Owner Thrrrtas Sanders Const. Services Manager Trinity River Authority (517) 4674343 Designer Jen Gaffey Project Engineer Alan Pkm morAssocialion (847) 906.1711p Conshutxlnn manager Mike Ouery Construction lnspLctor 5u Trinity River Audwdly (972) 263-3070 rvisor QiieMy control manager Arthur R. ❑augharly Email ;.ands rst'� Inn itvra , era icaffev Maaaierrvi. corn gIlerry ytplrinityra-orsk A ?n of new 171112007 � a Project owner North Texas Muni Water Otstnct Project name Muddy Creek VAVTP Expansion General dpsCription of proi act: This vmrk on this project - i - rises die expansion of fate existing Muddy Creek Waste Weyer TreaLine" t NEW firom 5MG7 to 14h1Gb- This cclimitsiorr ind odes replacing ax ex Dug Bill Pwrtp in Otc [xistint Lift Stanek new PrimaryCimfier with Afrtminrrn Cover, new Pohl Air PipfnR adding a rrnv Primary Stodge Pump in thy. existing pump room, addition of t%vo new Aeration Basins, addition of new Moll( -Slags Diu wcr to the existing glower Duild'mg, a new Secondary Clarifier, a new RAS►WAS Primp Stntiosi, in ck kion of two umv Efiitbern Automatic Baawasli Filters, addition of UV Disnrlection Equipwmik, a nett Ferris reed rnciltty. a n[w Adt%inistration 13utl l Co!! eke Pavii ft and Landm pin Projiect cost - 58,448,398 data project oompieled 011312007 Key project personnel ProjW manager Project superintendent $ahety manager CiOly control manager Name - Gunn Grant - Ron Bray Charles Howard Glenn Gram - Reference contact information (Meting rgmes indicates approval to contacting the names individuals as a reference) Name Title! posltian Organization Telephone E-mail Owner Bobby Greer Project Manager N.T.M.W.D, (972) 442.5405 bze r@ntmwd.corn Cesigner Paul Wood Senior Project Manager L°�O9dna , Andmws A (713) 266.6900 pwood@Ian-inc corn Construction manager NIA WA WA WA NIA t Project owner Northeast Texas Water District Project MnrMims Water Treatment Plant Expansion �General description of project: Expansion of existing WTP ladouble the capa6ty aril totally upgrade and replace the chemical feed system and scads- Addiilan of two rapid mtw ix basins, o L 1ncmWeirs, two clarifiers, four filters and filler gallery_ Yard pong associated with new ex?3nskwL Proirrt cast - - $9,807,146 1 Dale project compleled Key prof .ct personnel Pro-ject manager Prefect supetkoendent Name Billy Haynes f3kl Bighorn Reference contact information (listing names indicatas approval to conlacting the nerves individuals as a reference) Name TOW posi6nn 1 Organization Owner Pete Wright Water Superintendent N E. r,M,W.O- Designer John Ringler Construdion Manager KSA Engineers Construction manager John Ringler Construction Manager KSA Engineers SaWy manager Charles Howard l'el ephone (903) 755-3115 (903) 236-7700 (903) 236-7700 Oualtly control manager Btify Baynes 31i 312DD9 E-mail nwrbhtri rim her �ksaenq corn rin Icy k5aena.00rrt y ATTACHMENT A A It w Projed owner Trimly River Authority of Texas — Project name Pump Station 13113B General description of prood: The project consists of several areas of work- The first being a crew 50 MGD Rump Slation 13 B with vert" turbine solids handling pumps, piping. Chlorination system and MCC building, The next area is the replacement of pipe headers, valves and one pump in Pump Slation 13. There were numerous pipelines and meter vaults installed to aid in peak Itow distribution_ We also installed numerous improvemerk3 suO as new sludge box, sludge flurne isolation, Equalization basin improvements, 42' air piping additions, modiGcalkms and cleaning of Aeration Basin diffusers and i _ PrdjeCt Cost S7.4.159,132.00 l Date prcjerl romp4ded 1111912009 Key project pttrsorlriel Project manager Proje> t superintendent Safety manager Ouafity cortral manager Name Roy Ewen Luis Aguilar Charles Howard Roy Ewen Reference contact Wormation (listing names indicates approval to contacting the names individuals as a reference) Naime Tiye1 position Organization Telephone E-mall Construction Services Dwrrer Thomas Santoro Construction er TPA(817� 493-5148 Sanderst�altrinil)ra.urr Designer Trooper SnAh Project Manager Freese & Nlichols (817) 735-7300 br000er.sm1th@rreese-Qm Consirudion enana r Mike q Construction Services TRA 1 972 263-007G uer In % eA-- j 3 ry� rdyraLara Proled owner �_Nwtbeast Texas Munir_ipal Water Dlshict Project name Southside take 9Tha Pines Water Supply Prcied General description of prolect: Addalion of two pumps at the r IMS WTP to proyide water to surrounding communities with the addition of a new booster pump Scotian and ground slordpa pipings and Control valves at five remote Pump stations to receive water and automatically fill storage lames Prcjpcl r:asl $2.377,110b I Data project completed Key project personnel Project manager Project superintendent 71manager solely Name Billy Haynes Mike Godwin I Charles Howard Reference CfMllact kOormalfon (listing names indicates approval to wmacing the naves individuals as a iekwerm) Name Title! position Ongenlaellon Owner Pete Wright Water Superintendent N.E.T.Mf_W_D- Designef Lanny Buck Conslruckm Matlger KSA Engineers Consilrudion manager NIA NIA NIA Telephone (9o3) 755-3115 (903) 236-7700 NIA Quality caddied manager Billy Haynes E-mall pwrightne tn,wdG�ad.com buck@ksaeno.com NIA Hew 11SfM 9 n Sr 3 �i a Project owrrar City of Lulbork, Texas Project name SCutheast Waller Reclamation Plant Improvements s General descriptten of pfojeci: The scope of nark�ftu 0 S project includes Ile toIkrwin_v new work: lincrrnedWe Subrriersi6k Pomp UR Station %ith IML5 Electrical 'Hunting., Pnmary Distritwlian Stmdo e, Prinoory Clarifier %%/dedkawdSludgelScum Punip Station, Biological ?nutrient Rev mval (EtNR) Basin pith BNR Ektiriesl Building., Secondary Clenfrer widedica" Scum Pump, Cloth Media FAIrwiun Siructure for Planl's 3 & 4. 9 VV Disitlfecrian System Sttuclute for PIant's 3 & 4, rerric Feed F2ci1ily, Site %York including Concrue & Asph all Paving. This pmjcci also includes additions to existing Patitities-1 NcwGril Rcrneaat & Screenines 03 Cquipra mi & Pout Air Ductwork in the Ht iht ock3 Btd;, ne►v RAS, WAS & Scum Pumps in lie ScrnndAry Sludge Pump Station, neir Single Stage and Mulli-Stage Blowers in the Blower RId-g-, new Double Disc Sludge � Pumps in the Solids ptdg„ r►ov PC Pimps in Primary Sludge PunipSoalion NI, Changing ti%n cxisting Aeration 13ashis to BNR $sins, retiFork two Secundar} Clarifiers to ad it Scum Skimmers and f]tiuutiiiun of Fiha Btlildiri?-ChWne Cmtad Bruin. inffucrx. Lift Station and Wasli wallCr Oetealion Basin Rmoct cost f44,472,678 1 Dale project completed Key project personnel Project manager Project superinWridenl Safely manager Name Glenn Grant Ran Bray Chary I letarid Refeream nomad information (kAng names indicates approval to codacltig the names individuals as a referenos) Name TRW posilion Organization Telephone Owner Wood Franklin Chief Water Utilities Eng. City of Lubbeck (SM) 775.2343 Resigner Gary R. Sn*h Senior Project Manager Blade 3 Veatch (512) 443 2503 Consimclien menaaer NIA NIA NIA WA Otialigf control manager Glenn Grant E-mail fir nklijg email d luBbock.iXus smith r bv- NIA ATTACHMENT A 9 Current Projects and Project Completed within the last 10 Years projed owrrlf Trinity River Authority Project name I Denton Creek Expansion to 11.5 MGD The work consists of the construction of Influent Screens (acility, Influent Lift Slabon #3, PreWninary Treatment Unit 92, Aeration Basin 03, Blower Bldg 94, Final Clarrd'rer Diversion Box, Final Cladrier 91. 2, 3, 4, RAS Rump Station #1, 2, Chemical Bu1k Storage. Chemical 9uilding, UV ❑isinfeclion, Plant water pumps with hydropneumalIc tank, sludge hcAing tank 03, odor control facilities, effluent fillers *2, 3, 4, 5. Mm irrcabons of STU 1 & 2 axwerted to Aeration Basins #1 8 2, add ce n t rif uq a equipment to exis ting dewaterin burld1 s and eleclrical and instrumerltaton. Project cost $38,522,039 1 Date project completed NiW I) Key project personnel project manager Project sWerk t ,deg Safely manager � O"tity control manager Name Arthur Daughedy Steve BaIW Charles Howard Arlhur Datryherty - Refaeance contact information (listing names indicates approval to contacting the names Individuals as a reference) Name TiW position Organization Telephone Email Owner Thomas Sanders Construction Servims TrimlyRiver Aulhotil (817 4674343 ` Manager y I sanderstt®lrinityra.org Designer Jen Coffey Project Engineer Alan Plummer Assualetes (817) 808-1700 icaifeV�apaienv.eorr► Construction manager like Quersy Construction Inspection Trinity River Authority (972) 263-0078 gplay@trin [tyro . org Supervisor Project owner Trinily, River Authority of Texas Project name 1 TRA Solids Handing Improvements General descripiinn of project: Irprovements to existing solids handling and added new 3 pay eo11Cs handiOng facility and added metal budding over existing storm water Dump station for now building and Wstalled a new filtrate pump slalion for exisOns late press equipment, Also installed one new ravity belt thitke -- r Project cost $4,689,543,00 1 Date project completed Key project personnel Project manager Project superintendent Safely manager Name Mike Smith Rogelio ❑bregon _ Charles Howard Reference coMacl k4orrnation =listing names indicates appeoml to contacting the names individuals as a reference) Name I Tiler posltion I Organization Telephone Owner Designer Construction manager Prnjied owner ThDmas Sanders "`"_.— 1 . — —. _ _ Manager Tim Lyons Project. Engineer Mike Quit Corrslruclion Services rYr, a _., __ TRA (817) 4g3-5148 CH2M FIN (972) 980-2170 TRA I City of Irving Texas Project name iraject- Demo-lilip n of an existing pump station and grcurxf storage tank along with r meter and valve vaults, %coda upgrade and paring, south solids storage area, Walled new nor . 11121ir1'p09 Qt'W tY control manage► IrYrf �Ornkhr E-mail eanders�t�lnkv ar ,qm imothv.LvizrIS{�ir 1.qg (972) 253-00713 j querry rttrinilyra orb MacArthur Pump Station lioneodrs electrical, storage and admin. FadEdies. CDnrIru a new pump 04m- ►with Project cost $14,980.396 Oate project completed Key project personnel "ct manager Project superintendent Safety manager Quality control manager Rama Oft Haynes Ben Lane Gh des Howard Billy Haynes Reference contact krfonnatian (Nsting names indicates approval to con tacling the names individuals as a reference) Name Tiller position Organiaalion Telephone E-mafl Owner Designer Construction manager Steve PLO Kovio Meyers WA Senior CM Engineer City of Irving Texas (9721 721-35311 Senior Project Engineer Malcolm Pimie (072) 419-0333 WA WA WA % eti ct.iry yg krnevers:�oirn�.cam WA ATTACHMENT A A b Project owner CRy of Fort Wartil Project name Rutting lids Filler Modifications p General descilptlon of project' RehablNtation work to (16) existing hkels (Fillefs 1-11 and 13-19), including sealing crapes at fume and insiaiiaiion of anchor support system to underdrafn, Fjker Nv. 20 relrofil work included removaI and re Iacement of media, demailion exWAIng underdrain block and installation of new mono tiller underdrain fv PrgKd cost $471.036 Date project completed 3J2f3l2D09 4 Key project personnel Project manager Project superinlemden( I Sa[uty manager Quality controi manager a Andy Howard f Juan Rodriguez I Charles Howard I Andy Howard Reference canlad in Form at tWing names Indcales approval to contacting the names individuals as a reference) Name Tillel position Organization racililies Erg neerir+p Owner David Townsend Manager City of Fort Ytrorin Designer Denny Shenrron PIN Engineer Cobh ConsirtiWon manager Ted Gay Project Engiteer Frresp and Nichols Telephone (817) 392-8430 (817) 332-8727 (817) 735-73IDD E-Ma4 david Iownsendinfortwodhgov.mg Jh.JLMgLd@odm•com led .gay§fort wort gav,com Project owner North Texas Municipal Water District JProjert name Pa ther Creek Expansion General description of project; The work consists of vonsiruclion of Panther Creek Regional WIIV7FP Exp, For NTMWD. The protect includes installation of one 10 mgd pump in the existing influent Pump Station and a step screen In the second channel of the existing headwords, a new priniary clarifier, primary sludge pump station, primary clarifrer odar'camtrol, a new secondary clarlher, new lertiary cloth disk fillers, new Ieitiary filler distribution structure, addilinns of VV modules to tha LIV existing channels, new grit removal system madificahonsladdRio ns to the aeration basins fur HNR, modifications to the generator and switchgear, modiiica[ionsladdAians to Ilip solids handling building (new primary studge storacle tank, recirculation pump, and belt fltpr press feed pumps), addition of a blower to the blower building, a new admkiislialion btAkiing, new instrwnentationlcantrols system up2rode, mist_ site work and other improuemenls. _ Project cost $17.992.706.00 1 Date project campWled 11{5I2011 Key project personnel Project manager Project superintendent Safety manager Rtrsdily control manager Name Rory Fwen gill Big ham Charles Howard R4ay Ewen Reference coal d information (listing names ii d"Ies approver to rvntacting She names individuals as a reference) Name Title) poGWw Organization Telephone E-mail Owner Jeff Ray Project Managw North Texas NluniclpaI Waller (972) 442.5406 ka%0ntmwd.com _ Diwild Designer Jeff Sober Project Manager Carello Engineer (972) 239-9949 Lacher r�7i c�raia.corrr Construction Manager Greg Bradley Construction Manager North'Texas Municipat Water (940) 390.7561 g_nradley@ntm-d.com Risinct Project owner J Trinity Rarer Authority I Project name j -IRA Eddy Curren[ 0iive Replacement General description of project: Rehab existing 6ed0cal room in Pump Slat[on S+°L replace (5) M hp malom in Pump Station GA, v udjng ek 3ncal wnrfr and conelrud a new W,iiid�iig to house [or new 900 Hp motors. New VF D 9utltlilng includes HVAC, plumbing, archilectural work and electrical work. New 4 DD If 0' 01 waterline for HVAC equipment in VFD building- Modify 2400 v Project cost 56,123,0DQ D0 f Dale prgect completed Key project personnel Pr*ctmanager Project superintendent Safety manager Nerne Nike Smith Luis Aguilar RReierence contact iMarmation (Rating names indcates approM to contacting the names individuals as a reference) Name - TOO position Organizalion Charles Howard Telephone Owner Thomas Sanders Construction Services TRA Manager Project Engineer r Gupta (817) 493-5148 Designer Tim Mueck (972) 490-7061 CorslimcHon manager Mice ❑trerry Construction Services TRA (972) 263.0078 Quality control manager Mike Smith E-mail a b t VFVs °i in 7 811/2011 b sanderSr .jr1nilyra 4ffJ Vt Kkaga+mons0iiZq.rarn gy�py�lrinilyra. wg A-n'ACHMENT A 9 Current Projects and Project Completed within the last 10 Years Profect owner FTrinity River Aulriorily _ Project name TRA Phase I FiNer Improvements - Generat description d project Demotion Of existing sand tillers no. 15116 and 21r22, modifications to slaps and walls. Install new cloth media diamond Filters syslem with electrical equipment and cover flier basin& ryrTll rolled carW ie5. Project cost 1 $7.497.000.00 1 slate project cam pleted 4212WO10 Key projed personnnel Project manager project etrperilpendew Safety manager Name Arwrew Howard Lub Aw tar Charles Howard Relerence coniad informalion (resting names indicates approval to codscfing the names Individuals as a reference) Name I Tit lel position Organization Telepl * Owner Thomas Sanders Construction Services TRA (917) 493-51148 Manager Ckn igner Jeff Caffey PWErKyneer Alan Plummer Associates (a17) 606-17UG Construction manager Mike Querry Conslruction Services Manaaer TRA - (972) 263.0076 Project owner ITrinity River Aulhority I Project name I Phase IV-C Pump SloWn General description ar project: Remove and replace two barscreeM washer cornpaelors,cortveyor and waste canlatnar. Prejadcost --- b4,379.000.00 Data proud co npleted Kay project persorrtal Project manager Vrojeci superintendent Safety manager Name Arthur ❑augherty Ben Lane Charles Howard Re lerence contact information {listing names indicates approval to contacting the names individuals as a rellerencel Name Title! position 09pnizattvn Tetephone Owner Thomas Sanders Conslructtdn Seniiaos TRA (817) 493-5148 nNeir Designer Jeff Gaffey PWEngk*er Alan PlummerAssociatas (817) 006.1700 Construction manager Mike Querry Man conwuctioor n Services TRA (972) 263-0076 t __ Project owner Trimly River Authorhy Project name Pump Stalion 13113A Imprwimonmrs General desc*ion of project: Rehabilitation of RASIWAS Pump Station 13 and 13 A. -- Prelert cost $16.656.000.00 I Oale p(olect Corn pieled Key project personnel Prajerrt manager Project superinlendenl Safety manager Name Milke Smilh Luis Aguilar Charles Howard Relerertce contact intionvOlon V19WN names indicates approval to conta cling the narries individuals as a reference} Name Title/ position Qrgan, -ion Telephone Uumer Thomas Sanders Cmannefomhucliman Services TRA (a17) 493-5148 Designer Jeff Galley PµrEngineer Alan Plummer Associates j817j 806.1700 Construction n ana er g Mk* �� Construction Services Mona TRA (972) 263-0076 OuaNly carllrCt manager Andrew Hawwd - - E-mall sandersk@t"ym.org jta ffeyMapa ie n v. corn quarry@trinityra. org control Manager dalrgharty E-maN sonde rs t� I rinilyri.ol� Lcaffetr�aoaianv.;� querry�nityia.org Quality oonlrol manager Mile* Smith D ;x 3 0 p Y b Y 9 3 Y p rn a D E-mail sand erst@lrb*yra.omg iGa Hev�auftieirv.com D gwrry@trWlyra.org ATTACHMENT A Current Projects and Project Completed within the last 10 Years Project owner _ Trinrkr River AuPwrity Project name Aeration Basin Improvements _ Gowatdesmplron of project: RehabiRabon of flower Building No, 1 and No.3, removat and eepIacprnend air piping for Aeration Basins 1.12. removal and replacement of diffusers 6or Basins 2 and 4.12. m Project cost $I5,4d6,Qt}t1 I Dale project completed Key project personnel Project manager Project superintendent Safety manager Ouattty con lrcI manager a Name Arlhrr Daugherty Ben Lane Charles Howard Arthur Daugherty Rlelhrenrecontsd Worm iltinn [listing frames Indk ales approval to contacting ttre names Ind tvrduals as a walerence] -' Name -Tit W position drganizetion Telephone E-mail sander - st�tnni arq— I jaatTcy®apaienv.uom ityra.org w � Owner Thomas SandersUanager Jeff Caffey Construction Se-mceS TRA(f317) 483 5148 PWEngineer Alan Plummer Asso6ates (817) B05-170D Designer Construdiort manager Mike Ouerry Canslruction Services Manager TRA (972) 263.0076 Project owner coy of Dallas Projad name Dallas SCADA improvements Gen eraldesuip6w d prgecx 5ubcontrador to Chiang, Patel A Yertry and Pnme GantraIs performing archik4atwal rnvdifrcatiprrs and improvements to the main City of Data$ SCAM huir:0 9 at while Rode Lake' 3 Pr*cf col S51 8,566 Date proed completed Key project personnel Project manager Pro;act superintendent Safely manager Oaality control manager > Name Glenn Gram Glenn Grant Chad" Howard Glenn Grant Reference contad infeimaiicn (listing names indicates approval to cnrrfarJinq the names indiv uak as a reference) --- -- Name Trlfel position Ogwl¢ation Telephone E-mae Owner Darrell EnglebrWtt t7W11 Project Manager city of Dabs (214) W-4572 darreli.engelbrechr @dallascityhall.com Designer Jkn Gl gg Design Engineer weslln (214) 926-9179 _ James- Glegg@ ww-inc.eom a Cunsbuction manager NIA NIA NIA WA NIA m Project owner Trinity River Authority -- T—� Project name ! Ten Mile Creek Improverneints General ckmaipgan or p"ed-. Add new preliminary treatment unit and convert sludge lagoons to a wet weather treatment facility, Inmates major enhancement to electrical and inslrurnentalion system Project cost _ $14,655,0017 Date project completed Key project peMailel PmjW manager Project superintendent Safety manager Quality aantral manager Name Arthur Daugherty Pat Kalb Ghartll Howard Arthur Daugherty Reference contact informa on (listing names Ind icales approval to con Wiling the names individuals as a (afw-ar►ca) !Name Tice! pos ilion Organization Telephone E-mil Owner Thomas Sanders Consuuchon Services TRA u,,,s„s, (817) 493-5148 sandersQlrfnityra.arg Designer constiLction manager Preston Dillard l PE Mice Quarry Alan Plummer & Associalei (817) W6-1700 pdrtlard@apaienv.can TRA (972) 263.0076 querry@ttinityra.org ATTACHMENT A b a b La to - Current Projects and Project Completed within the last 10 Years Project owner Trinity Rrver Authority Project name On Site Storage Syslem GAnerar rroscription or project: Add new 125MGD storage facility for wet weather and overflow. includes excavation, sail stabilization. concrete, piping, pumping, ek4*icat and instrumentation. Project Cost S41.1554.$99 I Dale p+oJeCt completed y Key prefect persunneeI Prgect manager Project superintendent Safely manager Quality Control nwnager Name Ray Ewen Sleve Raker Charles Howard Roy £vrcn Reference contact inlbrmaWn (fisting names indkales approval to contact" the names individuals as a reference) j Name Titlei position Organisation Owrrler Thomas Sanders Conslruction Services TRA M a n aq er Desigrwr Gennady Soksiner Project Manager Freese and NichoLs, Inc. Corns mcWn manager Inure Querry Construction 8el+tice5 TRA Manager Telephone I E-mail (8171 493.5145 sanderstolrinhyra org (214) 217-2224 g6@ilreese_cam 1972) 263-0070 quenryatrinityra orq o Project owner Project name _-- Genenal desmip M of prgj d: — PrajeCt cost prate projed completed Key prajed personnel v Project manager Protect superintenden! Safety manager oualhty copifol irlaflaflrar Nome -- Reference contad informallorn (twAing names indicates approval to contacting the names individuals as a reference} Name I TrtIDI position Organization Telephone E-mall Owner _ ��._.-•-- Desslgner Construction manager Project owner jfreod name 1 "fen PAile Creek Imm proveents Garrerai desodplivn O project -- Project cost -- -- Date project completed K' $y pra]ect personnel Protect manager Project superintendent Safety manager Name Reference contact information (listing names indicales approval to contacting the names individuals as a reference) Name TAW pmswn Organization pewter DesM�ner Construction manager I Telephone Quality control manager E mal ATTACHMENT A Current Projects and Project Completed within the last 10 Years Rood owner C_t Di Oalaa I Project name f Elm Fork WTP Major hallo tenonm General descriplica of project: 72" Bypaes Ine with valve and meter vaults, near Iime system, rep. SkAge pumps and various upgrade Project cost $17.461.750 Date project compkAed Key project personnel Project manager Project Superintendent Safely manager Name Billy Haynes Darnon Brooks Charles hlnvvard Reference contact information (listing names indlealas approval to contacting the names indlvfduals as a reference) Name TiUN position Organization Telephone ❑caner Lisa Jowell Project Manager DWU 214-W-4225 Designer Chtan Soni Project Manager Maleokn Piimie 972-419-0335 Construction Manager David Grauvogl Project Manager Jacobs Fngineering i 404.539-4756 0W23=13 3 Quality control manager a Billy Haynes E-mail 'coal dallascil haM. Chelan. srxri@arcadis-trs com d a vid. gm USroq I Lqgotr7Gs_flunl Project ovmer Trinity River Authority of Texas Project name LPhase IV-O P5616A Coarse Screed Inlprovpmeft General description of project Installation of Coarse Bar Screen wlTraveh6ng Gripper, wet Well (Mods. Hydraulic Hatch Covers, (3) ea Pumps & VFD's, Electrical Room) Ptajcd Cost - SIT.040,011d Date projectcompleted 7pto--- xey project personnel Project manager - Project superinlerWen[ Safely manager 17uakty cortrrd manager Marne Andy Howard Daman Brooks chades Humid Andy Howard Reference contact inlormaUon (listing names irid icales approval to contading the names indheiduais as a refererrcej a b n Current Name Trtlef position Organizati in Telephone E-ma: Owner Thomas Sanders Wrta ar Cons4rticl*Dn TRA 817-493-5148 sandrest9btrinitvra.vrg Designer Sam Barraca - Project Engineer AF-C'OM 972-735-3076 Sam. harraca@_A n.com Conslnlehon manager Project o►vner Trirnily River Authority of Texas Project name Hunlsvfle RWSS Expansion to 12 MGD General description of pr*cl- Add Cleaiwell and! Fdlrlrs to Wallm Pk1Mlt Project cost $16.724,134.12 1 Date project completed Key project personnel Project manager Project superintendent Safety manager Name I G4enn C;(w* Bill Bigham I Bill Bigham Reference contact inlomNklon (listing names indicates approval to con laFting the names individuals as a reference) Name TRW position Organization Owner Thomas Sanders Manager Construction TFLA Services Designer Constriction manager James Naylor Melly Logi ion Ptoiect Manager Project Manager Alan Plummer Associales TRA Telephone 917�93.51A8 817-805.1700 817.3w-94U3 August 2014 ❑uakty control manager Bill Bigham E-mail sandrCI lrir ityra.nrg inayrorOapaienv corn kelfylnt►Wtyra org ATTACHMENT A Y b 4. Current Projects and Project Completed within the last 70 Years Project owner I Trimly River Aulhority of Texas Project name I Phase N Fitter Improvements General description of project: Projed cost $7,024.296.00 Date project completed Key project personnel Project manager Projecl superintendent Solely rnartager Name 13en Howard Scott Way Scolt Lfty Refereme Contact informdllon *Ring names Indicates approval to conlacllAg The names indwiruals as a reference) Name Tillel position Organization Telephone Owner Thomas Sanders Manager Canstniction TRA 817-493.5148 Services Designer Jeff Coffey Engineer Alan Plummer Associates 817-806-1700 Construction Manager Project owner City or Dallas Project Paine I Sun bearn Junction Structure knpnoyeffe rlts General descto4 on of project•. Rehab+ltlation of an interceptor Junction 5tn.K re on main Waste Water Line ^ Projeet cost 32,000.040 T Date project completed Key proud peragnrrsl Project manna Project superintendent Safely manager i Nam emy Hayrx+s I Luis Aguilar I Charles Howard 1 Relerence contact information (listing names indicates approval to contacting the names individuals as it reference) Name T11W position Organization Tekrphvne Owner Arturo Hernandez Project Manager --- DVVU 24-629-7761 Designer Dave sclioster Project Engineer CH21110 HA 352-384.7167 Construction manager - — -- Pmod owner Trimly River Authority of Texas � Project narTrr_ I C:RVVS Solids hboagement Impm ernenis General description olprojb& kmWp new sledge pump station, new G8T and building, new gravity thickener Project cost _ — $17,984,000 1 Date project completed Key project personnel Project manager Project superintendent Safely manager Name Roy Ewen Ron Bray Charley Howard Reference contsct klformalion (listing names indicates approval to mtading the names individuals as a rererenre) Blame TilleJ position Organization Telephone Owner Thomas Sanders Manager -Construction TRA 817-493-5143 Services Designer Doug Varner Vice President CDM Smith 017-332.6727 C mWirucllon manager — -- — in Progress Quality control manager Scott I-Ney E-mail — s>indresf�l rinityfa.03 jr�ev�eapateny.�m Scheduled Apn12014 Qualify control manager Luis Aguilar - E-mail artoro. z@datlaELct .aU.norn Dave- Dort Seplernber 2015 QuaMy control manager Ben }Iowa rd Email �f�and=eststri rritlrl-&—om I vernerdl cdrn ATTACHMENT A A r N Attachment B Eagle Contracting, L.P. Project information Form Similar Projects which illustrate Organizations Capability 1) Jasper Neater Treatment Plant Expansion Major plant expansion with new owner 2) Diversion Pump Station Critical need water supply project completed in a timely manner. 3) Pump Station 13113B Project with high degree of difficulty and coordination. 4) Southeast Water Reclamation Plant Expansion High prof le project for Eagle's largest job in 23 years. 5) Denton Creek Expansion to 1 1.5MGD Textbook project for large water authority. G) Panther Creek Wastewater Treatment Plant Difficult Coordination of Existing Facilities. 7) EIm Fork Water Treatment Plant Challenging Schedule at Major Water Treatment Plant 8) TRA On Site Storage System Project Project Information Project Owner City of Wichita Falls, TX Project Name I Jasper Water Treatment Plant Expansion - - General description of project. Major Upgrade & Rehab of Existing Water Plant Demolition of existing flocked basins and total plant expansion and upgrade with new raw water pump station, new accelator, rehab existing accelator, new chemical feed facility, new backwash pump station, rehab all existing filters, two new sludge holding tanks, two new sludge mixing tanks, a new sludge press building, upgraded scada and associated yard piping. BudgetProject -d Budget histary Schedule performance Amount _ dt - date - Days Amon Bid $18,840.000.00 100 Notice to Proceed 9/14/2004 720 _ Change orders Contract Substantial Completion date at Notice to Proceed Owner enhancements $948,779.00 5.03 Contract final completion date at Notice to Proceed 813112006 720 Unforeseen conditions $237,195.00 _ 1.25 Change Order authadzed 5utmtantial Completion date Design issues 0 Change Order authorized final completion date 101212007 1117 Total $1,185,974.00 6.29 Actual estimated Substantial Completion date Final cost $20,025,974.OD 106.29 Aatual l estimated Final completion date 5/7/2008 1029 Key Prc]ect - Project Manager Project Superintendent Safety Manager Quality Control Manager Name Silly Haynes Ron Bray 100% Charles Howard Billy Haynes 5-10% Ba% Percentage of time devoted to the project, 80% Proposed for this project_ 5-10% 80% 90% 100% Did Individual start and complete the prgmV _ Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change, Reference contact information (I stng names indicates Name approval (a contactirg the names individuals as a Organization reference) Telephone E-mail Tiller position Owner _ (940) 761-7477 shawn.garcia(dwichitafallstx.= (940) 723-1455 tdh@g1@2y-corms Shawn Garcia Project Engineer City of Wichita Falls Corlett Proust & Boyd Designer Dean Hinton Engineer Construction_ Manager NIA NIA NIA NIA NIA Surety Brian Horan Bond Manager The Hartford (469) 287-1065 brian horan(Mthehartford.com Issues i disputes resolved orpending resolutim by arbitration, fitigatioribir dispute review boards Number of Not Total Amount Involved in Number of Not Total Amount Involved in IssuesNot Necessary Not Necessary I iIssues �a Necessary Resolved Issues Pending Necessary Resolved Issues ATTACHMENT 5 Proiect Information Project Owner North Texas Municipal Water District Project Nance Diversion Pump Station T T General description of project., Pump Station and Intake Structure with Associated Piping The work consists of construction of a 165 MGD elevated pump station on piers, 165 MGD diversion structure on the east fork of the Trinity River, installation of four vertical turbine pumping units [2 — 24 MG❑ and 2 — 48 MGD], installation of bridge structure, flow meter vault, 400 If 72" discharge piping and 450 If 78' intake pi Project Budget history Schedule performance Amount % of Bid Amount DOW Clays _ Bid $11,971.913 to Proceed 10/12/06 Change orders _Notice Contract Substantial Completion date at Notice to Proceed 11/27107 411 0 Owner enhancements Contract final completion date at Notice to Proceed Change authorized Substantial Completion date 3/28108 11027107 533 Unforeseen conditions $5095 .04 411 Design issues 0 _Order Change Order autttorizedfinal completion date _- 3128108 533 $5095 .04 475 Total Actual 1 estimated Substantial Completion date 1130108 Final cost $11,977,008 100-04 Actual I estimated final completion date 3129108 533 . Project Manager Project Superintendent Safety Manager ol Quality ContrMarra r Name �Arthi,ert Ben Lane Charles Howard Arthur Daugherty 509E 100% Percentage of tirne devoted to the project. 5-10% _ 5-10% Yes 20% Proposed for this project. 50% 100% 201% Yes Did Individual start and complete the project? Yes _ Yes _ If not, who started or completed the project in their place. Reason for change. ke!ererce approval .names Name Title) position Organization Telephone E-mail Owner }Cara Barnes Project Manager Project Enpinear NIA North Texas Municipal Water District (972) 442-5405 (817) 735-7300 NIA kbyrnes@_ntnwod-com t]esigner Alan Hutson Freese and Nichols N/A 1phQfreese.com NIA Construction Manager NIA Surety Brian Horan RQnd Manager The Hartford (469) 287-1065 j brian.hpran& eharlford.cam iss,_r.:5 I dispu!es resolvEw or -pending resalutioh by arbiVatio litigation a dispute review boards Number of Not Total Amount Involved in Not Necessary Number of Issues Pending Not Total Amount Involved in Not Necessary Issues Resolved Necessary Resolved Issues None Note Necessary Resolved issues Hone ATTACHMENT 13 Project Information Project Owner I Trinity Wrier Authority of Texas _ Protect Name Pump Station 13113E General description of project. The project consists of several' areas of work. The first being a new 50 MGD Pump Station 13 13 with vertical turbine solids handling pumps, piping, chlorination systern and MCC building. The next area is the replacement of pipe headers, valves and one pump in Pump Station 13. There were numerous pipelines and meter vaults installed to aid in peak flow distribution. We also installed numerous improvenmmis such as new sludge box, sludge flume isolation, Equalization basin improvements, 42" air piping additions, modifications and cleaning of Aeration Basin diffusers and piping. •rqec! Budget and Schedule Performance Budget history Y Schedule performance Amount % of Bid Dale Days _ _Amount Sid $23,554,796-00 Notice W Proceed 1013012007 Change orders Contract Substantial Completion date at Notice to Proceed 8/20/2009 660 Owner enhancements $226,984.00 0.96 Contract final completion date at Notice to Proceed 10/1 W2009 720 Unforeseen conditions $200,301.00 0.85 Change Order authorized Substantial Completion date 9QW2009 690 Design issues $177,051,00 0.75 Change Order authorized final completion date 1111912009 751 Total $604,336.00 2,56 Actual 1 estimated Substantial Completion date 9121/2009 B91 Final cost $24,159,132.00 _ 102.56 Actual 1 estimated final completion date 11/1912009 751 Key Prc�ect Personnel Project Manager Project Superintendent Safety Manager -- Duality Control Manama Name Roy Ewen Luis Aguilar Charles Howard Roy Ewen Percentage of time devoted to the project, 80% 100% 5-10% 100% Proposed for this project. 80% 100% 5-10% 100% Did Individual start and complete the project? Yes Yes _ Yes Yes If not, who started or completed the project in their place. — Reason for change - Reference cb-ritac't inforn-ation (listing names... - Name Title/ position Organization TRA Telephone (817) 493-5148 (817) 735-7300 E-mail $ar►derst@irinilyra,arsl rreeS-e.com ILO-oper-,;mith@freeS-e.com Owner Thomas Sanders Construction Services Manager Designer Trooper Smith Mike Uuer rY Project Manager — Freese & Nichols Construction Manager 9 Construction Services Manager TRA t072a 283-0Q?l3uerry{?trinityra.vrg Surety Brian I•loran Bond Manager The Hartford (469) 297-1066 WPn,Nx r0_ hartford.csm Issues I d1sputes resolved or pending resolutlon by arbitration, filigation or dispute review boards Number of Not Total Amount Involved in Nut Necessa Humber of Not I Total Amount Involved in I Not Neoessa ATTACHMENT & Project Information Project Owner City of WbWck, Texas Project Name Southeast Water Reclamation' Plant Improvements General Dncription of Project: The scot, or work for (his pgjed includes the following new work; Intermediate Sulwnersible Pump Lili Station with 1MLS Electrical Budding Primary Distribution Structure, Primmry Clarificr Wdedicated SludgrJScum Pump Station, Rinlogical Nuuicnl Removal (ON R)13asin with BNR Electrical Building, Secondary CInd roer wldedicaied Scum Pump, Cloth h'fedin FiItrot ion Structure for Mani's 3 & 4, UV Disinfection Sysiem Stricture for Plant's 3 & 4. Ferric Feed Facility, Site wort- including Concrete & Asplmlt Paying. This project also includes additions to existing Facililics- New Grit Removal & Screenings Equipment & Foul Air Ductwork in the l-leadworks Bldg. new RAS, WAS & Scum Pumps in the Secondary Sludge Pump Station, new Single Stags and KIM- StttFe Blowers in the Blower Bldg., nc►v Doubie 04w Sludge Pumps in the Solids Bldn., new PC Pumps in Primwy Sludge Pump Station 9I, Changing two existing Atraticn Basins to B N R Basins. tc%vurk two Seconds nt Clarifiers to add Scum Skimmers and Demolition of Filttr rluiIdin & Chtorim Contaet Basin, influent Lift Swfion end Wash water Detention Basin. Project Budget Budget history Schedule performance Date- — Bays Notice to Proceed _ 4r2f2008 Arrt�ml Amount Bid $43,520,000 100 _ Change orders Contract Substantial Completion date at Notice to Proceed 4 711J2011 Contract final completion date at Notice to Proceed 8f29f2011 Change Order authorized Substantial Completion date 10/6/2011 Change Order authorized final completion date 1211712011 1,185 Owner enhancements $289.407 &66 1.245 Unforeseen conditions $400.837 0,92 1,289 Design issues 5262,434 0,60 1.349 Total ___ -- $952,678 2.18 Actual / estimated Substantial Completion date 7/1912011 1,243 1 Final cost $44,472.678 102.18 Actual I estimated final completion date 8119/2011 1,234 Project Manager Su intendent Safety Manager quality Control Manager Name Glenn Grant _Erood Ron Bray Charles Howard Glenn Grant 5% to 10°�6 20°�° 5°% to 10% 20% Percentage of time daunted to the project. 100°�O 1170°I° Proposed for this project_ - - -- _ 100% Yes 1000/0 Did Individual start and complete the project? Yes Yes Yes If not, who started or completed the project in their place. Reason for change- - Ralerer-ce contact in�otmatjon (listing names indicates approval to contacting the blame Tilie! position names individuals as a reference) Drganizatio_n telephone E-mail City of Lubbock - (806) 775-2343 w.franklint-mail_ci-kthbock. x.us Black & Veatch (512) 448-25M rnith r by.corn ^` Owner Wand Franklin Chief Water Uhlilies Eng, Gary R. Smilh Senior Project Manager Designer Construction Manager NIA NIA Dnan Horan Bond Manager NIA NIA WA Surety The Hartford (469) W-1065 brian.h n ord-corn resolved or.pending resolution by arbitration,g . . a Number of Nat I Total Amount Involved in Number of Not Total Amount Involved in Issues ResolvedNecessary Pending J N Resolved Issues - Not Necessary Issues ecessary I Resolved Issues - Not Necessary ATTACHMENT B Project Information Project Owner Trinity liiverAuitrorily I Project Name Denton Greek Expansion to 11.5 MGD General description of project: The work consists of the construction of Influent Screeds facility, Influent tiff Station 43, Preliminary Treatment Unit #2, Aeration Basin #3, Blower Bldg 94, Final Clarifier Diversion Box, Final Clarifier #1, 2, 3, 4, RAS Pump Station #1, 2, Chemical Bulk Storage, Chemical Building, UV Disinfection, Plant water pumps with hydropneumeW lank, sludge holding tank #3, odor control facilities, effluent filters #2, 3, 4, 5, Modifications of STU 1 & 2 converted to Aeration Basins #1 & 2, add centrifuge equipment to existing dewaterin4 build in4s and electrical and instrumentation. Bid Owner enhancenvents Unforeseen conditions Design issues _Total Flnal cast Schedule performance - -- Amount % of Bid Amount - Notice to Proceed Date E 6/9/2008 Days $38,079.000 Contract Substantial Completion date at Notice to Proceed 5/30/2010 720 $182.649 0.48 Contract final completion date at Notice to Proceed 7/29/2010 9/19/2010 780 832 892 722 $136.857 0,36 Change Order authorized Substantial Completion date Change Order authorized final completion date Actual ) estimated Substantial Completion date S123,533 0.32 11118Q010 $443,039 1.16 6W2010 $38,522,039 101.16 Actual Iestimated final completion date 7/1/2010 752 Name _ Percentage of time devoted to the project. Proposed for this project. Did Individual start and complete the project? If not, .who started or completed the prayed in their place. Reason for chance. Project Manager Project Superintendent Safety Manager Quality Conl _ i Manager _ Arthur Daugherty _ Sieve Baker Charles I inward Arthur Daugherty 75% _ 1 DO% 5% to 10% 20% 75% 100% 5% to 10% 20% Yes Yes Yes Yes Name Titlel position Owner Ttivmas ga,,Wers Construction Services _ Manager Designer JeFf Cafley Project Engineer Construction Manager Mike Querry Construction Inspection Supervisor Surety Brian I loran Bond Manager r - . -■ Number of Not Total Amount Involved in Not Necessary i&&. . r2arir.l.rarl Alnnnrr+ , Dar 1l 4 1—h— Organization Telephone E-mail trinity'River Authorily (817) 467-4343 sanderst@trini7ya.o�r (817) 805-1700 aienv.com Alan Plwnmet S Associates Trinity River Authwily (972) 263-0076 UueI ry&jin' or The Hartfard {469] 287-10635 0rian.horan . thehartf_ d cam Number of Not ITotal Amount Involved in Not Necessary Issues Pending Necessary R solved Issues ATTACHMENT 8 Project information Project Owner North Texas Municipal Water District Project Name Panther Creak N1VVTP Expansion Generat Description of Project; Install my Final C1adPier, Sccondary Clarirks, Nev Filters, New Wor Control System, Nnv Sludge Pump Station, New UV System New Raw Se►var Fvt bid Change ostlers Owner enhancements Unforeseen condilions Design issues Total Final cost Amount $17, 992, 706 100,167 100,167 0 100,167 $18,092,873 Bid Unt 100 .56% .56% r6% Name - - Percentage of time devoted to the project. Proposed for this project. Did Individual start and complete the project'! If not, who started or completed the project in their place. Reason for change. Owner Designer Consirudion Manager Surely - ■ r ■ r NLJmber of 0 Issues Reso,ved Schedule performance Date Days Notice to Proceed 3125/2009 M Contract Substantial Completion date at Notice to Proceed 2/1312011 690 Contract final completion date at Notice to Proceed 31IW2011 720 Change Order authorized Substantial Completion dale 2113/2011 690 Change Order authorized final completion date 3115/2011 720 Actual 1 estimated Substantial Completion date 2J1312011 690 Actual 1 estimated final completion date 3/192011 720 Project Manager_ Ray Ewen Project Superintendent Safety Manager Pat Kolb 100% ❑ualky Control Manager Bill Bigham Pat Kolb 100% 100'Ie 100% 100% 100% TYes 1100% 100% Yes Yes Yes Name Title/ position Jeff Ray Project Manager Jeff Sober Team Leader Nora] - Ray Watson 11Acrnunt Rep Total Amount Involved to 1 0 Resolved Issues Organization Telephone Nartti Texas ~ MA42.5405 Garver 972-377-7480 Mullis.Newby Hurst J 972-201-OIOD Number of Total Amount In% Issues Pendinq 0 Resolved Issues E-mail rwstsonAmnhins.com in 1 0 ATTACHMENT B Project Information Project Owner City of Dallas Project Name Elm Fork WTP Major Maintenance General Description of Project: 72" Bypass line. 4 Meter & Valve vaults, New Lirneslaking 5ynern, Replaccn=t of Sludge PurnM Modifications to the axons Buikling VenuhKion System, Replacemerd of s chemical Its nod hfadificatioru of Chemical l3uildin fl4oditica6ons to Ragid Mix and Sedimentation IIasins and Drain Box arrd Madi[icativas to Site i'avfn Insirumentation and Secant � i4lodifsmions. "Jr. •Budget Budget history Schedule performance Amount % of Bid Date Days Amount Bid $15,195,000 100 Notice to Proceed 10l2512011 707 Change orders Owner enhancements 2,268,750 14.92% 14.80% Contract Substantial Completion date at Notice to Proceed Contract final completion date at Notice to Proceed 10101/2013 707 2.248.787 1010112013 707 Unforeseen conditions 0 0 Change Order authorized Substantial Completion date 10/0112013 707 Design issues Total 17,963 _ .12% .56% Change Order authorized final completion date Actual 1 estimated Substantial Completion date 1010112013 09/23/2013 707 100,167 700 Final cost $17,461,750 Actual 1 estimated final completion date 0912312013 lot] ProjectKey ■ Project Manager Project Superintendent Safety Manager Qualdy Control Manager Damon Brooks Charles Howard Billy Haynes Name Silly Haynes Percentage of time denoted to the project. 1004� i00°/o 2596 1a0°Io Proposed for this project. Did Individual start and complete the project? _ Billy Haynes _ Jimmy Innis Charles Howard Billy Haynes Yes No Vas Yes _ ifrrot, who started or completed the project in their place Reason for change, Damon Brooks Supt. Quitff - rapproval■ Name contacting the Title/ position names individuals as a reference) Organization Telephone 214-948-4225 972-419.0335 E-mail I'rsa.lawell ,.dallascilyhall corn r tari_soni�arcadis us.Cgm Uvmer Lisa Jowell Project Manager DANU Designer Construction Manager Chelan Sand David Grauvogl Project Manager Malcolm Pirnie Project Manager Account Rep Jacobs Engineering 404-5394756 David grauvogl@dli$com Surety Ray Watson M„llis,Newby f lurst 972.201-0100 rwatson nins.aom I Fi F; ..jes I d i sp utes resoWd & pend Number of Issues Resolved 0 ing resul dtion by arbitration, rival in Total Amount In Resolved Issues lit gation or dispute review boards Number of Total Amount Invoed in lv 0 Issues Pending0 Resolved issues D ATTACHMENT B Project Information Project Owner I Trinity River Authority General Description of Project: CorArucl On -sire Storage Basins, 2OOa LF or tunnel wkh %" carrier pipe, lunetion Box, Smoclute, Slormwater Pump Slalion. EWetrical Build in& tleadworksCate Re lacemcnts. �J.,oiect Budget and Schedule Performance Budget history I Schedule Bid Change orders Owner enhancements Unforeseen conditions Design issues Total Final cast Name Percentage of time devoted to the Amount $41,854.699, 00 870,890.66 _ 53I3,664.64 183,204,80 157, 021-22 B70, 090.66 $42, 725.589-66 Name I On Site 100 Notice to Proceed _ 2% Contract Substantial Completion date at NaGce to Proceed 1.3% Contract Final completion date at Notice to Proceed A% Change Order authorized Substantial Completion date _3% Change Order authorized final completion date 2°% Actual 1 estimated Substantial Completion date i 2% Actual 1 estimated Final completion date Project Manager Project Superintendent Safely Mai Date 0111012011 Days 1000 910 07l0812013 10106/2013 1000 01/16/2014 1102 0411WO14 1192 01/16/2014 1102 0211WO14 1132 Qualify Control Manager Roy Ewen Bill Bigham Charles Howard Bobby Valdez 100% 1 O0°!0 15% 10411/0 Proposed for this project. 100% - 100% 15% 1 100°% Did Individual start and complete the projects Started Yes Yes If not, who started or completed the project in their place. Ron Bray _ Yes Reason for change.Bill went to another Name Titlef position Organization Telephone E-mail Owner Thomas Sanders Constiruction Manager Trinity RivwAulho(#y 817-467-1343 �andBrSt�lrinityra-pro Designer Gennady Bocksiner Project Manager Freese & Nichols 214-217-27-24 ub�fre�se.�l Construction Manager Surety Ray Watson IAccount Rep Mullis,Newby Hurst 972-201-131D0 rwatsont8lmnhins.com Number of 4 Folal Amount Involved in 7 Number of Total Amount Involved in Issues Resolved Resolved Issues 0 Issues Pending 0 0 Resofyed Issues ATTACHMENT 6 Attachment C Eagle Contracting, L.P. Projects that Highlight Experience Glenn Grant 1. Southeast Water Reclamation Plant Improvements 2. Muddy Creek Wastewater Treatment Plant Expansion 3. Dallas Greenville Pump Station Improvements Billy Haynes 1. Dallas Southside Digester Additions 2. Jasper rater Treatment Plant Modifications 3. MIMS Water Treatment Plant Expansion Ran Bray 1. Southeast Water Reclamation Plant Improvements 2. Muddy Creek Wastewater Treatment Plant Expansion 3. Jasper Water Treatment Plant Modifications Damon Brooks 1. Elm Fork Water Treatment Plant 2. TRA Coarse Screen Improvements RESUME Glenn Haywood Grant 530 Rosedale Street Highland Village, Texas 75077 (972) 317-9790 EDUCATION: Texas A & M Univers%ty - College Station; Texas B.S. Building Construction - 1976 WORK HISTORY: Eagle Contracting, L.P. 2002 t❑ Present Project Manager $16.724,134 - Huntsville Expansion to 12 MIGD Huntsville, Texas Project Manager Owner: City of Huntsville Contact: Thomas Sanders 817-467-4343 Engineer: Alan Plummer & Assoc. Contact: David Gudal 817-806-1700 $43,921.064 - Southeast Water Reclamation Plant Improvements Lubbock, Texas Project Manager Owner: City of Lubbock Contact: Soo Soon Phone: 806-775-2344 Engineer: Black & Veatch Contact: Laura Straton Phone: 214-570-7076 $6,388.000 - Muddy Creek Wastewater Treatment Plant Expansion Wylie, Texas Project Manager Owner: NTMW❑ Contact: Bobby Greer Phone: 972-442-54135 Engineer: Lockwood, Andrews & Newnam Contact: Wendy Martinez Phone: 214-765-8788 $9,954,000 - Greenville Pump Station Improvements Dallas, Texas Project Manager Owner: City of Dallas Contact: Randy Edmonson Phone: 214-948-4572 Engineer: Turner, Collie & Braden, Inc. Contact: Robert Reach Phone: 972-735-3070 $7,184.230 - TRA Central Headworks - Bar Screen Replacement Grand Prairie, Texas Project Manager Owner: Trinity River Authority Contact: Thomas Sanders Phone: 817-467-4343 Engineer: Camp Dresser McKee, Inc. Contact: Ron Tamada Phone: 817-429-9240 Page 2 $1,153,095 - TRA Central Effluent Line Repairs Grand Prairie, Texas Project Manager Owner: Trinity River Authority Contact: Thomas Sanders Phone. 817-467-4343 Engineer: Freese &Nichols, Inc. Contact. John New Phone: 817-735-7426 Craig, 5he_ffIeld and Austin, Inc. 1995 to 200 Estimator and Project Manager Glenn Haywood Grant $4 million - TDCJ Coffield Prison Unit Wastewater Treatment Plant Tennessee Colony, Texas Project Manager Owner Contact: Charlie Cox (Retired) Phone: (915) 685-6127 $3 million - Lampasas Wastewater Treatment Plant Lampasas, Texas Project Manager Engineer: The Wallace Group Contact: Jahn Winkler Phone: (254)554-5959 $2.9 million - Overland Trail rump Station Improvements Colleyville, Texas Owner Contact: Russell Bruce ?hone: (817) 577-7587 $6.9 million - TRA Huntsville WTP & Raw Water Pump Station Improv. Huntsville, Texas Engineer: Alan Plummer Associates Contact: David Gudal Phone: (817)284-2724 $1.2 million - Tenaska Settled Water Pump Station & Storage Tank Huntsville, Texas Engineer: Alan Plummer Associates Contact: David Gudal Phone: (817)284-2724 Lambda Construction Cam an 1994 to 1995 Estimator and Project Manager Basic Constructors. Inc. 1984 to 1994 Vice President $2.9 million - Waco Metropolitan Area Regional Sewerage System Biosolids Dewatering and Drying Equipment Engine Driven Electric Generator, Variable Frequency Drives Waco, Texas Project Manage#Estirnater $5.77 million - Conroe Wastewater Treatment Plant Conroe, Texas Project Manager $1.3 million - Shenandoah Wastewater Treatment Plant Shenandoah, Texas Project Manager $2.6 million - Jacinto City Wastewater Treatment Plant Jacinto City, Texas Project ManagerlEstimator $4.2 million - Harris County H5❑ #51 Harris County, Texas Project Manager $.5 million - Reid Road Generator Houston, Texas Project ManagerlEstimator $3.2 million - 69th Street Wastewater Treatment Phase 11 Houston, Texas Project ManagerlEstimator $1.2 million - Charterwood Wastewater Treatment Plant Houston, Texas Project Manager $1.2 million - Livingston Wastewater Treatment Plant Livingston, Texas Project ManagerlEstimator $3.5 million - Temple Wastewater Treatment Plant Temple, Texas Estimator $1.2 million - Northgate Crossing MUD 1 and 2 Harris County, Texas Project ManagerlEstimator $.10 million - Reynolds Aluminum Plant Addition Houston, Texas Project ManagerlEstimator $11 million - Southwest Wastewater Treatment Plant Expansion Conroe, Texas Project Manager/Estimator Slily Haynes pxrW utalicn al Into--: aharl date of Birth A4uw 9 1950 Graduated 4 gh Stihoal - BastraD, Lousiana 1968 CC,'lege - Northeast : Curs 3na Umversily 1956 - 1972 Mamed - four childmn t 972 - 1974 Fmolovment H stay Hensel Phelps Construction Cor11t?any -Field Englnaer $40 miIIiar- -- Uniyersay of Texas at -Da Gas • Rirrha•ason. Texas 320 m i I I ar. - Aroce Cracker Baking Far -,lily • Gree.nyi le, Texas 1974 - 1976 Earrow Camngny • ProtRr En9lnuar 510 mil.icn - R D. Morrow Sr Gereratirg Plant - Purvis, Al mssippi Owner - South I -A mii muppi Meta Power A66ocialion Engineer- ©urns & NcDannd 1976 - 1981 Power 8u1lder5 - Protect MAUdgWLSupe11nt8ndent $1 5 million - Slackcum. Road Pump Station - Garland, Texas Owner - City 0 Garland, Tcxas Engine - HDR S 5 m II -an • TXI Ce.'nent Plarl • M.d;athian, Texas 52 mi'lian - Bel twood Pump 5taton- Add:san, Texas Owner - C V a' D i3 ll an. Texas 1981.1982 Ryan Construction Company —Field Engtt2ouL $60 million - Xnerican Eidiner, Terminal Exparm - 0FYY Airport 19B2 - 19d5 r f SuperIntendon $2 mi'lior-Cool:ng Water Prmp 5Ira licn - Fc-t Wc.-tti Texas Owner - General Dynan::s Engineer- Freese and Nic7ols, Inc Vanous 5"1 O p..fects & ti.`l wall warehouses S5 Mil. ion- Water Trealrnen: Plant - Euless. Texas Owner - Tnnily River Authority Engineer - K-nD Yttur, Eng-:sh & Flowers. :988 - 1999 Cp)yn CQatrat: m jnc_:�oleGihlanuaer 510 million - Nldson Creek Waslewaler Trea[mert Plar:l • Lucas, Texas Owner - North sexes 7 urkipa' Waler Distn--t Engineer - Black & Veatch 311 -riE on - Rocky River Wastewater T reaiment P,ar11- AnCerSan, S.C. Owner - Cry of Anderson, South Carolina Engineer- Des gn South Prole ssbonal5 $14 nillron - Water Treatment Plant - _I mMsviile, Texas Owner - Upper Tnn•ty Regional Wale, District ENireer • CH2M KII, Inc �H Con t{tcta Ire. - 9uRaintendent S3 5 mil;nc,n - VIM sIewater Treatment PIarr. - Fort Agnur, Texas Owner - Ci:y o` Par Arthur, Texas Engineer -TCB Inc. 53 mi:lion - Heating 6 Cooling Uti-pity Tunne.'s - Arlington, Texas owner- University of Texas $16 million -Village Creek Wastewater Treat Plant Exp. - Fort vvoM. Tx. Owner - City of Fort Worth, Texas Engineer -Freese and Ni&aIs. Inc $1 5 mlt.'ion - Village Creek W.W.T.P. Loves Work - For' Worth. Texas Odder - City of Fort Worth, Texas Engineer- Freese and Nichols, Inc s11 million - Village Creek W W.T-P. Digester Rehab - Fart Worth, Texas Owner - City of Fart Worth, Texas Engineer- Multatech Engineers Caiun Contractors. Inc. - Dafl;vjArea ManagerlVice Presldenn 59 million - Village Creek W.W.T.P. Digester rehab Phase II Owner - City of Fort Worth, Texas Engineer - Multalech Engineers $19 millian - Haskel Street Wastewater Trealment Plant - El Paso, Texas pwner - City of =1 Paso, Texas Engineer - Brown & Calawell $17 mi Jon - Wastewater Treatment Plant - Lawnan Oklahoma Owner- City of Lawton, Oklahoma Eng inee., - CH2M Hill 53.5 million - Water Treatment Raw Water Pump Sta. - Tulsa, Oklahoma Owner - City of Tulsa, Oklahoma Engineer - Montgomery Watson, Inc. 53 million - NJastawater Treatment Plant - 9roken Arrow, Oklahoma Owner - City of Tulsa, Oklahoma Engineer - Greeley 8 Hansen $5 mil lian - NorthlSouth Holly Water Treatment Plarit - For Worth, Texas Owner -City of Fort Worth, Texas Engineer- Freese and Nichols, Inc. $5 millian - Water Treatment Plant Expansion - Tulsa, Oalahcma Owner - City of Tulsa. Oklahoma Engineer - Montgomery Watson, Inc. 53 million - Iniel Sewer Lift Pump Stan ons - Fort Worth, Texas Owner - City of Fort Worth, Texas Engineer - Black & Veatch $3 tttillion-Southside Wastewater Treatment Plant - Dalias, Texas Owner - City of Dallas, Texas Engineer - CH2M H!:I, Inc. Various smaller projects 1999- Eagle Contracting, L.P. -Pro eet Manager $9.5 million - Bachman Water Treatmem Plant - ❑allas. T exa5 Owner -City of Dallas. Texas Engineer - Chiang, Patel & Yearby, Inc. $4,7 mdfion - Q.N. Stevens Wa'er Treatment Plant - Corpus Christi, Tx. Owner - City of Corpus Christi Texas Engineer - Smith, Russo & Mercer $18.5 million - Rolling Hills W.T.P„ ozone Facility - Fort Worth, Tx. Owner - City of Fart Worth, Texas Engineer- Camp, Dresser & McKee and Freese 8 Nichols S26.2 million - Southside W.W.T.P. Digesters 11, 12 613 - Dallas, Tx. Owner - City of Dallas, Texas Engineer - CH2MHIL- $8.1 mititw - Scuthsive W.W,T.P. Dioesters 9 &10 - Dailas, Tx. Owner - City or Dallas, Texas Engineer - CH2MHILL $18.a million - Jasper W_T.P. Renovations & Acditions . Wich.ta Falls. Tx. Owner - City of Wichita Falls, Texas Engineer - Corlett. Probst& Boyd and CDM $3.5 miil'ion- Lake Kempf Headq:sarters Road Pump Station • Wichita Falls, Tx, Owrrar- City of Wichita Falls, Texas Engineer -Corlett, Probst & Boyd $9.6 million - Mims WaterTreatmen: PlantExpansion-Avinger, Tx.. Owner- Northeast Texas MunicipaI Water IN strict Engineer - KSA Engineers - Longview Texas .2.4 million - Lake O' Tne Pines Water Supply Project - Orr City . Tx., Own e► - Nanheast Texas MundpaI Water District Engineer - KSA Engineers - Longview Texas $14.6 million - MacArthur Pump Station - Irving , Tx„ Owner - City of Irving, Texas Engineer - ftifalcalm Pimie, Inc. Pr_ oiect Ronald Dray Project Superintendent Eagle Contracting, L.P. February 2004 to Present Eagle Contracting, LIP, Project Superintendent on the Seuthside Digesters 9 & 10 in Dallas, Texas, Jasper Water Treatment Plant in Wichita Falls, Texas, Muddy Creek Wastewater Treatment Plant Expansion in Wylie, Texas and Southeast Water Reclamation Plant in Lubbock, Texas. 1999 - 2003 Peter Kiewit Construction Mechanical Superintendent for various projects in Texas and California, 1996 —1999 Compania Minera Zaldivar 1994 - 1995 Area Manager (Piping/instrumentation/Mechanical) for various projects in Chile, South America. 1995 — 1996 Placer Dome Technical Services Area Manager (Piping and Mechanical) for various projects in Papua New Guinea. 1979 — 1994 Owner/Manager Small Business Construction in Queensland, Australia. Various Commercial and Industrial Piping projects. Project Experience Location Southeast Water Reclamation Plant Lubbock, Texas Modifications and Additions to the Existing Wastewater Plant to Increase Current Capacity Contract $44,787,635 Project Superintendent Muddy Creek Wastewater Treatment Wylie, Texas $ 8,388,000 Project Plant Expansion Superintendent Additional Facilities Required to Increase Plant Capacity to 10 MGD Jasper Water Treatment Plant Wichita Falls, Texas $19,417,562 Project Modifications Superintendent Replacement of Treatment Facilities, Renovation of Filters and Addition of Sludge Treatment Facilities Dallas Southside ❑igestem 9 & 10 Dallas, Texas $ 7,866,0100 Project Addition of Two Digesters to Facility Superintendent Ronald Bray jContinued] Wastewater Treatment Plant California $53,000,000 Mechanical Expansion Superintendent Construct New Digesters, Gallery Piping, Digester Piping, Yard Piping and Equipment Installation Pre -Screening Plant Chile, South America $ 9,000,000 Area Manager Piping and Mechanical Flotation Plant Chile, South America $20,000,000 Area Manager Piping and Mechanical HDPE Bio-Leaching System and Chile, South America S35,000,0flD Area Manager Facilities Piping and Mechanical Sag Mill, Ball Mill, Flotation and Papua New Guinea $120,000,000 Area Manager Leaching System Piping and Supervision of Piping Installation Mechanical/ Quality Control and Start Up Commissioning Superintendent Copper Mine and Processing Facilities Chile, South America $575,000,000 Area Manager Construct Reverse Osmosis Plant Piping and Run pipeline 24" X 90 miles Instrumentation Pipingllnstrumentation Installation Damon E. Brooks 2682 FM 3028 Whop. Texas 76066 940-e52•B247 E•mol address: dorooksI9294gmaL'.corn Objective To obtain long term position with a stable and sustainable organization seeking an experienced and dedicated employee, with vast knowledge, contacts and background within the industrial construction industry. Experience Strong client negotiator. Proven record of project completion - Thirty -two (32) years' experience within the commercial and industrial construction industry, which includes but not limited to: Protect 5u erintendent June 2011-May 2012 Pepper -Lawson Water Works, TRA Central Wastewater Treatment Plant. Dallas, Texas 75212. • Project Superintendent responsible for all activities related to 23 Million Dollar rehabilitation project. ■ Supervise and schedule all self -performance work and field crew. ■ Supervise and schedule all sub -contractor work and performance. Responsible for budgeting and payroll ■ Manage field staff and hiring needs_ • Manage equipment and material procurement and maintenance. ■ Supervise and responsible for all safety oversight on project. • Manage weekly schedule and staff meetings, • Maintain daily, weekly, and monthly reports as required. • Responsible for all coordination and communication with owner's representative • Coordinate and oversee monthly owners meetings. • Coordinate submittal and approval process v►ith vendors and suppliers. • Coordinate all deliveries and inventory control Project 5uperintendentlProIect_Manager March 1999-May 2011 Archer -Western Contractors, Ltd. Arlington, Texas 76006 Project Manager for Commercial build out and Data Center construction for projects ranging froml million to 6 million in value. Project ManagerlProject Superintendent over multiple water and waste water plant projects from 1 million to 50 million in value. Education Glen Rose High School Glen Rose. Texas 76043 1976-1979 Graduate. Licensed Journeyman Electrician 1981 Licensed Master Electrician 1991 ❑SHA 30 Hr. Competent person all disciplines. References On request. RESUME Charles Howard 3724 Treemont Court Colleyville, Tx 76034 (817) 7B8-3012 BORN; Council Bluffs. Iowa - January 18, 1956 MARRIED: Diane - March 25, 1972 CHILDREN: Andrew, 26; Benjamin, 24; Megan, 21 EDUCATION: University of Nebraska, Omaha, Nebraska Bachelor of Science in Construction Engineering Graduated with Distinction Member, Phi Eta Epsilon scholarship Frat. Awarded tuition scholarship Additional Training., Dale Carnegie Effective Speaking and Human Relations, 6185 Graduate Assistant, [Dale Carnegie, 6186 EMPLOYMENT HISTORY: F & P Builders Council Bluffs, IA Framing and Finish Carpenter Pennsylvania Gas & Water Co. Wilkes Barre, PA Instrument Work and Rodman Martin K. EbV Construction Co, Inc. Wichita, KS Field Engineer OPPD Power Plant. Nebraska City; NE Contracts: September 1971 - September 1972 Summer 1974 Summer 1973 October 1976 - January 1979 $8.5 million intake structure, $1 million precipitator, $3 million electrical duct bank. Intake involved 15,C00 CY structural concrete, including 1800 CY & 1200 CY foundation placemen Precipitator included erection of 180C Tons of structural steel. Martin K. Eby Construction Co., Inc. (CONTINUED) Field Engineer and Assistant Superintendent Clarence Cannon Dam Army Corps of Engineers, Hannibal, MC Contract: January 1979 - July 1981 $12.5 million hydroelectric power plant. Included S17 million owner -furnished equipment, extensive change orders, delays, labor disputes, strikes, and weather problems. 13,000 CY embedment and structural concrete as well as erection of heavy equipment. Superintendent City of Dallas Public Works Dallas, TX Contract: July 1981 -August 1983 $6 million Memorial Drive Bridges and access roads. Work included 600 CY placement of a passenger car bridge and 1200 CY placement of a six -track railroad bridge over Memorial Drive. Railroad bridge built on the existing main line through Dallas for 7 railroads while maintaining norrr rail traffic. Superintendent August 1963 - April 1984 City of Fort Worth Water Department Fort Worth, TX Contract; $3 million Misc. Improvements Village Creek WWTP. Work included additions to blower and bar screen buildings, replacement of 2 digester lids and installation of new grease handling building an process piping. General Superintendent City of Dallas Public Works Dallas, TX Contract: April 1984 - August 1984 $2.5 million Peaks Branch Channel Improvement. Work included lowering and widening of 3200 L existing drainage channel, widening of 3 bridges and related water and sewage relocations. Project Manager DIFW Area Project Peaks Branch Willow Lake Singleton Blvd. Wilma Lane 54" Joe Pool Intake 1-30 - Loop 820 Reunion Bridge Village Creek WWTP Hebron Pump Station Mosier Valley WTP Skillman Bridge Central Fast Track Skillman Drainage Scuthside Sludge Red Oak WWTP UTA Bridges Achievements; Project List (July 1984 - June 1990) Owner City of Dallas City of Fort Worth Dallas County Trinity River Authority City of Midlothian Texas State Dept. of Hwy. City of Dallas City of Fort Worth Denton Co. Rec. District Trinity River Authority Texas State Dept. of Hwy. Trinity River Authority Dallas Water Utilities Dallas Water Utilities Trinity River Authority Texas State Dept_ of Hwy. Incomplete as of June 1990 August 1984 - dune 1990 Volume million 2.5 1 7.7 2.9 2.6 25.6 1.8 5.4 1.4 3.4 2.8 8.3 2A 1.6 5.5 5.3 Increased estimated profit by 40% on over $80 million of work during my tenure. Elected) as an officer of the company (Assistant Secretary) - March 19B5. Page 4 Charles Howard Eagle Contracting, L.P. Keller, TIC Project Manager Project Hackberry Pump Station Wicker Street Reservoir Clyde WWTP Park Cities Filter Renovati( MTL Foundation Preparatic Ovilla Tank Foundation Seymour W1NTP Park Cities Clarifiers Hillsboro WWTP Glen Rose WVVTP Bridgeport WVHTP TRA Water improvements Willow Creek WWTP Hamby Treatment Plant Corpus Christi Filters Park Cities High Service P Denton Creek WWTP South Holly Filters State Fair Foods WW Pre - Midland' 1NPCP Expansion Project List Contract Amount 539,830.00 2,058,251.00 1,315,075.00 643,000,00 240, 570.00 50,150.00 1,579,425.00 602,815.00 2,141,260.00 1,423,267.00 1,802,536.00 4,274,359.00 2,268,972.00 3,914,340.00 6,745,853.00 1,232,450.00 6,172,644,00 6,202,880.00 $147.566, 00 $12,194,575,00 Vice President of Construction October 1990 to October 1995 November 19M to June 2000 President July 2000 to Present Attachment D Eagle Contracting, L.P. Organizational Approach Eagle Contracting, L.P. has always believed in placing our personnel in the best possible position to succeed and then supporting them with whatever resources are necessary to insure their success. Our success over the years with subcontractors and suppliers stems from the limited use of organizations we have a track record with and know will be able to perform. The project will be kept on schedule through the use of a three week rolling schedule with weekly meetings with appropriate plant, city and engineer personnel. The overall schedule will be updated monthly and the work schedule and pace will be adjusted accordingly. Unlike most large construction companies, Eagle Contracting, L.P. conducts internal monthly financial reviews. Project budgets are updated on the same basis and this information is shared with all appropriate individuals from the jobsite to the surety. Eagle Contracting, L.Y. feels that our position on any given project is similar to that of the owner's employee. Our success and reputation depend on providing a duality project, in a safe manner. One way we accomplish this is to limit our use of "or equal" materials and equipment. We look at each project as a partnership between contractor, owner and engineer. Alt8chment Q Changes can always be points of contention, but on projeots of this magnitude and complexity, are necessary. Our experience tells us that long drawn out negotiations and insistence on inclusion of minor or frivolous changes are counterproductive and slow down progress. Our success in eliminating this sort of disruption is illustrated by the fact that Eagle Contracting, L.P. has never had to resort to arbitration and have always been able to maintain a reasonable completion schedule. Our equipment fleet, while small compared to some of our competitors, contains equipment we find necessary on most all projects we perform. This keeps our equipment busy and our cost down, two essentials for a healthy equipment fleet. For large cranes and other equipment needs we have excellent relationships with quality equipment suppliers all over the state. Attachment E — Acme Electric COKTRACTOR5 S'TATPMENT OF Q1l ALIFICATIONS Individual coca wors and joint ►•cntures Sub minirig a bid MUSE crrmplete the following evaiuntron information fear the Projnot. Joint ventures shall ire composed of not more than nvc firms acid each firm rrmusi complery separate evaluations. Evakration [nformauon wusr be subminod at time of bid stibrainal- Failure to submit thu fo[lowing, Budder Evaluation information may result in the OWNER considering ilte bid non -responsive and result in rejection of the bid b) the 0WNICK. Bidders arc to provide any add iIJ wal Information requested by the 0%VNER. In etiaiumin.g a firm's qualifications, the following mtyor factors will be considered: A. MAI,+ C L CAEABILrry: For this project, the CONTRACTOR'S financial capability to undertaKe tits project will be deter:rined by the CONTRACTOR'S ability to secure bonding satisfactory to the 0WNER, Do theorganization and key ne:snnrtel Inv: appropriate technical experience on sirniin- projects? C. SAFETY - Does the orpniantion saress and supper[ safety as an important function of ifw wort, process? D. QUAL,7Y OF WORK, (I) Does the organization Itavc a cammitinent to qustfitr in every' fa"t of their work - the process as weft as the product? (2) Does the organiaition have a writin n quality philosophy andlor principles that exciiip[ifoes their work'? If so, subnti,, as Annwhmgnt "A". (3) Has this organization ever remived an award or been recognized for doing "quality" wore: on a project? If so, give details under Atrac oni "A'. (l) Does the organamior. have a comanittrmnt 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 qualificntions and reserves the right to roquire the submission of additional inforrmwtioa. The qualifications of it firm shall not deprive the 0%k Nf~R of the right to accept a bid, wftich 1n its jud;esment is the lowest hind best bid, to reject any and a[i bids, to waive irregularities in the bids, or to ►vjw nonconforming, non- respansive. or coWiti xml bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of [he OWNER changed the qualifications or respom ibil i ly of the firm, Maicrial misstatements on Ux qualifications forms may be rrtxutds for rejection orthe firm's bid on this project - Any such misstaterm r K if discovered afler award of the contract to such firm, may be graunds for immediate lermination of the contract. Additiona I ly. the Grm will be Isable to the O WNE,R for any additional costs or damages to the OWNER resulting from sna missraiemenm including costs and anomey's fees for colt :ding such costs and damages. Coinpiete the folowing information for vow organization: IcME LECTRIC 61l1lpa v ELECTRICAL CDNTRACTORS City of Lubbock h'W Water Reclamation Plant Bid RFP 2014-12048-TF Bid Proposal - Contractors Statcment of Qualifications A. FLNANCIAL CAPABILITY — Acme Electric will secure all necessary bonds, including a bid bond and then any required payment And performance bonds. B. EXPERIENCE — Acme Electric has been in business since 1959 and has been consistently recognized as a "Top 600 Specialty Contractor" by ENR Magazine. In the early 1990's, Acme opened a water treatment/pump station division. In terms of experience, Acme has decades of work time devoted to the understanding of the engineering and environmental practices of water treatment plant technoiogy. That understanding directly transiates into the quality construction offered by Acme's prq'Iect management. C. SAFETY — Most companies realize the importance of a safe and efficient workplace. Acme has strived to go beyond basic requirements and provide training and support that exceeds expectations. Most recently, Acme Electric has taken advantage of rrmning opportunities and PPE vending offered through third pa-ty suppliers. This training brings employees up to date on the latest OSHA and NFPA70E changes while the safety gear vending ensures that all our employees have the proper PPE. D. OUALITY OF WORK — Acme Electric has a reputation for quality work. This has come after years of diligence, communication, and plain hard work. It would he easy to became complacent and rely on that reputation, but Actnc realizes how quickly things change in this industry. Acme works to build on its good reputation and part of that is `airing people committed to the company philosophy. See "Attachment A" for employee handbook pages outlining the basic tenets. One example of quality process leading to quality product was recognized by the Independcrit E1ect::ical Contractors (IEQ during the 2012 national awards. .Acme Electricas submitted project for the University Medical Center East Tower Expansion was named as a finalist for "National Award for Excellence in Electrical Contracting." "Attachment A" includes an endorsemcn! form and photos from the projcc'. incorporated into an IEC publicity poster. E. CONFORMANCE TO CONTACT DOCUMENTS — Acme Electric Company, a family -run business. has been working in the construction industry for over 50 years. Part of Acmc's success is driven by the commitment to client service. Acme takes all contract agreements as the beginning of a successful business relationship. In order for that relationship to thrive there must oe good communications, qualified input, and in this case, the ability to adapt to an ever evolving consvuction industry. The ultimate goal is to create a work environment where an owner's expectations, an engineer's specifications. and the contractor's managctncnt come together as seamlessly as possible. wu) U-- e2nu ;,frtor L_t+taYxack,'Tttxwa TAnd,: (8010) Frost tFk(34,) 7a.'.,• �5�1: ATTACHMENT "A" (PAGE Iof 5) (Written Principlas1Philcsop1iy) Welcome to the Acme Electric Company Family Our Acme Electric Family Is comprised of our corporate office located Ir Lubbock, Texas, and our branch off lee located in Fort Worth, Texas, We e15a haVe a satellite iocatlon In San Angelo, TX. We wish to take the time to welcome you and extend our very best wishes for a successful ca- reer wlthfn our organization. Acme Electric Co. employees and their welfare are very important to the success of our company. Our long-range objec`Jve Is the continuous develc men: of a grow- Ing and prospering business through which both the employees and the com- pany will benefit. Every employee is con- sidered a member of our company team. Our success as a company is bulit on the recognition of the skills and efforts made by each employee. We also believe a well -Informed employee makes the best employee, This guide wl11 provide you with our mission statement, policies, procedures and benefits. It and the associated materleis were created to nerve as an excelien: reference guide as you begin your career with us. Should there be any revl- sions made to this manual, we will attempt to inform you imme- dlat.e!y. Office staff will be available should you have any concerns or questions. Our goal Is to work together to be a premier leader in Electri- cal Contracting. We hope thst the ern ployer- empioyee relationship will be one of mutual admiratlon, trust, re- spact and benefit. To attain this goal Is a daily mission and will depend greatly on your wlll[ngness to build and retain long term customer relationships founded on trust. respect, friendship, hard work and keeping our commitments. We will deva'e cur best effort to cc] nouct- Ing an expanding business within which will prevail an atmosphere of harmony wits 0ppoMsnfty dot' a I I employees of Acme Electric Company. Barry Brown Ronny Brown President vca-President A T TACH M E NT "A" (PAGE 2 of 5) (Written Principiesf Philosophy) Our Guiding Principles 1. To :acilitate ;he success of our customers, we believe in Customer Service as our #1 Priority_ 2, We believe in the Value of Famllp...Famlly comes First. 3. We believe in Giving Hack to the Community —earning the re spect of the Community. 4. We believe in creating Ufetime Relationships., -honoring our c om m Itments...atways. 5, We nelieve in Honesty —Integrity is the basis of all we do. 5. We believe in Each Other... mat rttaining standards In our Quality of work and Character of our people. 7, We believe in ar, environment the enables all Emp.`•oyees to Grow and Prosper. B. We be[leve in the Power of Yes_with a Can Do Attl:ude...tnere is r always an alternative. How We Stay Focused ' It's All About Relationships!" To provide chalie nging and p rospems environ ment for out employees To be a gnDd carnmunity steward To enable our clients to De successful s �[Cl11 E LCorn mV ATTACHMENT"A" (PAGE.3 of 6) (Achievement Recagnition) ^: `emu.., -- - - — IEC NATIONAL AWARDS lEC Award Committee IEC National kvvard for Excel,kence In Electrkp-21 Contracting Endorsement Form r...,. I:717 6',.{"-il6r ❑ tt&,itJ. C1 k, r! 1 i Y L rin r• r. =•-.f -LI .�-,r ,7[IIIr6i'ell7ril �'.7Jr• I¢' Ferrlirrr---,i !:r l.u!r ;j Il•• Q,' Vey pesrlr , ]rigf ,er.[. nal m > rn cr: 11 I. rtrxl•-:..r caorir1,i.] W.0 Vill inch 9u !e LUC lhS hrl• ! ktj,1,, r ,r. trp- rti+:ri:l I ..:'Irar,fiIi l+,l, ur ai.aca;rInr •0-0In•- r rat' r:.,••r-r.r r,nYi rr , .�.^A'',.,.�.. ���'f,!•�'�! i.� .-; .{ kl•r,[rw•a I:ei!rrx;lu+sH,pK ?1L!`�Li- �..f+.r' C, � ..r_ � ,� � -- - . - sNbl 7p vm(: urIk,r{iy7 Al A Z 0 Ypcy-: Ar &L 2-0IZ %rd!! Ykr.'jf� 1 tioliyCU} rcr kqe' ... . II :, _ J4• 1;','_'r Nnd� c'f.+1C�lN,cl i:511Y�-u�.J _ �'r I'1:• . .. I{;I iprrraso rut we. uala klwio Puna Are:W tariad YntY Gnarl Earellr ill Hon nmN did her ll =Pikueld, I'dikate la the PrrAN:M um calk" sentquay tzrlra�!,':--1A4,lab;nrNrrchitijp,�u[dtnk-rPt 11"i::7 +r Hni: uv!I km- I= elatrr.,s wFacirl t7ark w4h rspirr irdlln? Cu'dlYp'llr.; r:a cviera.:.r=vnrYnnnn.;iljryv - 0VrIA ya1,91ad dr WO llt7kr'7l LCn IMMPr s r'rrldc LIP Mix UV Ill in47Fr1' I n l ! IrNJU ��.{ F'I1 i rfl, I•1 i,-�S r.[.ii prJr : rI F'ti i41.+f C. lM LF�k IJ �r+rw� ri��N�rMM' '�:cam 'l,•t. +•' '•� !2 er tr '+r r'. 'l'I fret!.{ rr.I lri eY/Etx i +4Rr: f.�zr r 7 iLr{r�.I fytli ll�'rf•u/, aF _� ry.+;. r..�r�,• 7,prti(AIf L: d .Y• 710411' Aur},E,l IAA!r4 S!•F fY r►+[errllr'4wr,00�7"7 err,+: .AADa •pupo`' �i��orerres. afea:wry=..`•llr.au^ l7Alr P"t Al iaCh elldor3fr'3 OUSIFICaa Cold to ors 64", 14g1 l:aun .1� � r ATTACH M ENT "A" ('AGE a of 6) (ACHIEVEMENT -`Before" photo used in publicity pester) ATTACH M ENT "Ail (PAGE 5 of 6) lACHIEVEMENI- "After" photo used ir publicity poster) ATTACHMENT "A" [PAGE 60f G� (ACHIEVEMENT • publicity poster final produLA - Acme photos incorporated into bottom section.[ Contractor's General Information i Organization Living Business As Acme Electrk Company Business Address of Mrtziple Office 108 E 82nd $t Lubbock, TX 79404 &X-745-772d — -- - Telephone Numbers ' Main Number — - — Frx Number 805-745.31O2 Web Site Address Form of Business (Check One) www.acmeelectricconVany.com }( I A C4rporation ' A Pmrtueiship ! AnlndivkW Date of incorporation 1958 state of Incorporation T pxa Ciuef Executive Officer's Maine President's Name Barry grown Vice President's Name(s) Secretary's Name Ronny Brown RonnyBmwnlLaura Lewis Treasrxer's Marna Robert W a Iker Daze of Organization Stair whether partnership is general or j I innitta Name Business Address j Average Number of Current Full Tirne I Average Estimate ❑f Revenue for ' I I 1DO .L_ $30M 7 Contractor's Orgnnirational Experience organization Doing BUS! ncss As Acme Electric Company — _ i 10B E 82nd St ... 5000 Martin Street _I Business Address arkesionai cni a it. bboft, TX 79404 Ft. worth, Tx 76119 � No me ofRegiona1 Ofricelvlanagrr Barry Brown Ronny Brown i Telephone Numbers _ Main Nurnbcr $i}15-745-7720 817-654-1618 Fax number .. _.. - 817-5 d-494 Web Site Address fa List or names that this organization currently, has or anticipates operating under over the history of the Organization, indudin the rmmes ofmiated ariies resents dot tr business: Names orcirganixation I From !date To Dale Winston Electric Inc, dba Acme Electric Company 195s3 Present i 1 � I List of compiuties, firms or organisations that own any part of tdre argaanizatioe. Name ofeompnnies, Firms or organization Percent Ownership N/A I Years experience in pn4ects similar to the proposed pnapcct: As a General Contrarian 16 Asa Joint venture Partner Has this or a prcdectsmor orgatrirntion ever defauhed on a project or tailed to contpiem any work awarded to it? NO Iryes provide ful I details in a separate anz--hatent. See attachment No, Has this or a predecessor organization been released from a bid or proposal in the past tan ears' NO _ _ If yes provide full details in a separate attwhincnt. Scu attachment No. Has this or a predecessor organization ever been disqualification as u bidder or proposer by any { local, state, o. fcdeml agency within the tact five yam? _-_ Na Iryes provide full details in a separate mtachmem. See at_tachmem No. Is this organization or your purposed surety currently in any litigation or conwinplatinv litigation? NO _ _ If yes provide full details in a separAte attachment• See attnchmetO No. Has this or a p:edcceswr organization ever refused to consma or refused to provide materials dcrined in ft coatract dotaements? _ If yes provide full details in a separate atlachmenL Sae attachment No. ^^ Q _ NO Contractor's Proposed key Personnel g Rusuiess As Provide a brief descripliOn afth: managerial structure orthe organt aiion and illustrate with an organizational cart. Inaiudc the rifle and names of kcy personnel. Include this chart at an attachment to this desc-iption. See attachment No. 01 Winston Electric Inc., doing Inusiness as Acme Electric Company, is headquartered In Lubhock, TX The owner and master electricia n far Acrne is Barry Brown. Mr. Brown, as president, runs company projects and delegates responsibilities to other company exec utiveslproject managers Ronny Brown, as vice-president, oversees operations at Acme's second location in Ft. Worth, TX. Other key personnel include Don Tumlinson and Chris Brown as Safety -Coordinators, Project Estimators/Managers, and Acme head superintendents. Head superintendents have a minimum of ten years of service and Include Ramiro Martirnez and James Sartor in Lubbock. Pro Vide a brief description of the managerial structure proposed for z h i s project and illustrate with an organizational cart lncludc the zinc and names or proposed key personnel end alternates. Include this char at ar. attachment to this descrioIicn. See attachment No. 02 At this time Barry grown assigns hirnself as project manager for all industrial or municipal projects. If awarded this project, James Sartor is slated to act as project superintendent. Barry Brown will se rue as Quality Control Manager and Don Tumlinson will oversee all safety. Acme considers QC and Safety t❑ be an integral part of a project manager's duties. Mr. Brown and Mr. Tumlinson, combined, have sixty years of experience running projects, Every member of the project team is capable of working more than one "position," Manycf ourjobs are multi -phase, so superintendents are used to juggling more than one project Lime line. Provide information on the key persenncl proposed for this proje:; that will provide the following key functions. Provide information for candidates for each of these positions or. the pages for each of these key personnel. Also provide biographical information for each prima:} and alternarc candidate as an attachmenr_ 'rhe biographical information mus., include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describei project experiencu, including the roles and responsibilities for each assignment, and primary language. Additional information highlighiing experience which makes them the best candidate for the assignment should also be included. Resumes for superintendents are attached. Role _ Primary Candidate Allcrnate CwWidatc_ Proiect Manager — - - Barn Brown Don Tumlinson Project Superintendent 11 JaME5 5a-tor IRamiro VlartinP7 Pmjcctsafety 0fficcr Don Tumlinson Sarry Brown Quality Control Adanage- Barry Brown David Ripley If key personnel are to fulfill snore than one or the roles listed above, provide a written narrative describing how much time will be dcvcied to Bach frrac:ion. their qualifications to fulfill each rule and the pereentage of thcrr time that will he devoted to each role. If the individual is not to -Da devoted solcly to this project, indicate how time it to be divided between this projcul and their athe- assi�gnrncnis- please sae narrative above. Winston Electric, IrK. EarryDrawn. President Rcrmy Brown, V1Ge-President Robert Walker, Vice -President 73A Acme ElecfrEC Company, Lubbock, U FsarrvFrnv:n RyanP.r:wn, Project'rstImiter iR�ben i'3town: Pra}ect>rst���:a Lubbock Mice roject NIA naCc rs •- Rabby Oro+n Ryan Brown, Don iumilnson Quality Corrtroi • Barty Orown .Office Staff/Project Jld6.0 Fteid Superintendents (R, Mart Inez,0. Ripiey,J. Sa rtor) 'DBA Acme Electric Ca Ft. Worth jX r 'I]�r,7�rnll:is�n,Safety Cuord;►letor Laura Lewis, Controller Ronny 8rmvn �RobertWalker, PMenEst hnnn Rod Allen. PmjectEsthmatur Chris Brown, Safety Manalltr Ft. worth DffiCe L, Vn4ect & Service Managers.. Rod Alien, Daniel Bic rke; Robe Walker) Q►iall ty Control- Joe lffein field SuperirtendenU -Hnlernan,E. Richardson, J.Rober-W Fiela Per-9-in-A FI :,? a." err.El fC ME LE TRIC co in ppT ELECTRICAL CONTRACTORS ATTACHNNN'T N0. Q2-Contractor's Fropmed Key Personnel -Project Flowchart City of Lubbock NW Wafer Reclamation Plant Bid RFP 201-12048-TF 108 F 92nd "Mr0ow L.""hcwk. 7e+ras 7'&4 4 W(le3i 74+-77_G Katx (80n) 745 '11 W! RAMIRO MARTINEZ ACKE ELECTIC COMPANY PROJECT SUPERINTENDENT EDUCATION AIDVANCEO COURSE-MANAGFMENT TRAINING 7-013 INDEPENDEN T EL ECTR ICA L CONTRACTS N C] APPRENTICESHIP PIROGRAY COMPLETED INDEPENDENT ELECTRICAL CONTRACTORS (I EC) HIGH SCHOOL DIPLOMA AQUA FIIIA HIGH SCHOOL AVONDALE ARIZONA WORK HISTORY ACME ELECTRIC COMPANY 108 E 82nd STREET LUBBOCK, TEXAS 74404 AUG 1995 - PRESENT LICENSING )OURNE'YMAN STATE OF TEXAS LANGUAGES ENGLISH & SPANISH TECHNICAL CERTIFICATIONS & TRAINING OCAL PVC RIGID CONDUIT TRAINING HIGH -VOLTAGE TERMINATION TRAINING CADWELD TERMINATION CERTIFICATION MEDIU14-VOLT SPLICING CERTIFICATIONi MANAGED PROTECTS Project Name LUBBOCK EMERGENCY PUMP STATION GENERATORS Description REPLACE GENE RATORSIPA DS-STATION5 #4,#8, & 010 Location Ciry/State LUBBOCK, TX Dates JUNE 2014 - PRESENT ProjectNarne I,U5BOCK COUNTY -SWI T CMGEAR PHASE III Description SWITCHGEAR PLACMENT Location City/State LUBBOCK, TX Dates JANUARY 2014-AUGUST 2014 Project Name LUBB0CIC COIUNTY-ER ELECT. UPGRADE PRASE II Description NEW EMERGENCY GENERATOR SET Location City/Sate LUBBOCK, TX Dates FEBRUARY 2013-JANUARY 2074 PrD;cct!vame CRNIWD WATER PUMP STA71ONS Description NEW PUMP STATION Location City/State ODESSA, TX Dates MAY 2012-MARCF 20 _3 ❑AVID A. RIPLEY PROJECT 5UPERINTENDENT EDUCATION APPRENTICESHIP PROGRAM COMPLETED INDEPENDENTEL ECTRICA L CONTRACTORS (1EC) HIGH SCHOOL DIPLOMA SuhiQco High Sch col Subiaco, EAR. WORK HISTORY ACME ELECTRIC COMPANY 108 E 82nd STREET LUBBOCK, TEXAS 79404 DEC 2004 - PRESENT LICENSING MASTER ELECTRICIAN STATE OF TEXAS 48421 LANGUAGE F.NGLISE TECHNICAL CERTIFICATIONS & TRAINING OCAL PVC RIGID CONDUIT TRAINING 111GH-VOLTAGE TERMINATION TRAINING CADWELDTERMINATIDN CERTIFICATION MEDIUM -VOLT CABLE PREPARATIONS MANAGE PROJECTS Project Name LU13BDCK NORTH WTP AND SEWRP SOLIDS HANDLING Description WATFRTREA'I'MENT PLANT (WI'P) UPGRADES Location City/State LUBBOCK, TX Dates FEBRUARY 2014 - PRESENT Project Name ODESSA COLLEGE Description. CENTRAL 5ERVICES BUILDING RENDVATION Location City/State ODESSA, TX Dates APRIL 2013-FEBRUARY 2014 ProjecLName LUBBOCK DIGESTERS #6 & k9 IMPROVEMENTS Description WTP ELECTRICAL UPGRADES Loradon Ciry/State LU3BOCK, TX Dates MAY 2011-APRIL 2D13 Project Name LAKE ALAN 01ENRY WATER TREATMENT PLANT Description NEW WTP FACILTY LDr3tiOn City/State LUBBO :K, TX Dates MARCH 2010-APRIL 2013 ]AMES SARTOR ACME ELECTIC CO;MPAN'Y PROJECT SUPERINTENDENT EDUCATION ADVANCED COURSE -MANAGEMENT TRAINING INDEPFNDENT ELECTRICAL CON 7TACTERS CTEC) HIGH SCI-100LDIPLOMA LICENSING JOURNEYMAN STATE OF TEXAS LANGUAGES ENGLISH WORK HISTORY ACME ELEC: RIC COMPANY 106 E 82nd STREET LUBBOCK, TEXAS 79404 FEB 1993 - PRESENT TECHNICAL CERTIFICATIONS & TRAINING OCAL PVC RIGID CONDUIT TRAINING HIGH -VOLTAGE TERMINAT]ON TRAINING CADWELD TEHM'.NAT10N CERTIFICATION MEDIUM -VOLT SPLICING CERTIFICATION MANAGED_ 2MECIT5 Project Name ODESSA COLLEGE Dustripbon NEW CDNSTRUCT1ON/RENOVATIONS Location City/State ❑DESSA. TX Dates MARCH 2O13 - PRESENT Project Name COLORAD0 RIVER MUNICIPAL WATER DISTRICT CC: RMWD) Description BASE 21, 22, 23 ELECTRICAL MODIFICATIONS Location City/Stare MONAHANS,TX Dates MAY 2013-MARCH 2014 ProjectNarne CRMWD WATER PUMP STATIONS Description NEW WELL SITS (21) Location City/State MONAHANS, TX Dates MAY 2012-APRIL 2013 ?roject Name TX -DOT STORM WATER PUMP STATIONS Description COMPLETE REM0DEL & UPGRADE Location City/Stare LUBB0CK, TX, AB ERN AT�IY, TX, & 14ALE CENTER, TX Dates JULY 2008-APRIL 2009 Propnoed Project Managers OrganizationDoing Business As Acme Electric Company Name of Individual as Brown Years of Experience as Projcc: Manager 37 Years or Experience with this organiratian i 41 Number of similar projects as Project Manager Number of similar rejects in other posifions j il_ Current Project Assigurnenls Name of Assigmnem Percent of Time Uscd for Estiimated Project this ?roiect ` Go Ictior Gate Lubbock North WTP Itnnrovements 25% December 2014 Lubbock Pump Station Emergency Generators 25% June 2015 Refercnm Contact Information(listing names indiratex apMval to contacUrAWgthe namcs individuals ns a reference! Name Marcus race I Nam Wayne Pyrsley TRW Posilian Project Manager I Title/ Position Pro ct M na er Organization Garney Construction Organization Archer Western Construction Tate hone 913.948-0928 Tel hone E-rnail rrt rate arne .t m -E-mail 1 sl�rtsu Protect Ward Cou n ty Pump Station Proiect Carrdtdates role on Pro act _„ Lake Alan H Project Manager Candidate rule on Proicct Project Manager I Name of individual [ion Turnlinson Years of Experience as Projec, Manager Z3 Yeas of Experience with this organization .36 Sumber of similar projects as Project Manager 4 Number orsimilAr projects in other position 22 Current Project Aisignments Name of Assior" Pemcnt n: Time Used for Estimated Project this Project Completion date Denver City ISD IMulti le Pr cts Wink/lovinvs-01MulUP Prokect5}_ _ 25% i 75% Summer 2015 - F2112015 _ Nance Cann 5t:att Nance — irtW Position Tim Mean TitW Position ,3,nil - o orpanixatio_n Tile one Knox Gaiiey. and Meador 845-763-0148 Organization I Leg Lewis nstruction Telephone 8D5-79a-11400 E.Dwi nn kn x aile meador.com E-maii I t_mOean@leeJewis.mrn Project Denver Ci ISD J Proiledt Univaulty Med C -East Tower Candidate roic on Prof Project Manager Candidate role an Proieci I Project Manager 10 Prolibded Project Suncrinteadtnt Organization Doing Business As 5 Acme Electric Company Name orindiridual lames 5artor Years of Experiwce as Project Superintendern 17 Years orExperience with this orgartizalloa 22 Number of sirniUar projects as Sirlwintandent Number of simiW projcu_a in other positions 3 Current Project Assignments Name of As3ignment _ Porcanx of Time Used for this Proieut Estimated Project Compktion Date Odessa College Wilkerson Hall 100% Spring 2.015 _ II � I Reference Contect infarmaiion (listing names indicates apprvval to contectiq the names Individuals as a reference) Nmmr I nranrinn NAltrholl I Nan I 5rntt C]pharrop I s Tithe Pbsitian PrniPrt Manacizr I TRW Position. I proiect Manager Organization I Lee Lewis Construction Organization Te lone Prime Controls 72-221 - extA4� Telephone � 906.797-8400 E-mail I bmitchell leelewis.cam E-mail p. ogletree @prirne-controIs.corn _ Pmect ! Odes College (Multiple) Pro' t ward Can PumpStation I Candidate role nit ` Project Su Superintendent Prvicd� Candidate nJt on Prolact Project Superintendent Name of individual Ramiro Martinez J Years of Experience as Prgiect Superimendent 1.5 Years or.£xperience ►rich this organization Number of sim1Uw projects as Superintendent Jig Number of simitar projects in other positions Current Project Assignments Name orAssigrinmu Lubbock Emergency Pump Station Generators 5 _ Percent of Time Used for Estimated Project iris Prt�ictt _ _ Completion hate 100% June 2015 Names we Fetterhr -._ Name _ Titlel Position Or Pion Meari Taylor Construction Mane er Freese and Nichols Inc. Title.' Position Or arn7.ation Lubbock Telephone WEE-77��._ . E-mail Tale hone 682-438.5469 �M—DT—A-51reese.coln E-mail Prniecl 1916 Main St Electrical Llpgr�e Proico Candidate role on f Candidate role prnirri 1 Superintendent nn Wnirr[ Lubbock Pump to EA Genera& Superintendent wropand Project Safety Officer Business As Name of individual f Don Turnlinson Years of Experience as Pr* cl Safety Officer 23 Years of Expericnce with this organ ixa600 _ 36 Number of similar projects as safety Officer — Z?---� h nusherefsimilar nroicVts in other naskinns a Current Project Assignmeals Nana of Assignment percent of Time Used for EstirrWed Frojeet i t this Proiect Completion fate _ Denver City ISO Multiple Projects) Wink/Laving ISD (Multiple Projects) 25% So mrner 201.5_ _ I Fall 2015 I 1 Reference Cartacl lnfort'rnation GWng names ilLdicntu ap rvval to contactinp the names individuals as areLwnce] Name J2C Grimes Name Randv RIDple Title'?Dsuion rManager Tiller Position ftoiect managgr Or m nization Grimes & Associates Organization Lee Lpnstructii n Tcle hone 806-863-2462 ext.113 Tcle ne 806-797-8400 _ E-mail joeg rIMgLse Ineerinl .Corn E-mail J rripple0leele I.r&m Project _ Candidate tale an� pro 'ccl Terry County_C2 r't_h_ouse project Manager Protect CandRiato role onProiect ny.�ftf.- TDB Project Manager Name ofInd ividual Barry Brown Years of Experie= as Finaject Safety officer Years ofERerie = with this orgaaniza km 37 41 Number of similar r ' is as Snfe2 Officer 8 Number of similar projects in other positions Current Project Assignments 11 Name of Assignment Pe=rd of Time used fiat Estimatrd Project ' this Proiect Completion Date Lubbock North WTP Im Tvements 25% December 2014 Lubbock Purnp Station Emergency Generators Lubbock S1=WRP Solids Handlin 25% 25% 1 June 2415 October 2016 — Till& Position E-frail on I Candidate: role Project Manager — _ -tcm Pmiecr 12 Project Manager Proposed Project Quality Control Manager Drganizwion Doing Business As Acme Electric Company� Name orindividuai Barr Brown Years of Ex idne: as Quality Conan. Manager 21 Years or fence with this organization 41 Numbar ofsimiiar prnjccts as Quality Man or 11 Number of similar projects in other positions Curren' Project Assigrurtertts 11 - W - -_ name of Assignment Perccat nr Time Used ror this Praiect Estimated Project g2mlellorn Date Lubbock North WTP improvements Lubbock SEWRE Solids Handling 25% r December 2014 IQOCIbec 2019 ftefemnce Conia:t information (listing names indicates aERMvI to cornacting the names ind]viduals as a references Name Tim McLean Name Lonnie Titles Position Project Manager Title/ Position Proiect aNger Organiratiort Organization Turner Construction Company Te honr $06-797-64_00 Tclerhone 972.3 1-49 9 E-mail �� tmclean leeletvks.cam it-mait lsp�tskvc@tcco.com Project Multiple Projects Pmeet Lubbock Overton Hotel Candidate rok on Quality Control Project Candidate role on Project Quality Control Name o£Individua] David Ripley Ycars orFxperienceas Quality Control Manager 6 Years or Experience wM this organization 11 Number of similar projects as Quaiily Manager Number orsimiler projecu in other positiorn Ctm-ertt Ned Alsignmcms 3 Name of Assignment Percetti ar Tim: Uscd for : ir.Aimated 1'rnjest this Pro'oct Completion 2at Lubbock North WTP improvements 75% December 2014 lubho EWAP-Sa Natnr Wayne Pursle Nwne Tific/ Position _ _ Glen Grant _ nag2L-- TitId Position _ p M er OEEDnIzation I Archer Western Construction Ormization Eagle Contracting._ LP ._ $ 7-379-1697 I Tele honr 972-457-850C) Tek ne E-mail walsh r u E-mail ' Pro•cra H n %v-IFI Prefect _ SUMRP_ LgbbQ.k Candidate Me ort pmTeu _L Project Superintendent CaWidau role ; on Prow — Project Superintendent — — - — 13 Coistrnrtor's Project Cxperieneo and Resources tlon Doin Business As Acme Electric Company a list or major projcgts that are currently underway, or have been completed within the tact ten years an tAttadim=1A a wmpleted Project information form (Attachment 8) for projects that have been ournpleted in the last Frye years which s 4ital illustrate the organi=atio_ ns capability to 4xovide best value to the owner for this prPyect_ Include a vompleted Pro wl Iniurrrtation form (AttachRmt. 8) for projects which illustrate the ezpt:riertea of the cd ka ptnionvat Provide a description oryour organizetiom approach to completing this project to provide best value for the Owner. Including a description ofyow approach in the following arcs$: please see Attachment NO, 03. 1. Contract administration 2. Wnagrman t of &ubeontract or sad suppliers 3. Time management 4. Cost control 3. Quality management & Project site safety 7. Managing changes to the project 1. Managing equipment 9. Mcctl-W HUB r MWBE Participation Goa! Provide n list of mago r eq ui ment proposed for use on this ieet. Attach Additions! Information if accessary Bquipment Item Primary Use on Project rim Owr- I Butli Lem ckhoe r n her Digging/Underground duct banks _ . K Forklift Unlcad eo i ment Crane I Place equipment _ I_. x I t 1 � I t y I I i WItat work will the o EEaniratIan com2 We usin • its nwn resources? Acme will provide all labor and materials per project specifiCations. This includes all necessary wire, conduit, and equipment set/installation. What work does the organisation pro ❑se to suheontraet an this pmjcct? J_ Acrne will subcontract the instrumentation, testing, and lightning protection. CME 4�► CLECTRIC P _,L iJ f PRny ELE_C T RICAL CONTRACTORS ATTACHMENT NO. 03 City of Lubbock NW Water Reclamation Plant Did RFP 2014-12048-TF Contractor's Project Experience and Resources Proj eer Management Appoxiach, Best Value (Page ! of,') Contract Administration — Acme's project managemert: staff is fully equipped to fulfill the contractual obiigations established by the City of Lubbock for this project. Acme updated its cons':metion management software in 20i4. The new program allows data entry showing all aspects of a project's history and control over budgeting. The data and software Eat: also used to forecast costs, prepare payment appIications, construction information requests, proposed change -orders, and other jobsite communications. This project management too] allows for efficient job executiart and fulfillment of all contractual responsibilities. 2. Management of subcontractors and suppliers — Acme has good relationships with all our suppliers and subcontractors. The biggest concern for owners seems to revolve around how quickly subcontractors and suppliers are paid. The `day when paid" mentality is the rule in canstaruction right now. Fortunately, Acme does not have to operate in that manse: all the time. Subcontractors and suppliers are an integral part of project team. Working together helps ensure a successful, on -time, within budget, and quality work. Efficiency in the work process leads to 'oetter financial planning And better scheduling of payments. Acme recognizes that being responsive and competitive to our clients depends on support from a healthy, vibrant, and competitive suhzontracto- and supplier community. Of course payment concerns are just one aspect of sub/supplier management. Acme collaborates and mentors in order to help all team rnemhcrs understand and meet our expected costs for safety, quality, and schedule performance. Tito Acme management team expends a great deal of time and forethought to ensure [hat all subcontractors and suppliers have clear concise Scopes of work. This prevents delays after materials are delivered to a jobsite because many issues have aiready necn addressed. The: bottom line is that Acme requires all of its subcontractors and suppliers to be ready to meet all schedule, safety requirements, and expected quality of wart: to be provided to the owner, 3, Time Management — immediately following award of a project, the intended project manage; assembles the appropriate staff for a reviem, of all facets of the project. A project time schedule is developed that coordinates and integrates the engineer's design efforts with construction schedules and owner's completion requirements. Long -lead items are procured early in a project to ensure that the job schedule. is not delayed due to fabrication or delivery issues. Extreme emphasis is placed on procurement functions and each class of materials is separately identified and tracked throughout the construction process. t 00 L- a2nct fit reei LoOt.c�ck. TevuYit. 79+t'041 (anl,) : a R- T J2[1 PFit: (lath) 7d5 0 1 u:2 I ICI E LEA,+ T ! C compav E GCTRISAL CONTRACTORS ATTACIPAENT NO. 03 City of Lubbock NW Water Reclamation Plant Sid. RFP 2014-12049-TF Contractor's Prnjec( )xperience and ltesoarces Pr•ojec! Af n agenJeni Approach, Elea Value (!'rage ? of 4) The schedule is monitored regularly as the project progresses, and is updated on a monthly basis or more frequently as demanded by job progress. Potential variances between scheduled and probable completion dates arc identified as soon as possible and appropriate action is taken to address arty concerns. Acme EiecL-ic utilizes and tailors tools to provide maximum hene5t to a project, whether it's using construction management software to retro- fitting physical tools for efficiency in the field. Ingenuity is an important part of the Acme process. 4. Cost Control - The goal of cost management is to provide project management "ith accurate and time'), cost information. This begins at the bidding: process. Tine cost of the work and project budget is monitored with the Acme's new computer software and includes the following. ■ An effective system of project cast control including cash floe reports and forecasts. • A procedure of the review, processing, and payment of applications. + Maintenance of cost accounting records an work performted, actual cost for labor and material, as well as other base accounting/bool:kceping records. a. Quality Management - Acme Electric works towards the achievement of exccllence through: the performance and execution of high -quality construction services. As mentioned in the introduution narrative. Acme is a family-owncd business and has a client -focused philosophy. Acme in -Les pride in its work as contractors and in the many completed projects of the Acmc portfolio. The Acme Electric corporate mission statement mandates being a `coritractor of choice' for all clients. The goal of Acme's duality management program is to proactively metrage the work at all stages to reduce common errors and omissions, prevent the use of suhstandard products, as well as identify substandard craftsmanship or practices that would otherwise result in non- conforming work being put in place. 'Fhe necessary supervision, inspections, tests and certification are provided on ail phases of the work, including procurement of materials and equipment, construction. tracking. and resolution of any issues during and at the turnover of the cornpIctcd project. tut: E aar,d ,prrset i eAou TD404 (SUO)'7nF-772Q F r,r:� •rr6.a . oz, L ME ELECTRIC --tCorf t p +f T ELECTRICAL CONTRACTORS ATTACRMENT NO. 03 City of Lubbock NW Water Reclamation Plant Bid RFP 2014-I2 Dd8-TF Contractor's Project Experience and Resnurres Project Alunag,-Ime it Approach, Best i'ah1r (Page .3 a f 4) In most cases, quality control is overseen by the Acme project manager and field superinwridmit. A separate quality control manager is utilized when it is required by a project. Regardless, any manager is authorizcd to implement and enforce Acme's quality plan and policy. This means that all phases of a project are supervised and no nonconforming work is allowed. The plan is adhered to all levels of a project organization including subcontractors and suppliers. 6. Project Site Safety — A safe work site for all projects is of the utmost importance to Acme Electric. Safety shall not be sacrificed for production, but rather considered an integral pan of quality control, cost stability, and job efficiency. The ultimate success of an effective safety program relies on the full cooperation and commitment of each individual employee. Key aspects of the Acme safety plan include: • Regular "Safety Toolbox" Meetings • Review Employee Actions Performance {REAP} — Every employee is responsible and accountable for themselves and their fellow employees on a jobsite, ■ Task analysis approach to training and discussion of key site job tastes like Lock Out/Tag Dut. ■ Appropriate documentation and recording of incidents with any appropriate re-training or re-education. Creating a corporate safc:y culture is important, The goal is to create a unified approach on the jobsite where everyone is continually watching out for each other. This process should ultimately let everyone return: home SAIL• LY at the end of the day. Acme wants it to be said that "No one gets hurt." Managing Changes to the Project: - Acme Electric handles project changes through both the process set forth in contract dacumenty and through the Acme construction manaacment software, The Acme project manager and superintendent Nvork with engineers and owners to ensure that all requested changes arc processed, documented, and completed. Good communication from owners to suppliers ensures that any necessary changes are handled in an efficient manner. I ("R 1' 92nd -Mr+�431 Lurnaatti, Tggx-1n. t�aO d (0 r y) ; 4 ,•77 _O Fria. {Raul 745-2416ft CInE )[LECTRIC L Compov ELECTRICAL CONTRACTORS ATTACHKEN T NO.03 City of Lubbock r%'W Water Reclamation Plant Bid RFP 2014-12048-TF Cootractor's Project Experience and Resources Pre jet[ hlanagepnenrAppr-ouch, Besr value (Page 4 of4) 8. Managing Equipment — Acme Electric has a full-time warehouse and office staff dedicated to overseeing Acme -owned equipment and scheduling the use of any needed rental items. 9. Meeting HUBISMWBE Participation — 'Mere are no stated goals on this project, but Acme Electric always strives to involve local community in projects. Acme has over 50 years of exacrience and ties to companies all over Texas. Suppliers are paid on a nut 30 day basis and subcontractors are paid within ten days of Acmc's receipt of payment from the owner. This contributes to a healthy job marker for many small businesses. IEW U_ Ocnei :+;r6r[at Lubbot:k, T-Fjx�Ehr. 71l,404 (ear-) ra:•• r7rd fax [g!Isj -45.31(5;t Contraetor's SuhLonrraclvrs nrld Vendors O:ganlxaticn Doing Business As Acme Electric: Company g :a w Provide a list of subwntractors " wiU Movick more then I Q . rent of the work {based on catxraci arnounts None Work to be Provided ES Pe="I orC:onlract II HUBIMWBE f Firm i Wunderlich-Malec Primr 15 R! G I SCADA I Instrurrs ►station — —_— 1 5% 1 No 5% 11 Na Bonded Lightning, I UkAtningProtection i 59b I } I 1 N N 1 I Provide informaaor. on the proposed key persomtel. project experience and a description or past relationship and work 'srtt a far ct subcontractor listed above usingthe Project Information Farms. IL Provide a list of tnaior e u o ased for trio on thispraltxt. Attach Additional Information if neces - Vendor Terre Equipment! Material Provided Furnish Only Furnish H'JBIM and WBE Install i Firm Eaton Souare ❑ Switch ear x _ I Cater illar Cummins I Generator ! x f 1 N I 15 Carretrt Projects and Prnjeci Campleled rw•ithln alit lust 10 Years ATTACHMENT "Arc Project �- _-City of Lubbock -- -- - Project Name I Lubbock Digesters # 9 & 09 l ovetnents General Description orProject: Electrical modifications and new Instrumentation controls at water treatment plant. Project Cost G7 Sgn 00 - �r � Date Project Conrptett 11�2Ui3 Key Project Per mvd Project kunayer "'e d Superintendentf safety OrFiccr Quality Control Adana r Name Bar Brown David RI a Don Turnlinson Barr Brown _ _ RrArence Contact information twisting names indicates approval to cantactin the Hornet IndlA4uals as a reference) Title/ Position ❑rganitaiion Teieplivnc E-mail _ Ti''h arta Alvarez Director Purchasin Cnt f Lubbock 806-775-2572 � Akya►ezemolteLlubboct-ti.0 Designer Ma�tayburn Engineer, Carollo Engineers 972-239-9949 mciyburnL&carollo.cam Car►sinxtion Manager David Teel i'ro t?ct M1►lana er Archer Western Constr. 972-457.8500 dteei wills ou .co Project owner I City of Lubbock — Project Nam I Lake Alan H_e_nry Water Treatment Plant - General Oescriplionorproject _ lmg TX.T Prujoct Cast $7 48 688.07 Date Project Completed 043 - Key Project Parsortttel _ Project Mtwrragez Project Superintendent Safety Orlicer 0 � Control Manager Noma I Bar Brown David Rl le Don Tumlloson RarirvRrovwn Rcrerenwx Comm in1'ormalian (listing narncs micates apptwo lacentacting the names individuals as a reference) Name fillet Po32" Organization 'Telephone E-mail Qnner Marta Alvarez Director of Purchasi_ nab OV of Lubbock 906-775-2572 214-570-7033 _jp&elsnrqpbv.com M.PJvare&@marl.ctlubback.tmd _ L1csi$rter Norm lapels._.,___ Sr. Engineering Mg. Black & Veatch Archer Western Const. Construction Mam►ger Wayne Pursley 972-451-8500 pursfey@wslshgroav Om Protect a►vner City of Lubbock 1 ProlrFt Nam_ - j Lubbock 5E Water Reclamation Plant Solids liandlin _ General Dcscri tionofProject: Electrical_ system_Impravements at Lubbock water-treaUnent_plant. --- - 17ate Project CnnrPleted T Projcrt Cost $5 Z97,832.00 CUftR 10/2fl. Key Project Personnel ,-- Project hianagcr Project Sapeftlentient Safety OfIker uaiity r Cuntrot Nome .- _ -_-- - - Bar ryBro►yn David Al le _ _Do[tTumPgson Barry Brown � Reference Contact lnrorrnatian tilting names indicales approval to contacting the names individuals as a rckwricc) Name Title! Position t7rgan'rraliam Telephone 1 -n>Bil Owner Marta Alvaret Director of Purch"n City of Lubbock B06-775-2572 Mplvargr�nr w�.ci Iuhhock.lxuS Designer Jason Anderson Pro t En ' eer Carollo Engineers_ _ 512-453-5363 Construction ltimmeer aflTaft cdq Managerreese &Nichols $ 4 8-546 nnQT�freese.cotn _. • Current Projects end ProjeCt Cornpleted within the last 10 Years ATTACH MENT "All ,`Pel-.r ' Ch•.rne, tubboc4 Cuuty - Project MIME Lubbock County Emergency Electrical Upgrade - Phase 9 C,.r,r_rat ugt.c.i ptr:,,, . = r,oirL 1. Lnreigrncy System Electrical Uug_rade - 0iduded new genaratorinstallation. _ Ihnje[ICC+st $A79,69500— Date Pruje_iCe7mpietetl 1/31f2014 i _ W Prt>IL•ct --r �_ r igyrlTlnrit� �1 T:rry1110iPrI IrPricrinpl T1 uipf-i Manager r SrdetYOFfiePr Marna Acme Electric Company -- I Don Tur7nwnson Re(VIer•Ce colnuitt infor Mir lion (listing srarne% indicales a ` •—� Nance v�^• Owner _ _ J Lyle Fetterly _ -- Uus`"er _ i,_wlllleJustis� CU10S1Tt/[tn7rt tunar+ager Prniectcnv+7er I LubbockCounty Genera; Ve sLt vp I i on ol Ptoiet.t: Continu Project C,_•st $262,649.00 pproval to Conlattii 111te/ P0311ton FWlities Director Phase of Electrical Fey Prq��S1 F�•ccnr�;1 -- - -- -- -- - �._.._. Nornw Acme Electrir Company— ruA4rinlerdertt _ ___ _ _.y . INana$e[ _ Ramiro Martinez I Don Ttxr►liMon ; Barry Brown the names individuals as a e - Ind odes Lubbock county Agnnew Assodates, Iri-c Acme Electric Company roject dame I Electrical Kernent of new switthge; r!1@t7lM+rr? mail . 806-775-IOC LrWwl%,&wlrrWLLtr_us $012-.779-0753 wjunlsa4ne+yar1nciareses ern+ - Phase ill tti Compk;Fed Bj202014 Project _ [itrahly Cortkrd 5u rinlerrdertl �I@I��lil.^r � h1An r:r _Ramito MartineL - �- Don Tu_rnlinson — ' Bury grownTA _ 1.. fr;rr!r1t:rr'rrrt�Ct 17'l,1trri7lr:rIi!tNlg 41%fn�FS indicatew- auptOva I t0tonIricling l[if, nrtme5 i'Aiyitllral5 as rr 4elet enre} ritlejPositron -- Orgam alion Telenhave i t mutt t •vn rr r W Lyle Fetterly FaCOMes Director Lubbock County 1 906.77i,1O G r r rltepl,4@r r, luWt ► rr 71c �, Cea•8nm Willie Itustis Architect Agnew Associates, Inc. i 806-779.0753 i , r r r n i �•, P:. ar �C-- acme Electric Company P(ciect OVMLf Colorado River Munn" Water District [CAI+AWDj tProjectNartie Base x1, 22 and 23 Eletbkal Modifications Gpneral desir iptiun of Pre7ject Removal and replacement of Motor Control Centers (MCC's)J Proiec, Cost S$50,D00.00 _ir Date Projvc-1 Compieted 3/1f2014 Quaid: !t.+y PrryjgC[ Frr%urnr@I C[7rilpl rJ�1114e Mine Electric C,-anparly finfa[PI, ? r`rllA{t }rlfUrtlldti�+f! 111S1ie f13ntt�5 indq'(D e5 t)►+rnei —~I John Grant designer Rebecca Sandoval — Consiructian I Date Pe 1'raject Manager Don Tumlinson Project Mat"or Sal.r:rCll,rer Su rinlerdent Barry grown Jarnes Satter Don Turnonson Berry Drown nlacler,g the nouns I clMdua!S al, 7 relpreinei' — _ Tplei Position Otganilatrnn Jlelepixine _� E•mail — Owner RepresentalivQ _ CRMWQ _ _ 432-267-6341 -- REnginer Fr_er>ie_and Nichols, Inc. , 817-735-7221 �r rs@lreese.Corn Acme Electric Company rp Curtepit I+rpieCIS and PrOecl Completed within the test 10 Yeats ATTACHMENT "All p141m-10IrIIerI _Cit of Lubbock Plojert Narrle - u_O—eaLl-ARIcr Redarnalian Plant Im�rovernents 114-Perat h+!srnpt+vn c,S Pron-v provide all lab gE_Ma erials.. testing,_gtt. Far in5t�l�rlon of files tri �ij� inslrurttental work._ _ P•r, I r nil 53,83$,UVDI - _ _ �. 1Uane PrajeecCnrnplrtecr tun ZQ_ lI _ _ _. - 1 Y.,.y l'rc.[••rr + cr•.cn[ s _—_ r(cw t Manager nr� [ (Imal[ly L.Onabl w�r•+e At me Electric Company i_5upermlPHQM[_ r M I David Ripley -Don Tomlinson I4tdt,.91;C- Barry_L3rown Itclrree+u• Ler+r.,t r q+ln.•nalmn I1r4line na'ne5 N+ kntes auprar8l to cunlacirnr lice 'Iarues i+rdrviduals os a retyrer+er) Title/ Prniti4ln arguiliati- itlstll+ari,•- _u"rr'i'[ ' MatyGonxales Represent8tive Cil]yls(-Lubback �___�_ �214-570-7066 ,r,[tcr,ualps�rnvluirbocM:,s Wanda taper 5r. Electiital ErlkMtL ldtk$t31eil�tCh luperwrnfa7pv.cnln ::>,rtlrvrr+9n cs;,rMaEr. Glen Grant .�.,.� Prviett Manager Ea We Contracting, LP 817-379-18r97 !C awovaghmrr•ii +[rc+G.r 1'TQieCt tivrrh3r I City of Dallas Dow all Un ^r I'rapp.tt [•.eir• r t i c + $Lq,Ow, 115 -00 _ } Prgect NaT f Eastslde W WTP Transfer Pump Station Date aI MOO rQ11170 ted tVlarCl i 2013 __ -- — knyf•trWr1 IPV I--Ir.,. r_rtlEts rrl;u,a r- �fM,Pfl 1 4 I— .. _..�.. • Shcrrr Ul •rev+ --�iraetY i o++irpl - _ _ � 5trpe!itlternllelli r,vanaau Hili++q_ Acme Electric.CDmDany - _ Rod Allen (Todd Bozeman _ Chris Brown Todd Bozeman :.vPiole'1tp rep., let imitrolruarhill Ill.11tir.. name : r•xllCllp. aprlrzval Ir`__ontartin g tll@ nirn2S intlkiFd41ak a5. i relelow.i - --- — -- TIM!r-m-:rtlr• flrcalwalien r rwll Hossein SlteliVarami City ReRre#EIIlpjl+►r__ 4 City of Dallas _ 14 I76 ZlU9 — �Pstw�,:ir,nk.rr,x�r r.+l�[c svt•ab n�•• MrvVITv Jim -Cam bell P _-... Engineer -- j[heln$. raterL& rer6y_ _. 214.63_�_8_-0n5uQ0 �_. �__.. 1+2lyAtugllot,M-210ee-I Mi0aelSuai@i_ NolectManager I,I,chrrWrtt•rn�cnstr».t+cr!L" B17-6�5J'�PJ� r:ti:I:e.70ih6,Vo44 . r• U C�C7MlI1er Multh Texas h+tuniul,a! Water l]istri�t froiertManrr South Mesquite WWTP Lxpaptm l+ ,c-tr-0 a'� lte u: iat•ar + r+ i' .53.43x,6311.00 - __.._ - -gate rociyt.tCotrtplei Ed FebruaiyEUl i:. E ket F!cirn Ppr;prn+rl rrollrl i4ta,i er f ro(Etl So14".v 011itcl 1.anrC Actne Eleciric Company _ Rod lU1en Eddie RiSherdw LDon 'Turnlinson Ref_rcrKe Coniatl itroopraticti (list„i; +iaipics 1ndif..i1Cs approval to conliKliog the rwiies indiv0u* as relelaricej +' F7 +,� — Itt!Pi Pfltiltovn — '--- _ Orgdtlt3rlwh ieleplleneM tlwnrr Kara 1fYrnE•c Prnjet:t Manager NT tN 922-442-5405_ i LUrLrb"e' _ Larry Smith_ EnIpUV ! J�.f�ss��iRraM Kee7a 34b-t868� [a^.st*urt aue M1tanafov Ileft Lawless_ __Prvjett.MarlaSel�J3ar_LaasttucM5 - V22V_3287 -- Ovai'iy collrru! NVIna L .-Eddie Richardson E.I tiff, l:byrneS @ ntmwd.cQl rl i�Iftpb,rS�rlclrtr::s.. ' --- Prolerl tsrarmal3mm ATTACHMENT 11311 PrnjcctOwner I City of Lubbock I Project Name [ Lubbock Digesters #8 & 89 Improvements Genera! Descopourt or Project All work necessary and incidental to the Completion of electrical modifications and Instrumentation controls. i3udget History -- °l. of Sid' Amount SdwdukPsrfummmcr � Notice to_ Proceed Date Da}•s eid Z 3Z p00. 05 2S 2011 Change Orden .._ Owner Enhancements 32 $ 59QLi — --- 1 _ _ Contract SobStur"W Completion bale at Nollce to Proomw __Q4L.913_ - $32 590,pp Contract Final Compktion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Subsiantiai Completion Date Change Order Authorized rinal Cowpleikm pate Design Issues Total Actual 1 Estirnaled Substantial Completion Date Pirnr} Call Z 567 590,00 Actual i Fstimmed Final Completion Date 11/05/2013 Project Monsaer PmjeetSup Sarety ofncer Quality Control Manager David Ripley Don Turnlinson � Barry Brown Nmne Barry Brown Percentage ofTinte Devoted to the Project 25 50% 45% 25% Proposed for this Projccl Did individual Star' and Complete the_Proj_ect? I f pat, wlw storied or eornpimed the project in Weir Iaae. —� Yes Yes Yes Yes Yes Yes Reason for i Ntnnre Titld Position Urganixation City of Lubbock a..r n En lacers Archer Westem Const. Telepieone 806-775-2572 12-23 �'�+3 7 -4 7-8500 E-mail MAlvatru3r@rneit.ci,t+�6bvcktx.us 1 urn;�carnib,�on1 d I aish roup.r.W Owner Marta Alvarez: u Director of Purchasing Designer LYSjYb E inttiaar _. _ C01rAnT1100 Isianagcr djpael pro" ct Man age r sure[ Todd auisenberr nsurance Agent uRsen try Soda es 3-8713 Resolved or e t Numhar of Issues Pendipg N/A Totnl Amount iesolved Issues involved in N/A Number ur Issues Resulvrd Total Amount invulved in N/A 7 Resolved ISSM N/A 2 11raiect Inforn,atioe ATTACHMENT "B" Niccl OAVICI City of Lubbock Project itiW= Lake Alan Henr y Water Treatment Plant C;ettcxal ursc,iptiyrt of Irroject and completion of anew waste -water treatment plant in south Lubbock, Tx. umam= Audio History TConstruction Schedule Performance I T Amount Ainount Bid O*k �)y aid — — $7,407,415,75 — Notice to ftmeed 03 1 20 0 Change O,ders $75 272-3z Contmt Substantial ConVietion We at Nolice to Promed Contra:! Cinal Completion Date at htralke tg Pracead Q■vner EnhancemC14— �Unroreseen $111,772.32 $� 6 gpp,00 Change Order Authorized Substantial Completion Date Cwaditions Design Issues _ 575,272.32 ; --- --- C wge Order Authorized Final Completion Date 09/10/2012 _Taal _ Actual I Fsdrnated Substaruial Completion oats Actual 1 Estimaled Final Completion Date 04/1012013 ' Final COST $7 48Z 588.07 Project kianager Project Sup Surety Orrim David Ripley Don Tuniiinson - —1 Qrrality Conirol Manager Barry Brown ?game Barry Brown Percentage of Time Devoted to the Pmject —� _ 25g� - - 50%— 45% 25% Yes Yes Yes Proposed for this Projecl Yes Did Individual Start and Complete the Project? Yes Yes �+ - Yes Yes If „ot, ■visa slaried or completed �Remon flue prt>aect in their place. � for change. G I ianx Title! Pasitien t3tganization Telephone E-rnai} _ t7■rner Marta Alvarez Director of Purchasin Ciq of Lubbock 9Dti-775-257 r �irer�mail.ci.h>b�ock tx.us T Designer ! tu�Ja&� Sr. Engineerin M Black & Veatch 27 4-570 7033 fi gelsnr@bv.cam — Cortsvvctlm MNWW lWayne Pursely Project Manager Archer Western Constr. 972-457•8500 wpursely@watst,group.com surety - Todd Quisenber nsurance genes^ uisen6erry ssocta es DhOW ReplvH. w I ot.p4pute:c Number of Issues Total Amount involved in Nurnh:r ❑f Issues Total Amount �'� Iva involved in N/A Resolved-.----.--.-i- N/A ltesalved Issues _ Pend[r,g_ Resolved Imues lln�"ACNDU I City of Lubbock General Uescrintion of Protest ttorrrir-at e ATTACHMENT 'r B'r I Project Name Lubbock SE Water Reclamation Plant Solids Handling -Lubbock -water-treatment plant [CURRENT PROJECQ_ Budget History --Atnrnmt mrwosit Sid Sdwduk Perfmnance -- -- � � Date i]ays Bid S 97 32.00 Notice to Pimmed 03 7 014 Clangs Ordots Contract Substantial Completion Date at Notice to Proceed Owner Enbawemems _ Contract Final ConVielion Dale at Notice to Proceed Unroreseen Conditititts Grange Order Audwi2ed Substantial Completion Date Change Order Auliryrixed Tirml Compkkon Date _ Design Issues Total Actual ! Estimated Substantial Completion Dale Final Cast Acival I estimated Final Completion Date 1010112016 PFqCd Manager Project Sup 5akty officer Quality Control manager Name Barry Brown David Ripley Don Tumlinsori Barry Brown Percentage of 1 ime Devoted to fire Project 25% SO% 45'% 2_5°% Yes Proposed rbr this Project Yes Yes Yes Did Individual Start and ConViete the Project? - —•• - - -- - - If riot, ►unto started or completed lie project in their plate. Reason for change. -..-- _ -- E-rna"sl _ _ tMarer�mail.ei.tu66ockt>Gus �Anchkmp-90prollo.com MDT@freese.com Organization Telephone Name I Titic! Position Q►rner Marta AlvareL Director of r"sin F 7l - 72 _ Designc_r__._ .. Construction Manager Suter► asaz�,nder�ott Me rl T r Todd quisenberr -Pro' ct En 'Weer Construction Manager nSurance Agent Carollo Engineers 512-453-5383 T Freese and Nichols 682-438-5469 Quisentierry Associates roa Amount involved in N/A vrri Issues fV f A Number of Issues I Total Amount in►rofved in Pending NIAResolved issues N/A umber of Issues �Resmved Project I21F6rr117tfr7rl ATTACH M ENT II Stt r=i cl•• _! ':.i,E%r Lubbock County --- ^ —�— p.umrt I•lame LublxKk County Emergency Ekctrkai Upgrade -Phase fl rFE1P: at In•-rI ill Iion of Prr,,, rI All work at the 916 Main 5t btiiWina necessary to upgrade entergelt[y electrlral systems and renriove dd/replace a generator, CtWget Msto+v ArylUUllt rW l $479r200.00 r_hange U1 d I,,<� _ $495.00 — 'wlxer Llrhlntem:irt5- 1Jnfp�p9gPr Cul'.dilif rla __, l �5495.00 — — •i.,I r t 194791.695.00 1 50ediAe PeTfyrmanre �'v p1 bid Amaurt � L►ate Qays - to fhoceed _ _--- - , 7Jt 2 ,'2Cti11...._ 1 I4i}�- �rlvttce contract substim ig Compictlon pale at FJnlli[n in Pru.,rl. d -- —_ 3iir_1261J131 Contract Final Completion Bate at 14cIke to Prorred � Iti/31/2013 _ Change artier Authorized Substantial f omplMion Emilev� _ j2413 Change (Wer Autltorhed Final C. mptetlon rlalr —7-12j31 - I 1f31/IS}14 Actual / Estimated Substantial Completion Dace Actual ) Estimated Final Complethm Date j� 1/31/2D74� j ProjectAmnager Prolp.rlhlenderlt Sal o1vOtiicer 5upeDon Tu_mlin_son Rarnitu Martinez _Don Tumlinson 1Y rc?r•!age of Iime Ueveted try The Pr elect Prt+posrtl fcr llrrsrrvjeCt _— — Yes Yes____ ___- I -Yes M ItOvidual Start and Curnplete the Project? Yes I Yes Yes It 1!01, t•:Ito start,,d of sump etmI the p►uject in their pIare, lteascrl Inc change�� — — i I itieKi�nL+r 1 Constrrx'ivn lhanager �lir^_SY minrnar ul issues Resolved Quality control f'l arrti ge r _ BarrrrCy//Brown Yes Yes _- 1 Name Title/ 1105iti4n I Organization Telephone E.rryail _� Lyle Fetter-ly� Facilities Director I Lubbock Count r��i 806-775-1006 i i retterrygroJubhockiRm Willie JUSUS Engineer _ new Associates, Inc:_806-779_Q753 ---- Iwju�aenewamdates.cc Ai;me Electsic Co.-:- iutal Amc-nit irnmtvecl ill ' Number aF Issues l ` Total Amount involved In i N/A Resolved Imes N/A f Pending , N/A Resolved:lsues N/A _ - --- M - Projttct Infarmalron ATTACH M ENT tl Btt (100a CAL" ++rr ' Lubbock County - — J �roiect flante Electrical System UlWade - Phase III General Description of Project AN work at 916 Main St btilding to replace twit -Fr igear...i6n5nuatfvn olMo Phase it' - -' - - - I Qudeel rlistory A+r,vtrn' Arne 9411 $262,649.91) i;L Pije Orders N/A � IlGtilwr Fr+I.a►+�rrr:eryrs f vtlfafei •+gn C'nnditions__i lnidl +Y� Fire d rvr k - € 5262,649.00 _ Schadtde Perrprmance of Bid unt 1 lai late L14V Notice to Pr oceed - _ �— �_ .� `j t/28M14 i 180 Contract Substantral Ccmplptle n DAt@ ar Notice in Pr❑med 7/2ffl3D14 - J ' Contract rival Cornpietion Dal$ at Notice to Proceed f Change OF der Auth.orited Substantial Completion bate-- _, Change Order Authurited II'M [;;rr+ple Ilan oate _ - - i Actual E Estimated Substantial Ctn+plP.tlfln gate ' Actual / Estimated rhtaI Carnnletinn Date 8/29/2014 l+e+ricer;Yge o! Tip+e EDPoatpd io IhuF Prnie- .l -- - — - P+ofPowd IUr 0i5 crurct ^� tlid tntlividuaI 5iart and Comptele the Project? tf nut, .vlm start. ID co^ pleted the proyecI In their plat& ~RplsS!1+for &:!ir. tat•+=e' --- _ - C�es+�+,er Cnns!11Ictrun NIATIfeet i t3:+n�r _Lyle Fetterly _.-- Willie Justis �r Geotpc Tillotson Project Manager t ille! Positioit -yes _ pro pet 11�1 �g�r Project 1 Quality Copilot SupnlinlCndent 5prr ly ❑fR �r Tr1an igrr .Ralnto Mat LIP -ex_ Pop_Tumlioson . -.. Barry Brown -1- Yes l� _Yes --- Iles - - -Yes _.. �Y�P,S.. -.._. .Yes TUIRREMI lion 7elppharse _ __ _ _e-mail � T k Cbunt+f $OG 775_1006LFettely_@tvdu6boc�&t. Agnew Associdte._IM.._ 806- la-0753 T i wiuslismagnewassoclatestt Nurnr er of 155,ues i meal Aviour1L involved M tourl.k.- lwal .QrT17Jnl inlotved In Rmlved NIA ; Re s wei issues- - --- !'�' (Iry ir+g N/A 1 Project lnformaden ATTACH M E NT " B" r ^oierl '. sv^r T [Colorado_ River Municipal W ater District (CRMWDI _ Project name _Base f1, 22 and 73 Electrical Modifications C+eneral Dp --cription of Project An rrark mKemry for rernwing and a epl�hitthe Maw Con" Centers at each base I >? it( IRet HislorG �stx+urtl 5854,Uf1U.D1] _. _MA — j $850.0.00 00 i Schedule Performance ..___ — — 7i cf Bid � 7� Arrraunl i - Nolice to Pror-eed r ._ — _. __ l . Sf] -- contrail substantial cotnl?t?tinn Date at Wotice 1' Prix _ _ 31 D1/2014 Coratact rwal Eornpl tiorr Date at $ratite to Proceed 61,w & der AY thot ized SubstantW Comp1IeZ iOh aat1: Cttan_er Order Autho►tied Final ComPIetloal Date— ACIua11 Cstrn+ateti Substantial Completion pate 3/0112fl14 I Actual I E-,tima:ed Final Como le Non Date Prviect Manner Barry Brown I' -enu)g - ' I i itT a IJa�,.t:-d IG 11w rrmie J k �� :µnsFd kae Ibis prnlect— n lndivrclssat =tart and Cemplrle tl,a Prolect� _ Yes it no:, w1n staff rd of completed the project in the°r rla�7r - Re•nsmi fpr [l+apEe - aroiiikCI � Jr, £r IR I eRd P--tl ]almes 5artorr,,,_ Yes SaretyONwer I QuAity control !ti<1anaCC'r -Don Tumlinson €3arry arnwn �- - -Yes __. Yes Yes —Yes. �Na[t1k k Titiej Fusition organization telephone r. rt,7it M1111 Grant R rese.nlative - -- CRMWD U,,II I,et flpbet-ea Sandoval Engineer Freese Nichois, Inc. 8_-7-735-7721- ---- l rsia+Iree5e.�D1� ' CI1H5[rUC!i��rl r•.!an�t?r!' ���Ele�t���• - . .� -- - - ----- �-.—"__' .- { 7t lRiv w1n-------- _ i t1tJ11,1:0r of lssua; `vial �cl+cur-:! invplved rVumbar of Mki- 'fOltll Amount 'snvvlvrd in t:salvFd WA .mved ssraNs ;'' ' Pe•ldirkg N/A ---I Resolvedlssues NJA Ptnlert Ir+lo[rnaikrn ATTACH M ENT 11 BIr Cti7 U{ Lub w�i Saul-heasi Walet Reel om3ttiun Plant IrnprUyetttentS - ' [..... u.ls, iw , �• r t::•. -prtr%d !ram ali IOvr. Inaler�i Is�iesting elt�for all eleckrical arid 6mi umental wtxk. I Bung^! II15,1" I Schmulp Petiorrnante Amou7' - "t $3.338.000.00 _. ...... t}•_1=C! 1C P40Cf`eG IIIcv i leltptt --- �vtethOl 429r1i87.38 -- - -- Cur,traL Strbt all CBm CAI-,,t rlutkr in r•.r.00V-1 - rT �- *r.rrw Et•I+.ri+rC+ .• +lit ---- - $eG] 7,$j .xf f_Cr'L•a[I. anal Cu,rYIrlslts fT UJIIt a! Moue to 1`4Me:=d_ -: 111110rhSr a++ txl-d vopl1 _... Chang Order ALit.hsx imd Substagtiat C4rwlctlon Uatr t.rs�gn rz'.frv4 - . 12 0x2 a mplerlan i}ate eha e, 0d4r rsuthorli_difapt[a it _ Oki wall Fstimm%edSobs tan tiatCumeletiw, 0ate Ftrril I d;t _S429.887.38 .t,4 767 R7.3B I ; Artual I Estlr+asrd =k,alCompletl -m Date 6101/2012 I rrnlett MazaFnr 11*rtAPCI satiety rAllrrr Quality C01f1101 i Sunerintentle++t lAi„>Ftrr E3�rry Bruwrr�I David Ripley__ OwTumlinson BarryBrvwtt Frr ;Fntage u1 i mi 1C v:ed _+ the Ill l,;rt —25% Ir•epa•ed tug INS Prn}pci Yes Ye5_w Yes Yes yes Yes yes�— r-111Frti,taro}U�?1[I:,?-•jk`joiiI,inrr+'h-V,nit*d +r IJar• •; ! lillel 1'uyOon 1 leleplia4m ` — F^naVl _ ingar,iratlon j t'rrr�er _ AJVS�y_GOnt�IQS 1 neArese��La[i►'c_ f City of asesQovAjbWk-us [lestgner - Wanda Luger 15r.Ejectrical Engineer I Mark &-V..eatr-h lQ- Q7U 6�^ 11tlpl=rwm�4u,�Gm_ Lut,7ru[tia r irlargilel Glen G. I eCa--+tirn,ILNrrnW,rAltnGlp.rora�s=l sw+sty �e4Sr2^ rMotsott i_A?_ertt l Zuridl SLQwS35-501A , l iittrt•tl•:! Vr +�5 5 lwa, Ammmit enunlvrri In r�urnber or Issurs v131 An,ovnt I1vphE[f i+t' NIA ItesnVved Iss+re° NIA rt�;*-hid NIA r Resatve4lssues _.,. NSA - t Ferrdinq - - _ _ .- - - __-- PIoIL.t wurmativo ATTACH M ENT rr gn t Flame _ �stsitIL, WW I P Transfer Pump Slatiurt ,u _r_nf 1 rTy., 1.blew srfasle-waled treatr•nentplant •'u nq 5c Wi in Dallas. VY. - I elldgel lfitlelr Shceduir P(!rtnfmarice: to PrxeCrJ 10� 131; LIM: hnr,•..r r 10z1r1 Contra i Subital,lit,l Ca,nPlet,yn Uate St Nblirr hJ r'ri1C"d t}wrrrr { �,hilxer•.xr,ts T r �� ����� Lum tact final Completkln Cats at No ice m r,acevd 1 —. ,frJ r ,_[y_r.i,5.1•+ n"t _ .Y_ _ - ._ 1�hal,georder AW►yyrirMCI 54jumwit Wc^rl,pie R.or, Valt: ^vsirfIVSVIO4 OVIflee III dE► Auriioriled F4 aI r-mvphet,arl Gate �• 1 =�_, _ Aclu!O I Est Wiial tord 5ubstanlial CemPIetion Date T 03/31/2013 F'nra ICo;t } 5x 1'I1 4 e. f1w uuual 1 Estimated Final C wWkAiwi Dale - - � �rC�HC'. Ltsraliiy CprgrPl i •^lart hlyyAf;M 5,ilely f3TPa'r� _ St:Porb,tenQent _ :•anapYr Rod Allen Todd Eloteman Chris Drove. Todd Bommar, Pe,t orllage 01 T�rrre Lres ulPd to the i'rop'rt 50% 100% y 1C?0°i, Lt]Q fg--- 1'•:gr�s••J f,x the: f•ej••C., __�.����....�Yg5 Yes v� -- 11 [ ^'nrfR1�}�11f.3r[�. .. _.1r,•.r.,.^, .�. _... ins YPS is � -yv S. f 1, •51'il.%V—h r St Pr, P'�•t 1 - �11 rir[E I11 "1 1t71:1'.'" r - i Tale) Position Organaarkln Tt!14,Vh^T•t+_ _ - ma Shaltl+,dCdtilL��Clty Representative — C-it} pf Dallas 21+1 2T6 21Uqi hcl,r,r�uw�►a�rrr.,r�ra au,,rn,rrin i 11rl.i�nrr Tim Lam vbell Engine-r- � t_-rr5111100" I.11„-Arxr tvlie:tiae_I Swaf.F;! Project Manager .,,, 6r•,[ an,9tlt[ i,.N,n er�wahh�raun.corn 5,1rFry r Till .[' 1 n "u1l�ll , • , `• 1 1 1 11,4-: ;, •,.;:�,t rt. ,'.; ..•_ 1 :..1.... ..r of 1wucs 1 e TWO in.pLIP11 involved at .� .._ „! f IJIl1 ltesG�rlls�l¢s N/A i Pendmp N/A _^itte3rl,rdls,u RN/A - ATTACHMENT 11 B" .1.' „.•elwi [•lnrth Tnxa5_ R+1sl,IMva[ W tCr [lislesrr _S_mAh F7esg11ile %NWIn Cxy-w-,il•n . EIeKtrpi. I i111p!QVrg11te!1ls.-1nd_additI0115IQ%Wk -VY-_3 r ttl:al711ent llartiLtx7anstolt. I ?a ,; r "vt•_rV ` Sih�dule Performance of R171!?Unl 'i lil'I l��1:7' ! DryYS Amount _ �QA/i3j7QQ9.. 53432,63A.Ofl...�_� 'r1�t,cewP�nr.Prrl -,'"la° ` _ a 1 �9GZ 00 _�. - --_ _ _ Crr-ual:l Sutr►tantiil Cmrnu4•uvr' Lase a +•hjinx tv_F (nca_r-_d !.�•. sa• rl,r„ i.rm-r- t CLrgGPCt f,11'J1 ILpmplellun i1ZlC J. Motile W PfUL4 d _ LhanoeOf4P! AuthWized SUI)LUrlliatCUM pletian Dstc i!C51 Ir 1'Rilr•C I;tlarsrre Order Atnt•or lied ri,A 4.i,tes141,.+n Dal,• - _ -••----- _-_.__ AV Dale Z ���_0� ass _ _- k51946-593.00I Actuat J Fstimated r-rnal Completsan Vats 1 Rlnlett 1'r njrrr hi0n.�e!_ � Glf a 1• r 'alra"t-V C^nlrpt _Salt <vt•Prrn;Cruie^t _._ i�1�naQae - - — -- ILtnl-• _ , ltO Alleii Eddie Rklia!tis4Tt— Dori Tion111}S(M "l[ v-fiYlsvll. 1 • _ —LddiP ; 1'pr L�'f11 r>E1• Cr LI!'elI 'IL•1'V,', r.rap r r0OpIneq im 1}Ir9 F''Llf'Ll - -_ .,. _. Yet _---• - -Yes_— _ _ .. yes -yes —_ t}rd wirttdnal S'7r-IIMI C•s►l Or12 111p pt^Ir,rr' -•—� Yes YQS_ �1 5 Yes_ _ 11 nnt, who SIA('A,I- Comrl, Pr r- i I-) Chrir V1b, I I— Pn. rm lat r naf c. f - - ._ - `-- i�k�s� � r;_,;Ir,,. _�-- - T!±'elrh :np ... -- - ...,_.—_.. -- �` � Kara-l3vrn�s—w_ TU•ganiz�slictl Project Mnage,,T r+tTAAWO__—_ .-4Z_54.05 �,��rrnss�nM�1W11.CP*�e Larry Sirith in��r_ ltanig Dresser�a Mcl[ee 2�A-3AG_28Filt - - r urlrwt+n,r, ,,!t_q ��_Cn ]1 IF Law3@ a _ Pff)je t Manager t 19a; v�struclors_,97i•ZI7.3x$a leffimladr[unslr turn s011s' - i 51r rly �. Georm Tillotson A e► [ Zurich 800-539-5011 lowntwt of K%U.L 1s,tal dn,r�unl rsvld�lit its • Nambv o[ Isti N/A N/A 113:al A+nlnsm +welv�� p1 Hrsnl:^d S:r+s• NIA ltrtnlvYL• _ i`ijrl-I+.r;a!':rlils�rYc pentilr+R �.�...� Pate Intentionally Left Blank City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted With Prnposal 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 am awarded this contract by the City of Lubbock, I will be able to, within ten t1 of bossiness 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. rt . _q 004- - -'Q. Charles Howard, President antractor (Original Signature) Contractor (Print) CONTRACTOR'S BUSINESS NAME. Eagle Contracting, L.P. [Print or Typel CONTRACTOR'S FIRM ADDRESS: 5700 Park Vista Circle Fart Worth, Texas 76244 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, It you have any questions concerning these requirements, pleasc contact the Director of Purchasing & C:ontract Management for the City of Lubbmk at (806) 775-2a72. RFP 14-12048-TF - Northwest Water Reclamation Plant Page Intentionally Left Blank SAFETY RECORD QUESTIONNAIIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 272.0435 of the Local Government Code, and consider the safely retards 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 fallowing 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 nny 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 far violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmenta! Protection Agency (as defined 'below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of Stace Health Services (DSHS), the Texas Parks and Wildlife Department ('fPWD), the Structural Pest Control Board (SPCS), 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, suspensiortlrevocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contactors 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. co=ration, 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? 'fTE S X N' Q 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. Offeror's Initials QUESTION TWQ 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 noti= of violation, notice of enforcement, susoensionlrevocations 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, ❑f a criminal offense which resulted in serious bad i13, injury or death? YES ND X lithe offeror has indicated YES for question number three above, the offeror must provide to City of Lubboely with its proposal submission, the follotiving information with respect to each such conviction! Fate 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; .96 ACKNOWI.FDGEMENT TFEE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and apswers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misreprese tations or omissions may ca a my proposal to be rejected. Signature Charles Howard, President Title WORKERS COMPENSATION EXPERIENCE RATING ommlfRisk Name_ EAGLE CONTRACTING CORP Risk ID: 420061676 Rating Effective date: 0310112014 Production Data: 11/01/2012 State: TEXAS eSfiil6 I.� ��E%GseS",: K{F7t cted Exp-Priam AdrF-*c Loseiis 9allast AcHnc LQ66es G�3lti Acl Prlm �i p y .'DOEYSw iLoss", rLodsc+s;. rx .21 GD.637 116,424 25,7971 245.449' 1?.4$3 257,D6fl 11,611 {Hy.Act Inc y Lcmad; as 1 1,61 i 1-211 1 90,6371 116,4241 25.787 133,106_ 17,463 144.717 Prl lary:LvsaQs 5{abIEEzljig Value R+ta a l:xcuas WAS I E (I) C'{1-A)+G j(A)'(F) (J) 1Actua7 11,611 89,066 j 27,952 128.629 [Ej C'(1-A)+G (A) (C) (K) Expected 25,787 89,055 19,034 133.867 , ' ,: ' ►SR►i #�. 9p SA Y Fe �,I;,r� -ill( �p 1 Factors .96 G'�PPno-r IHI-:014, A], rlghde mseryall TI:Is peadlari 4com" W OF GvmrA4W. lm R'ro Inf Um w^JC, afe 1pe prooe4rr aid e#1ul-va pf op[T,y ar da Nal. :. rkZ- Pn yAdlpe,4, bL:. 4�r rx Irc {NC��i No:ul7rs' uw• *smerilmor; Late- 6�aldle'. an sq nmetit or }i�C]l4dn d Gus prod re, In wrne or f;l parl. rally be made w-.'itr.A Ina pnar rntlen U nHnf :f NCCI Thtl pro]:CI li y4R1IWa `1ka ra"A!, aYatlaGa"'V111h LI tlelBCi' and IRCuoeS ln'orTni:6n arillada it lM Urrq of p.dlimlicfl pAYy NMI makes no reprnf wjw.rdf1 or waTwU e3 6I arrr kVnd rel a 4 R. to the WOdJ0 and hafaby arpreefly dada arty and ea nxMm i• elell.'LMMJ, of Implied wwrLlUv& miAing e1e knpaad wnrrr-e aI m . -a..sm. y- f .-se 1 bf a ;.BrtICuIBr pavaee, ecwx7 =np,qlenaei. uw rarmm oroarmLinaif d &,q Irftiwhpy or pSdxt karvahad twovwsa F1 rryaponsl*y!ar Ilm ""a w1i f4 any and el mwlla dented of cAlateed Ur QM the use al the produ7 afe 0wr lnd -ere soC NXJ sr4l fd two eny UNWl it e1Md Page 1 of 2 WORKERS COMPENSATION EXPERIENCE RATING SAI Risk Name: EAGLE CONTRACTING CORP Risk ID: 420061576 Rating Effective Date: 03(011201d Production Cats: 1110112013 state: TEXAS 42-TEXAS Firm 10. Firm Name: EAGLE CONTRACTING CORP Carrlor: 104D5 Policy No. A5CN435791003 Eff Date: 03/01/2010 Exp Date: 03/0112011 �o�e ELR DK P$yrall 1 Expected Exp PrIrn Cosa6 !CIaG�i ,Dfite IJ� I' . 'Ad Fnc 1 aflPrlmi Lof;saat ;�;'I�_ sees 3724 1.15 ,20 919,3B2 10,573 2.115 GCO27414 104 F 1 36,106 5,000 5193 1.08' .23 829.051, 8.954 2,059 &W 1,24 241 753,5121 9.3441 Z243 15213 1,57 .21 370,712 5.820 1.222 5605 .28 .22 1,291,M51 3.6151795 .06r .22 1.456,7011 874 192 r5Ut7jecl EfttlryTotal: 5,520,59 Premlum: 220.310 Total Act Inc Lass as: 36,106 42-TEXAS Firm ID: Firm Name: EAGLE CONTRACTING CORP Canter. 1045 Policy No, ASCM6791104 Eff Date; 03/0112011 Exp Data: 03101/2012 �1 ci '1Ryr,fC9d atlq tosses Ex l:ass4s rinp 1 . Atlr. Lasses Act Prtn mT iLosses 3724 1.15 .20' T79,656 8,965 1,793 GCO36693 Lb - 1,611 i 1,611 5183 1.DB .23 504,2134 6,526; 1,301 5200 1.24 .24 11113.555 13,808 3,314 1 52t3 1.57 .21 441,806 6.936 1,457 5b06 .20 .22 1.415.129 3,962 an ' 8810 De 221 1.046.627 528 132 Subject Premiums 231,497 PaI c TataL• 5,401, Total V Inc Lasses: 1,dif 42-TEXAS Firm iD: Firm Name: EAGLE CONTRACTING CARP Carrier: 10405 Policy No. A5CW36791205 Eff Data: 03101/2012 Exp Data: 0310V2013 aD0d4 i yJcr., ; ELR > l D. iq I Ray", EXpe�r+d Laasas l xp'PrArt Lassos: clan -Dew IJ�OF Act Inc: Loz*2 Act Pdrn Losses 3724 1.15 .20 760,389 8,744 1.749 GCO37997 04 10 219,3439 5.0w 51331 1.08 i .23 787,581 8XIS 1,956 520C 1.24 24 842,4458 10,446 2,5D7 5213 1-57 -211 203,070 4,457 9w 5896 .28 .22 1 Zn,7071 3.554 734 8810 .06 _22 1,168,330 701 154 Subject 106 578 IPalIcy Total; 5,115,534premium, Total Act Inc Losses: - -. 219,343 1 Cac1'M't 1593.2a14. M r+Ghu n7wNd. Tnit prodw is [amen ie ar mmpdaL ors and 4Ho-fra:m rnrh am me prapne Lary and axdmr n prvp wIT vr Bye Nou," Council Crl : roersa]on :nsunnm. I'r- I":x 1). No hs7 w use- nesam Munn ule. tMilm: • aZlgwa nl or digfng tarn ol W t rxW n;t, In wtlga R inp*% (My a f1ede NI#W Wern"r Wllyn cn1 t 6' NCO. Thuin 1 Pt furs%n*d'A4 li 'AS a'YilaS*l- "VH71 BPI pero cli nd MOMS InUx-T tlon BY EPWtM e: wvum Br ptbkzl an pfrp 1fCf� Rlefl�t+tit repese:La li �r17 d wrrwomt of ary lum releenp la the a�T)tl11Ci Lid rdrMy eceprat tlf d,IdWrra arty and ak szp Bet, tulocry. cr 1maLed NLTenke a, In 11 4 MR w 1 *11 tl Vowanty of rrwdmrldbli I f'naf r Ir a pkl'=xar mrW ow, w=lltsy. wnwl sleneie. WTerervtt, � cane =1eea or Mly Ynlowdiko l or protlrzt ILnYMw hertunder M ragwb1 fr for Via Uw of we fa urrf arld at rr%Als orlh9 or of aned P 1ee Lae cf rw produa Pre dtw end ukelt trod NE CA Mall not rare WV kwiVr 1h"10- Tay df Pa" Year d all cash 32OX or Ins ❑ 0541w Len X Ex-Mp*cal Covweye U Li5w-w C Cxrtxple tote E Err¢vyw-e L3blte•i Lou Al Umla) L:ae Page 2 Of 2 City of Lubbock, TX Suspension and debarment Certification Federal Law (o-102 Common Rule and OMB Circular A-I10) prohibits non -Federal entities from contracting with or malting 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 ar services equal to or in excess of $25,000 and all non -procurement transactions te.i;., suh-awards to sub -recipients). Contractors receiving individual awards of S25,000 or more and all sub -recipients roust certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of S25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME; Eagle Contracting,L.F. FEDERAL 'TAX ID or SOCIAL SECftYLY No. 7521562 Signature of Company Printed name of company official signing above: C harl fiaward. President Date Signed- October 31 2014 Pate Intentionally Left Blank PROPOSED LIST OF SUB -CONTRACTORS Minority Owned C our psnY .Na me � L lIocat lIion Se]rvim Provided Y es Nu 1. n] ry a•_ r1a1 TiC �L�+si CJ N� ❑ 6. a, A a A. � 7. tg S. i1 U� ❑ 9. ° 10, ❑ it. ❑ 12. ❑ U ° 14. ° 15. C 15. ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE ]INDICATE SO SUBA'IITM) BY: Eagle Contracting, L.P. (PR iN T NAIME OF COMPANY) RFP 14-12048-TF- Northwest Water Reclamation Plant 2 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 Pate Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS Minority Owned Company jHame Location Services Provided Yes Me 11 Acme Electric Lubbock, TX Electrical 02. J4 Anthony Mechanical Lubbock, TX HVAC 05 3. Dobbs Coatings Weatherford, TX Painting ❑ X 4. Llano Masonry Lubbock, TX Masonry Q Xb S. ABF Raofng Lubbock, TX Roofing o )b 6. Superior Concrete Prod. Euless, TX Fence C X 7. Wunderlioh-Malec Addison, TX Instrumentation a Y4 8. 0 d 4. o Q y n. � ❑ 1 I. a C3 13. C ❑ 14. d ° 15. a ❑ 15. C d SUBMITTED BY: Eagle Contractin L.P. (PRINT NAME OF COMPANY THIS FORM SHALL BE COMPLETER AND RETURNED NOT .LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP 14-12048-TF - Northwest Water Reclamation Plant Is PajZe Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank Bond No. PRF9160639 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(s) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Eagle Contracting, L.P. (hereinafter called the Principal(s), as Principal(s), and Colonial American Casualty and Surety Qmyany. &rrich American Insurance Company (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 Fifty -Three Million Six Hundred Eighty -Five Thousand Dollars ($53 685 000) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and th6ir 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 18'h day of December, 2014, to RFP 14-12048-TF Northwest Water Rec3amation Plant and said Principal under the law is required Before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 9th day of January 2015 Colonial American Casualty and Surety Company, Eagle Contracting, L.P. Surety Zuric erican In ura a Company (Company Name) *By: By: Roy Ewen _ (Title) Wilb6rt F6ymond Watson {Printed ame) Attomey-in-Fact ! 5i� a! r EH Enterprises, L.L.C., General Partner (Title) Roy Ewen, President No Text The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates "* see below an agent resident in Lubbock County to whom any requisite notices may be delivered and oa whom service of process may be had in matters arising out of such suretyship. '* Kevin Dunn Colonial American Casualty and Surety Company, Tucker & Dunn Agency Zurich American Insurance Company 12402 Slide Rd., Suite Sat Surety Lubbock TX 79424 r. * BY: (Title) Wilbert Aaymond Watson Attorney -in -Fact Approved as to form: City of Lubbock Bar w Nate; maned 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. No Text ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the Slate of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State or Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"). by GEOFFREY DELISIO, Vice President, in pursuance of authority granted by Article V. Section 8, of the By -Laws of said Companies, 'j which are set forth on the reverse side hereor and are hereby certified to be in full force and effect on tht date hereof. do hereby nominate, J constitute, and appoint Sammy Joe MULLIS, JR,, John William NEWBY, Wilbert Raymond WATSON, Carolyn J. GOODENOUGH, Mary JO ZAKRZEWSKI, Sandra Lee RONEY, Michael L. TULLIS, Debra Lek MOON and Andrea Rose CRAWFORD, all of Addison, Texas, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surely, rj and as its act and deed: any and all hands and undertakings, EXCEPT bonds on behalf of Independent Executors, Community JSurvivors and Community Guardians. and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duty executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills. Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in Their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 26th day of December, A,D. 2013. ATTEST: '�� '� 't Assistant Secretary Gerald F. Holev ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMEJUCAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND e,sWtr5 a,, ttr/,y+ � o 8SAL Vice Prd sidew Geoffro, Delisio State of Maryland City of Baltimore On this 26th day of December. A.D. 2013. before the suhscriher, a Notary Public of the State or Maryland. duly commissioned and qualified, GEOFFREY DELISIO, Vice President, and GERALD F. HALEY, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, tk;poseth and saith, that hclshe is the said officer of the Company aforesaid. and that the scats affixed to the preceding Instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority anti direction of the said Corporations. IN TESTIMONY WHERE -OF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. sgru►yr D°4� runia`r H un►'t Maria D. Adamski, Notary Public P CA-F 168.00168 My Cemanission Expires: July 8, 2015 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, A ome s•in-Fa t. The Chief Executive Officer, The President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies. recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any dnw." CERTIFICATE 1, the undersigned, Vice President or the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLANID. do hereby certify that the finregoing Power of Attorney is still in full force and effect on the date of this certificate. and l do further certify that Article V. Section B. of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Altorney..,Any such Power or any certificate thereof bearing such facsimile signature and seal shall he valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the Sth day of May, 1994. and the fallowing resolution of the Hoard of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 14th day of May. 1990. RESOLVED; "That the facsimile or mechanically reproduced seal Rf the company and facsimile or mechanically reproduced signature: of any Vice -President. Secretary, or Assistant Secretary of the Company. whether made heretolfnre or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company. shall be valid and binding upon the Company with the same: force and effect as though manually affixed. IN TESTIMON HEREOF, I have hereunto subscribed my name and affixed the corporate seals of the: said Companies. this IJAay of 20 9 ®rPe ly 7j A �r�ago Thomas O. McClellan, Vice President a In r No Text Paee Intentionally Lett Blank 0 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 Eagle Contracting. L.P. , (hereinafter called the Principal(s), as Principal(s), and Colonial American Casualty and Surety Company, Zurich American -�' Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter I called the Obligee), in the amount of Fifty -Three Million Six Hundred Elehty-Five Thousand Dollars I (S53,685,000 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 le day of Decem er, 2 1A to RFP 14-12048-TF Northwest Water Reclamation Plant 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 1S SUCH, that if the said Principal shall faithfully perform the work in accordance with the plus, 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 9th day of January 02015 Colonial American Casual a Surety Company, Surety Zuri merie n rance Company * By. (Title) Wil4rt Raymond Watson Attorney -in -Fact Eagle Contracting, L.P. (Company Name) By; Roy Ewen (Printed ame) (Si a e) HE}i Enterprises, L.L.C. General Partner (Title) Roy Ewen, President No Text ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSff COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the Slate of Maryland (herein collectively called the "Companies"). by GEOFFREY DELISIO, Vice President, in pursuance of authority granted by Article V. Section 8, of the By -Laws of said Companies, which are set forth on the reverse side her of and are hereby certified to be in fuII force and effect on the dale hereof, do hereby nominate, constitute, and appoint Sammy Joe MULLIS, JR., John William NEWBY, Wilbert Raymtmd WATSON, Carolyn J. GOODENOUGH, Mary JO ZAKRZEWSKI, Sandra Lee RONEY, Michael L. TULLIS, Debra Lee MOON and Andrea Rase CRAWFORD, all or Addison, 'Texas, EACH its true and lawful agent and Attorney -in -Fact, to slake, execute. seal and deliver, for, and an its behalf as surety, 1 wd as its act and dct.-d; any and all bonds and undertakings, EXCEPT bonds on behalf or Independent Executors, Community Survivors and Community Guardians. and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the: regularly elected officers or the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills. Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills. Maryland., in their own Proper persons, Tfte said Via: President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8. of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF. the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Scals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELrrY AND DEPOSIT COMPANY OF MARYLAND, this 26th day of December. A.D. 2013. ATTEST: �01 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY 1~IDEL.ITY AND DEPOSIT COMPANY OF MARYLAND '".. t . du �`sl''l S a Assistant Secretary Vice President Gerald F. Nulev Geoffrey Deli.sio State of Maryland City of Baltimore: On this 261h day of Dezember. A.D. 2013, before the subscriber, a Naary Public of the State of Maryland, duly commissioned and qualified, GEOFFREY DELISIO, Vice President, and GERALD F. HALEY, Assistant Secretury, of the Companies, to me personally known to be: the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of saute. and being by me duly swom, dcposcth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed in the pmctxling instrument are the Corporate Seals of said Coanpanies. and that the said Corporate Seals and the signature as such officer were duly afflxcd and subscribW to the said instrument by the authority mad direction of the said Corporations. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Sea] the day and year first above written. eteu�° 4�rNi g 1• �F 3r�rrri+rluµt�``�' Maria 1). Adantski. Notary Public POA-F 168dlal6B My Commission Expins' Juiy 8, 2015 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V. Section S, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may. by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies. recognizanccs. stipulations, undertakings, or other like Instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto: and may with or without cause modify of revoke any such appointment or authority at any tune.' CERTIFICATE I, the undersigned. Vice President of the zuRiCH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLANID, do hereby certify that the foregoing Power of Attorney is still in full force and effect on Elie date of this certificate. and I do further certify that Article V, Section 8, of the By -Dews of the Companies is still in force.. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and field on the 15th clay of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a secretary or an Assistant Secretary and the Seat of the Company may be affixed by facsimile on any Power of Attorney ...Any such Power or any certificate thereof hearing such facsimile signature and seal shall he valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Direnors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meting duly called and held on the 5th day of May. 1994, and the following resolution of the Board] of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at it meeting duly called and held on the loth day of May. 199U. r RESOLVED: "Thai the facsimile or mechanically reproduced seal nt' the company and facsimile or mechanically reproduced) signawre of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with tlx- same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this �Isy of +l 0TT1:N')zji i9AL —9,�-Wbw Thomas 0. McClellan, Vice President Fidelity and Deposit Companies 4 Home Office 14DD American Lane Schaumburg, IL 60196 IMPORTANT NOTICE To obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland. Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company's toll -free telephone number for information or to make a complaint at. 1-800-654-5155 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 7 1-800-252-3439 J You may write the Texas Department of Insurance: P.D. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 1 PREMIUM DID CLAIM DISPUTES: Should you have a dispute concerning the premium or J about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part ar condition of the attached document. IS2A3RTX) t081U1) No Text CERTIFICATE OF INSURANCE Page Intentionally Left Blank TO: CITY OF LUBBOCK P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 THIS IS TO CERTIFY THAT CERTIFICATE OF INSURANCE DATE: TYPE OF PROJECT: (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company. the fiuther hereinafter described. Exceptions to standard policy noted hereon. TYPE OF D SURAINCE POLICY NU -LAMER EFFECTIVE EFFECTIVE LLIIITS DATE DATE GENERAL LIABILITY 0 Commercial General Liability General Aggregate $ 0 Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE r.ras= ❑ Any Auto Combined Single I mut $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Antos Property Damage $ ❑ Non -owned Autos 11 GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUMDER'SRISK ❑ 100% of the Total Contract Price $ ❑ EVSTALL47701VFLOATER $ EXCES,SLLAB-1= ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Tim Umbrella Form $ WORKFM COMPENSAIZONAND EMPLOYERS' LLABILI7'i' The Proprietor) ❑ Included Statutory Iamits Partners/Executive ❑ Excluded Each Accident $ Officers are- Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto/General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OPAND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, 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 DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and 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 fiom 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 Afft. ® CERTIFICATE OF LIABILITY INSURANCE 1/8/2015 ) 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(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Mullis Newby Hurst, LP 5057 Keller Springs Rd, #400 Liberty Plaza II Addison TX 75001 CNgME:ONTACT Leah Wood PHONE Ed, (972)201-0131 FAX . (972) 201-0123 E-MAILEss. 1WOOd@mnhln9. COID INSURERS AFFORDING COVERAGE NAICN INSURERA:Old Republic General Insurance 24139 INSURED Eagle Contracting L.P. P. O. Box 1600 Keller TX 76244 INSURERa:TraVelers Property Casualty CO 25674 INSURER C.Was tches ter Fire 10030 INSURER D: INSURER E : INSURER F: COVFRA(%ES CFRTIFICATF NUMBER-14/15 REVISION NUMRFR: 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 ADDLSUEIR 1= Jima POUCYNUMBER POLICY EFF POLICY EXP LIMITS GENERALUABILITY EACH OCCURRENCE E 1,000,000 A X COMMERCVLL GENERAL LIABILITY ClAIMS-MADE FX1 OCCUR h6CG36791407 /1/2014 /1/2015 DR I E TO R nDcal $100,000 MED EXP (Any one son) $ 10,000 PERSONAL B ADV INJURY $U2,OOO,OOO GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER' PRODUCTS-COMP/OP AGO17 POLICY X PRO LOCOMOBILE LIABILITY COMBINED SINGLE LIMITa accidera BODILY INJURY (Per person) A ANY AUTO ALL OVNED SCHEDULED AUTOS 6CA36791407 /1/2014 /1/2015 BODILY INJURY (Per aWtlent)MRTEDS PROPERTY DAMAGE AUTOS X NON -OWNED AUTOS E X UMBRELLA LIAR X OCCUR UP-15S18835-14-N7 /1/2014 /1/2015 EACH OCCURRENCE S 20,000,000 AGGREGATE $ 20, 000, 000 B EXCESS UAB CLAIMS -MADE DELI I X I RETENTIONS 10,00 $ A WORKERS COMPENSATION X WC STATU- OTH- FR AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERrEXECUTIVE Y/N EL EACH ACCIDENT S 1,000,000 OFFICERIMEMBER EXCLUDED? (Mandatory In NH) NIA 6Cw36791407 /1/2014 /1/2015 E. L. DISEASE - EA EMPLOYIEF $ 1,000,000 E.L DISEASE - POLICY LIMIT $ 11000,000 If yes, desente Under DESCRIPTION OF OPERATIONS below C Builders Risk 121062583 003 /1/2014 /1/2015 Jobsde Limit $53, 685, 000 TrannVStorage $500 , 000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, K more space Is required) Re: RFP 14-12048-TF Northwest Water Reclamation Plant Certificate holders include: City of Lubbock, its officers, agents and employees City of Lubbock P.O. Box 2000 Room 204 Lubbock, TX 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE N. Ray Watson/LEAN _ ACORD 25 (2010/05) INS025 (201005).01 U 1988-2010 ACORD GORPUKA I ION. All rights reserve( The ACORD name and logo are registered marks of ACORD COMMENTS/REMARKS J The General Liability, Automobile and Umbrella policies include a blanket additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability policy includes a blanket additional insured endorsement that provides additional insured status to the certificate holder for ongoing and completed operations only when there is written contract between the named insured and the certificate holder that requires such status. The General Liability, Automobile and Umbrella policies contain an endorsement with primary and noncontributory wording that may apply only when there is a written contract between the named insured and the certificate holder that may require such status. The General Liability, Automobile, Workers Compensation, Umbrella and Builders Risk policies include a blanket waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate holder that requires this. ORREMARK COPYRIGHT 2000, AMS SERVICES INC. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (Ed. 7-84) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the Insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page, In the event of cancelatlon or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice Is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule Schedule 1. Number of days advance notice: (30) THIRTY DAYS PRIOR TO THE EFFECTIVE DATE OF CANCELLATION OR NON -RENEWAL. (10) TEN DAYS PRIOR TO THE EFFECTIVE DATE OF CANCELLATION OR NON-PAYMENT, 2. Notice will be mailed to: TO ALL SPECIFIED PERSONS OR ORGANIZATIONS ON FILE WITH US. I This endorsement changes the policy to which It Is attached effective on the date issued unless otherwise stated. (The Information below Is required only when this endorsement is Issued subsequent to preparation of the policy.) Endorsement Effective 03/01/2014 Policy No. A-6CW-367914-07 Endorsement No. ODO Insured EAGLE CONTRACTING LP Premium $ Insurance Company Countersigned by OLD REPUBLIC GENERAL INSURANCE CORPORATION WC 42 06 01 (Ed. 7-64) WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 A (Ed. 1-00) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named In the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. () Specific Waiver Name of person or organization ( X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be _ percent of the premium developed on payroll in connection with work performed for the above persons) or organization(s) arising out of the operations described. 4. Advance Premium: This endorsement changes the policy to which it is attached and Is effective on the date issued unless otherwise stated. (The Information below Is required only when this endorsement Is issued subsequent to preparation of the policy.) Endorsement Effective 03/01/2014 Insured EAGLE CONTRACTING LP Policy No. A-0CW-367914-07 Endorsement No. 000 Premium $ Insurance Company Countersigned by OLD REPUBLIC GENERAL INSURANCE CORPORATION WC420304A (Ed. 1-M) rl a POLICY NUMBER: A-6CG- 367914-07 7 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following; COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: WHERE REQUIRED BY WRITTEN CONTRACT. information required to complete this Schedule, if not shown above, will be shown in the Declarations. I The following is added to Paragraph 8, Transfer Of Rights Of Recovery Against Others To Us of Section IV - Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "Your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown In the Schedule above. ICG 24 04 05 09 0 Insurance Services Office, Inc., 2008 Page 1 of 1 a POLICY NUMBER: A-6CG- 367 914 - 07 COMMERCIAL GENERAL LIABILITY CG 02 2410 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Number of Days' Notice 110 (if no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to this endorsement.) For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation, as provided in paragraph 2, of either the CANCELLATION Common Policy Condition or as amended by an applicable state cancellation endorsement, Is increased to the number of days shown in the Schedule above. CG 02 2410 93 Copyright, Insurance Services Office Inc. 1992 9 Page 1 of 1 ❑ 0 POLICY NUMBER: A-6CA-367914-07 COMMERCIALAUTO U CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION j� This endorsement modifies insurance provided underthe following: L� AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. 7 Named Insured: EAGLE CONTRACTING LP Endorsement Effective Date: 03 - 01-2 014 SCHEDULE Name(s) Of Person(s) Or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 441013 ® Insurance Services Office, Inc,, 2011 Page 1 of 1 POLICY NUMBER: A-6CA-367914-07 COMMERCIAL AUTO CA 20 01 1013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR --- ADDITIONAL INSURED AND LOSS PAYEE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date Is Indicated below. Named Insured: EAGLE CONTRACTING LP Endorsement Effective Date: 03 - 01- 2 014 SCHEDULE Insurance Company: OLD REPUBLIC GENERAL INSURANCE CORPORATION Policy Number: A-6CA-367914-07 Effective Date: 03-01-2014 Expiration Date: 03-01-2015 Named Insured: EAGLE CONTRACTING LP Address: P.O. BOX 1600, KELLER, TX 76244 Additional Insured (Lessor): WHERE REQUIRED BY WRITTEN CONTRACT OR LEASE AGREEMENT. Address: Designation Or Description Of "Leased Autos": CA 20 01 1013 ® Insurance Services Office, Inc., 2011 Page i of 2 7 I I A. Coverage 1. Any "leased auto" designated or described In the Schedule will be considered a covered "auto" you own and not a covered "auto" you hire or borrow. 2. For a "leased auto" designated or described in the Schedule, the Who Is An Insured provision under Covered Autos Liability Coverage is changed to include as an "insured" the lessor named in the Schedule. However, the lessor is an "insured" only for "bodily injury" or "property damage" resulting from the acts or omissions by: a. You; b. Any of your "employees" or agents; or c, Any person, except the lessor or any "employee" or agent of the lessor, operating a "leased auto" with the permission of any of the above. 3. The coverages provided under this endorsement apply to any "leased auto" described in the Schedule until the expiration date shown in the Schedule, or when the lessor or his or her agent lakes possession of the "leased auto", whichever occurs first. B. Loss Payable Clause 1. We will pay, as Interest may appear, you and the lessor named in this endorsement for "loss" to a "leased auto". IPage 2 of 2 2. The insurance covers the Interest of the lessor unless the "loss" results from fraudulent acts or omissions on your part. 3. If we make any payment to the lessor, we will obtain his or her rights against any other party. C. Cancellation 1. If we cancel the policy, we will mall notice to the lessor In accordance with the Cancellation Common Policy Condition. 2. If you cancel the policy, we will mall notice to the lessor. 3. Cancellation ends this agreement. D. The lessor is not liable for payment of your premiums. E. Additional Definition As used in this endorsement: "Leased auto" means an "auto" leased or rented to you. Including any substitute, replacement or extra "auto" needed to meet seasonal or other needs, under a leasing or rental agreement that requires you to provide direct primary insurance for the lessor. 0 Insurance Services Office, Inc., 2011 CA 20 01 1013 OLD REPUBLIC GENERAL INSURANCE CORPORATION EARLY NOTICE OF CANCELLATION PROVIDED BY US THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: BUSINESS AUTO COVERAGE FORM Common Policy Conditions, A. Cancellation, 2. is replaced by the following: 2. We may cancel this policy by mailing or delivering to the First Name Insured written notice of cancellation at least: a. TEN (10 ) days before the effective date of cancellation if we cancel for nonpayment of premium; or b. SIXTY ( 60 ) days before the effective date of cancellation if we cancel for any other reason. AUTHORIZED REPRESENTATIVE CA EN GN 0017 09 06 DATE 7 7 7 7 OLD REPUBLIC GENERAL INSURANCE CORPORATION CHANGES ADDITIONAL INSURED PRIMARY WORDING SCHEDULE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Name of Additional Insured Person(s) Or Organization(s): As required by written contract. Location(s) of Covered Operations Information required to complete this Schedule, if not shown above, will be shown In the Declarations, The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other Insurance of a like kind available to the person or organization shown in the schedule above unless the other insurance is provided by a contractor other than the person or organization shown in the schedule above for the same operation and job location. If so, we will share with that other insurance by the method described in paragraph 4.c. of Section IV -Commercial General Liabillty Conditions. All other terms and conditions remain unchanged_ Named Insured Eagle Contracting, L.P. Policy Number A6CG36791407 Endorsement No. Policy Period 3 / 1 / 14 -15 to Endorsement Effective Date: 3 / 1 / 2 014 Producer's Name: Ray Watson Producer Number. AUTHORI D EPRESENTATIVE CG EN GN 0029 09 06 2/28/2014 DATE - - J aPOLICY NUMBER:A6CG36791407 a' COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations WHERE REQUIRED BY WRITTEN CONTRACT, BUT ONLY WHEN COVERAGE FOR COMPLETED OPERATIONS IS SPECIFICALLY REQUIRED Y THAT-CONTRACTF. Information required to complete this Schedule, if not shown above, will be shown In the Declarations. A. Section 11— Who Is An Insured is amended to include as an additional Insured the person(s) or organization(s) shown In the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or In part, by "Your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and Included in the "products -completed operations hazard". However. 1. The insurance afforded to such additional Insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured Is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the Insurance afforded to these additional Insureds, the following is added to Section Ill — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations: whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown In the Declarations. CG 20 37 0413 © Insurance Services Office, Inc., 2012 Page 1 of 1 CONTRACT Page Intentionally Left Blank -1 Contract 12048 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this OL day of December. 2014 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 Eagle Contracting. L.P. of the City of Fort Worth, County of Tarrant and the State of Texas hereinafter termed CONTRACTOR WiTNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to continence and complete the construction of certain improvements described as follows: RFP 14-1.2048-TF Northwest Water Reclamation Plant 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 Eagle Contracting. L.P.'s proposal dated November 13, 2014 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 Saone 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 Eagle Contracting, L-P. BY. �& Ll-,— PRINTED NAME: I gfoy Ewen TITLE:_RE.H F.ntpr r�Pa 'P T, _T. _ C' General Partner Roy Ewen President COMPLETE ADDRESS: Company_Eagle Contracting, L. P . Address 5700 Park Vista Circle City, State, ZipFort Worth Texas 76244 ATTEST: Corporate Secr a y Billy Haynes C= OF 0 (OWNER): ATTEST: Rebecca Garza, City Secretary APPROVED AS TO CONTENT, ater Utilities Engineer P.E., City Engineer APPROVED AS TO Attorney Pate Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Pate Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Parry, 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 Eagle Contracting, L.P., 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 Jahn 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 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. 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. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 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 extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representatives})has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall famish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall fin-nish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The 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 4 Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor fin-ther agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all 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. 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 ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OPAND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, 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 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 $2,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Heavy Equipment and XCU 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, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $3,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverage's. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10 F. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. 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: 11 (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 ]mown, 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 W ORDERS' COMPENSATION COVERAGE "Tire 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 identify of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www tdLstate_ft us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage; " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers" compensation coverage for the duration of the project, that 12 the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the proj ect; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and farnishers 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 fiu-nish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 13 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor finther 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. TDAE 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 14 may withhold permanently from Contractor's total compensation, the stun of $3,000 (three thousand dollars) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work - If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1,000 (one thousand dollars) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TDAE 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. TDAE OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 15 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other- contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be fiunished 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 ADJODUNG PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective 16 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. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Retainage will not be withheld from prenegotiated equipment items covered under Bid Items Al and A2, B1-B5, and C1 and C2. The prenegotiated equipment specifications include their own payment schedules that base payment on specific deliverables and withhold funds until final startup of the equipment. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the 17 obligation for fulfillment of any warranty which may be required in the contract docu-ments 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. 18 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 wound have been the cost to the Owner had the work been completed by the Contractor under the terns of this contract, or 19 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. Auer mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. W00005110ROM 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 farther 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. 20 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surphis 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 fiords 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 fiords 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. 21 57. THE CITY RIGHT TO AUDIT At any time during the tern 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). 22 DAMS -BACON WAGE DETERMINATIONS Pa-ze Intentionally Left Blank EXHIBIT A General Decision Number. TX140007 01/03/2014 TX7 Superseded General Decision Number: TX20130007 State: Texas Construction Types: Heavy and Highway Counties. Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 01/03/2014 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FIN]SHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ...................... $ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 Structures ..................$ 13.52 LABORER Asphalt Raker ...............$ 12.28 Flagger..................... $ 9.30 Laborer, Common ............. $ 10.30 Laborer, Utility ............ $ 11.80 Work pone Barricade Ser`ricer.................... $ 10.30 POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 Asphalt Paving Machine...... $ 13.40 Broom and Sweeper ........... $ 11.21 Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or less ........ $ 13.46 Front End Loader Operator, Over 3 CY...................$ 12.77 Front End Loader, 3CY or less ......... $ 12.28 LoaderlBackhoe.............. $ 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 Ser`ricer.........................$ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 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 union or non -union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four -digit number, 0198, that follows 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. The date, 07101/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non -union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey, and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 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. Page Intentionally Left Blank